OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any...

290
OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & MAINTENANCE OF DIALYSIS MACHINES (MONTHLY BASIS) AT SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE FOR FINANCIAL YEAR 202021

Transcript of OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any...

Page 1: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OPEN TENDER FOR THE RATE

CONTRACT FOR SERVICE &

MAINTENANCE OF DIALYSIS

MACHINES (MONTHLY BASIS) AT

SOCIAL SECURITY TEACHING

HOSPITAL

MULTAN ROAD, LAHORE FOR

FINANCIAL YEAR 2020–21

Page 2: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.

TENDER FEE: Rs. 1000/- (Non-refundable)

LAST DATE OF RECEIPT: 09-07-2020 (11:00 AM)

DATE OF OPENING: 09-07-2020 (11:30 AM)

Contract Period: 01-Year (Extendable)

Contract Mode: F. O. R BASIS (Availability of Parts)

Bid Security: 3% of estimated price in shape of CDR in favor of

Medical Superintendent

Social Security Teaching Hospital Multan Road, Lahore.

SUBJECT: TERMS & CONDITIONS REGARDING OPEN TENDER FOR SERVICE & MAINTENANCE

CONTRACT (MONTHLY BASIS) OF DIALYSIS MACHINES (FRESENIUS 4008S & TOREY TQS-88) AT

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.

Technical specifications for the Service & Maintenance of Dialysis machines (Monthly

Basis), for financial year 2020-21. at Social Security Teaching Hospital Multan Road, Lahore.

Instructions to the Bidders & other terms & conditions are detailed in the Bidding

Document available at PPRA Website, www.ppra.punjab.gop.pk & PESSI Website,

www.pessi.gop.pk .

No. SSTHL/Estt/2020/ Dated: July, 2020

M/s.

MEDICAL SUPERINTENDENT

Page 3: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST (MANDATORY TO FILL & COMPLY)

Sr. # DETAIL YES / NO PAGE #

1. Original receipt for purchase of tender (F-6)

2.

3% Bid Security of the estimated price in the form of CDR/Bank

Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid)

3. Bid Validity Period 90 days

4.

Availability of Technical staff of the Company/Firm and overall

reference to the services

5.

Acceptance of terms and conditions of tender documents duly

signed and stamped.

6.

An affidavit on stamp paper of Rs. 100/- submitting following

clauses:

I) that replacement of defective parts under warranty shall

be done;

II) that the firm is never black listed on any grounds what so

ever.

III) Availability of accessories and spare parts for the system

update

7. Bid Price should not be mentioned on technical bid.

8.

Copies of valid CNIC, Professional Tax Clearance Certificate,

National Tax Number, General Sales Tax Number and PRA

Registration Certificates.

9. Well reputed any firm.

Note: 1- Fill in the check list properly/completely along with the page marking of the documents enclosed.

2- Technical Bids should be submitted with proper binding, page marking and index.

Page 4: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

1. EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR THE TENDER, SERVICE & MAINTENANCE CONTRACT FOR DIALYSIS MACHINES FOR THE FINANCIAL YEAR 2020-21.

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=05, GST No.=05 and PRA Registration Certificate=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited, then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation Certificate in reference to the Services

Past Performance by end user/ DMS/other PESSI

organization = 10 Public/ Private Sector =05

15

5. Availability of required staff of the company/firm in reference to the service with letters separately. a) Number of staff =10

I. At least two staff members =10

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years 10 TOTAL 100 PASSING MARKS 70%

Name of the Bidder

Signature & Stamp

.

Page 5: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Price Schedule

(Good(s) to be procured under DDP/Free delivery at consignee’s end basis) Name of Bidder

Tender No.

Sr. No. (As listed

in invitation of bid )

Name of Item

(As listed in invitation of

bid)

Make / Model and country of Manufacturer

and origin

Specifications (Complete

Details)

Qty.

Monthly

Unit Price (Rs.)

Sale and other taxes (Specify the type and kind of taxes

applied)

Monthly Total Cost

(Rs.)

1.

2.

3.

4.

Grand Total

Sign and Stamp of Bidder Note: In case of discrepancy between unit price and total, the unit price shall prevail.

DETAIL OF RATE CONTRACT SERVICE & MAINTENANCE CONTRACT (MONTHLY BASIS) OF DIALYSIS MACHINES AND WRO PLANT

WITHOUT PARTS FOR THE PERIOD OF ONE YEAR OF FINANCIAL YEAR 2020-21.

Sr. # DESCRIPTION OF MACHINE

Make & Model Without parts Tentative Quantity 2019-20 Estimated price per

unit

Including PST Total Estimated

Cost

1.

TOTAL

Page 6: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE TENDER NOTICE FOR THE FINANCIAL YEAR 2020-21

LIST OF DIALYSIS MACHINE’S TECHNICAL SPECIFICATIONS TO BE PROCURED FOR THE FINANCIAL YEAR, 2020-21

Sr. No.

Name of Item

Make / Model and country of Manufacturer and origin

Specificatio ns (Complete Details)

Qty.

Estimated Unit Price (Rs.)

Estimated Total Cost Monthly (Rs.)

Estimated Total Cost Annually (Rs.)

1.

Rate Contract for Service & Maintenance of dialysis machines monthly basis Without Parts

Fresenius 4008S

07

5500

38500

462000

2.

Rate Contract for Service & Maintenance of dialysis machines Torey TQS-88 monthly basis without parts

Torey-TQS,88

01

5500

5500

66000

MUBASHER YOUSAF WAQAR AHMED MAZARI DR. SHAH NAWAZ MALIK BIO-MEDICAL TECHNOLOGIST BIO-MEDICAL ENGINEER DMS EQUIPMENT

DR. MUHAMMAD IMRAN ASLAM END-USER (NEPHROLOGIST)

MUHAMMAD SHARIF DIRECTOR (F&A)

DR. MUHAMMAD KHALID MAHMUD MEDICAL SUPERINTENDENT

Page 7: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

TENDER

FOR PURCHASE OF

BIO-MEDICAL EQUIPMENT’S

ACCESSORIES & SPARE PARTS

FOR SOCIAL SECURITY

TEACHING HOSPITAL

MULTAN ROAD, LAHORE.

FOR FINANCIAL YEAR 2020–21

Page 8: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.

TENDER FEE: Rs. 1000/- (Non-refundable)

LAST DATE OF RECEIPT: 08-07-2020 (11:00 A.M.)

DATE OF OPENING: 08-07-2020 (11:30 A.M.)

Delivery Period:

Bid Security: 3% of estimated price in shape of

CDR in favor of Medical Superintendent Social Security Hospital Multan Road, Lahore.

SUBJECT: TERMS & CONDITIONS REGARDING PURCHASE OF

BIO-MEDICAL EQUIPMENT’s ACCESSORIES & SPARE PARTS FOR SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.

Technical specifications for the purchase of Bio-Medical Equipment’s

Accessories & Spare Parts for Social Security Teaching Hospital Multan Road,

Lahore.

Instructions to the Bidders & other terms & conditions are detailed in the

Bidding Document available at PPRA Website, www.ppra.punjab.gop.pk & PESSI

Website, www.pessi.gop.pk .

No. SSTHL/Estt/2020/_ Dated: July, 2020

M/s.

MEDICAL SUPERINTENDENT

Page 9: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST (MANDATORY TO FILL & COMPLY)

Sr. # DETAIL YES / NO PAGE #

1. Original receipt for purchase of tender (F-6)

2.

3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid)

3. Bid Validity Period 90 days

4.

Acceptance of terms and conditions of tender documents duly signed and stamped.

5.

An affidavit on stamp paper of Rs. 100/- submitting following clauses: I) that replacement of defective Bio-Medical

Equipment’s Accessories & Spare Parts under warranty shall be done;

II) that the firm is never black listed on any grounds what so ever.

6. Bid Price should not be mentioned on technical bid.

7.

Copies of valid CNIC, Professional Tax Clearance Certificate, National Tax Number and General Sales Tax Number Certificates.

8. List of quoted products supplied to Govt./private sector.

9.

Copies of Supply orders over last two years to Govt. /private sector.

10.

Last 2 years tax returns, audited balance sheet & bank statement / Bank Certificate

Note: 1- Fill in the check list properly/completely along with the page marking of the documents enclosed.

2- Technical Bids should be submitted with proper binding, page marking and index.

Page 10: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

ART-A: ASSESSMENT FOR ELIGIBILITY

Sr. # ASSESSMENT PARAMETERS MARKS

1. References of quoted item supplied in Public / Private Organizations. Public Organizations.

Private Organizations.

Supporting documents including name, Model of quoted item, Institutions where supplied with quantity must be attached.

20

2. Financial Soundness of the Firm 20 i. Tax Returns (Last 2 Years)

(copies to be attached) 05

ii. Bank Certificate showing annual turnover 1-2 Million

05

i. 1 to 04 04

ii. 5 to 10 08

iii More Than 10 10

Page 11: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

iii. Bank Certificate showing annual turnover more than 2 Million

10

iv. Last two years audited balance sheet (copies to be attached)

10

If balance sheet and bank statements both are deposited, then only marks of balance sheet (15 marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms.

3. Establishment of company/firm with reference to the Services.

More than 05-years = 20

03-05 years = 10

01-03 years = 06

20

4. Product Certification a) Certificates FDA, CE(MDD)/JIS(MHLW) any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10

20

5. Brand Make and Model of the Product a) local product with

i- International market = 10 ii- only local market = 08

10

6. Length of Registration of Products 01-05 Years = 04 06-10 Years = 08 More than 10 Years = 10

10

Page 12: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Note: Acceptable Bids must score minimum of 70% marks.

Price Schedule

TOTAL 100

Page 13: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

(Good(s) to be procured under DDP/Free delivery at consignee’s end basis) Name of Bidder

Tender No.

Sr. No. (As listed

in invitation of bid )

Name of

Item (As listed in invitation of

bid)

Make / Model and country of Manufacturer

and origin

Specifications

(Complete Details)

Qty.

Unit Price

(Rs.)

Sale and other taxes

(Specify the type and

kind of taxes

applied)

Total Cost

(Rs.)

1.

2.

3.

Grand Total

Sign and Stamp of Bidder

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

LIST OF BIO-MEDICAL EQUIPMENT’s ACCESSORIES & SPARE PARTS WITH TECHNICAL SPECIFICATIONS

TO BE PROCURED FOR THE FINANCIAL YEAR 2019-20.

Sr. # DESCRIPTION Make & Model MAKE & COUNTRY OF ORIGIN

Specification

Tentativ e

Estimated price per

unit

Total Estimated

Cost

Page 14: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Quantity 2019-20

1. ECG Lead for Cardiac Monitor / vital sign Monitor (5 Leads)

Nihon Kohden BSM-2353-K Compatible 5 Leads 10 4600/- 46000

OMNI (Infinium Medical) 15 4800/- 72000

2. Ecg Lead for ECG Machine

Compatible standard 10 4500 45000

3. SpO2 Lead finger sensor for Cardiac Monitors / Vital Sign Monitors (Neonatal, Peads & Adult sizes)

OMNI (Infinium Medical) Compatible 3 Meter Length

25 4500/- 112500

Nihon Kohden BSM-2353-K 10 5000/- 50000

4. SpO2 Lead finger sensor for Pulse Oximeters (Neonatal, Paeds, Adult sizes)

Criticare 504 DX

Compatible 3-meter Length

03 5000/- 15000

USA Pace tech

03 5000/- 15000

China Pulse Oximeter 05 4000/- 20000

5. NIBP cuff Bladderless (Adult, Extra Large Peads & Neonatal) single Line for vital sign Monitors & cardiac Monitors.

China China / Taiwan

Bladderless Single Line

50 900/- 45000

6. NIBP Extension Cable for vital sign Monitors/ Cardiac Monitors & Dialysis machines

China/ compatible China / Taiwan

03 Meter Length

20 3500/- 70000

7. Back up Battery for Cardiac Monitors Nihon Kohden 12V- 3700 mAh. And

Nihon Kohden BSM-2353-K Compatible 12V-3700 mAh. 12v- 2800mAh

05 15000/- 75000

Page 15: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Cardiac Defibrilator 12v-2800mAh

8. Back up Battery for Cardiac Monitors OMNI 12V 2300 mAh

OMNI (Infinium Medical) Compatible 12V 2300 mAh

20 4500/- 90000

9. Back up Battery for ventilator

Neumovent Graph Compatible 8,10 volts 05 6500/- 32500

10. Back Up Battery for Mammography

Japan Compatible 12v-9Ah Dry Batteries

24 4500 108000

11. Back Up Battery for Gamma Camera

Japan Compatible 12v-9Ah 12v-18Ah 12v-40Ah Dry Batteries

40 4500 180000

12. Back up Battery for tourniquets

ATS 1200 Compatible 12volt 2.3 Ah 01 4500/- 4500

13. Back up Battery for ophthalmoscope

Wellch Allyn 3.5v 1000 mAh

original 3.5v 1000 mAh

01 17000/- 17000

14. Back up Battery for Otoscope 3.5V NiMH

Wellch Allyn 3.5V NiMH original 3.5V NiMH 02 16500/- 33000

15. Syringe pump battery 12v/2Ah

Atom, Terumo Compatible 12v/2Ah 10 3500/- 35000

Page 16: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

16. Battery for Blease Anesthesia machine Ventilator 12 v*2Ah

Blease Focus Model 6500 Compatible 12 v*2Ah 06 4500/- 27000

17. Battery for Blease Anesthesia machine Ventilator

Blease frontline Model 8200S Compatible As Per Sample

02 4500/- 9000

18. Blease Focus Anesthesia Machine Flow Sensor

Blease focus Model 6500 Blease USA As Per Sample

03 32000/- 96000

19. Blease Focus Anesthesia Machine Flow Sensor

Blease Frontline Model 8200S

Blease USA As Per Sample

02 28000/- 56000

20. Blease Focus Anesthesia Machine Flow Sensor Tubing

Blease focus Model 6500 Blease USA As Per Sample

03 29000/- 87000

21. Blease Focus Anesthesia Machine Flow Sensor Tubing

Blease Frontline Model 8200S Blease USA As Per Sample

01 29000/- 29000

22. Oxygen sensor for Blease Focus Anesthesia Machine

Blease focus Model 6500 Blease USA As Per Sample

03 25000/- 75000

23. Oxygen sensor for Blease Focus Anesthesia Machine

Blease Focus Model 8200S Blease USA As per sample

01 30000/- 30000

24. Electric Element 2000 watt

Local Local 2000 watt Copper

20 500/- 10000

25. Diathermy Lead Foot Controlled reusable (As Per connector sample)

Martin MEMB-2 China / Taiwan (compatible)

Reusable / Autoclave able/ As Per Connector Sample

04 4500/- 18000

Solid State Diathermy 01 4500/- 4500

Erbe 02 6000/- 12000

Vallylab 02 6500/- 13000

Local 02 4500/- 9000

26. TUR lead for diathermy machine

Martin MEMB-2 China / Taiwan

As per Sample

01 6000/- 6000

Classen 01 6000/- 6000

Page 17: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Erbe (compatible) 01 6000/- 6000

27. Diathermy earth plate silicone rubber type flexible with lead and Connector

Martin MEMB-2 Compatible Silicon Rubber, Flexible with lead and connector

02 9000/- 18000

Classen 02 9000/- 18000

Erbe 02 9000/- 18000

Vallylab 02 9000/- 18000

Local 02 9000/- 18000

28. Diathermy paddle with lead

Martin MEMB-2 China / Taiwan (compatible)

With lead and respective connector / repairable

01 10000/- 10000

Classen 01 10000/- 10000

Erbe 01 10000/- 10000

Vallylab 01 10000/- 10000

Local 01 10000/- 10000

29. O.T lights bulb 24v/50watt

DKK Imported 24v/50watt 20 3000/- 60000

30. O.T lights bulb 22.8v/40w

Merilex Imported 22.8v/40w 15 3000/- 45000

31. O.T lights bulb15v/150w

OSRAM Germany 15v/150w 25 1250/- 31250

32. Bulb of Eye operation microscope 15v150w

TAKAGI Germany 15v150w 25 2200/- 11000

33. Eye slit lamp bulb OLYMPUS Compatible As per Sample

25 2500/- 62500

34. Ophthalmoscope lamp

WELLCH ALLYN Compatible As per Sample

02 2200/- 4400

35. Otoscope lamp Welch Allyn Compatible As per Sample

02 2200/- 4400

36. Retinoscope lamp Heine China / Taiwan

As per Sample

02 2000/- 4000

37. Outlet Points for Oxygen, Nitrous, Air and Vacuum with inst

BS Standard USA , ECC & UK

BS Standard/ Repairable

30 No’s 8000/- 240000

38. Oxygen Flow meter wall mounted for

Imported/Local Taiwan/Chin a/Local

As per Sample

20 No’s 3500/- 70000

Page 18: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

central gas supply with humidifier Bottle with safety valve.

39. Suction pipe silicone per ft.

Imported/Local China / Taiwan

Silicon 200 ft. 450/ft. 80000

40. Ambo bag (Pediatric & Adult) silicon

China China / Taiwan

Silicon 10 4500/- 45000

41. NIBP Cuff Dual Line with Bladder (All Sizes)

China China / Taiwan

150 500/- 75000

42. Mercury Imported Imported 2kg 18000/kg 36000

43. ECG limbs electrode (set of four) Clamp type with color coding: red, green, yellow and black

China China / Taiwan

With Color Coding, Clamp type, Set of Four.

10 Sets 2000/- 20000

44. ECG chest electrode silicon bulb type

China China / Taiwan

05sets

(set of six)

2000/- 10000

45. Hydraulic Oil for Suction Machines and OT Tables

Hydraulics China / Taiwan

As per Sample

10Ltr 1000/liter 10000

46. Safety Valve for Autoclave

Local Compatible As Per Sample

06 Pcs 2000/pc 12000

47. Pressure Gauge for Autoclaves

China / Taiwan China / Taiwan

As Per Sample

06 700/- 4200

48. Autoclave Door Locks Local Local As Per Sample

10 1500/- 15000

49. Power Adaptors for Pulse Oximeter

Criticare Compatible As Per Sample

02 2000/- 4000

50. Photo-Therapy Rods Philips Philips TL-52 / 20W 10 3500/- 35000

Page 19: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

51. Photo Therapy Chokes

Philips Philips 220v* 20W 10 600/- 6000

52. Autoclave gasket silicone

China / Taiwan China / Taiwan

As Per Sample

10 5000/- 50000

53. Biopsy Forceps flexible

Olympus Compatible As per sample

02 70000/- 140000

54. Infra-Red bulb150watt Imported Philips Holland

As per sample

10 4500/- 45000

55. Infra-Red bulb150watt Imported Philips Holland

As per sample

20 1500/- 30000

56. Tens battery for electric stimulator 9-volt

China / Local As per sample

10 600/- 6000

57. Four station Gym wire Imported / Local Physiotherapy As persample 02 1500/- 3000

58. Suction machine bottles small, medium, large

Imported / Local For suction machine

As per sample or requirement

10 7000/- 70000

59. BP Bellow (bulb) for BP Apparatus

China 150 200/- 30000

TOTAL 2957750

JAVAID IQBAL/MUBASHER YOUSAF DR. SHAHNAWAZ MALIK

Bio-Medical Engineer/Bio-Medical Technologist DMS Equipment

DR. ZAFAR IQBAL MUHAMMAD SHARIF

Chief Consultant Anesthetist Director (F&A)

DR. MUHAMMAD KHALID MAHMUD

Medical Superintendent

Page 20: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

1

Tender

For

Dialysis Disposables

items

Financial year

2020-2021

Page 21: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

2

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. Tender for the purchase of Dialysis Disposable items during financial year 2020-21

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 06-07-2020 till 11:00 AM

Receiving Date & Time 06-07-2020 till 11:00 AM

Opening Date & Time 06-7-2020 till 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.15188850/-

in the form of CDR/Bank Draft.

BIO DATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D Card No. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Original Receipt for purchase of tender

(F-6) No and Date

Complete Address

Lahore Office Phone, Cell and Fax No.

Page 22: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

3

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government/Autonomous Institution at any time. In case of submission of false

statement by the firm, the department reserves the right to take any punitive action including forfeiture of

security, under the rules.

Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not

more than the prices quoted in other Government/Autonomous Institution. In case of any over pricing firm shall

be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms

and conditions laid down in the Tender inquiry. In case of any violation of terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Signature

Stamp

Page 23: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE. TERMS & CONDITIONS

For the purchase of Dialysis Disposable items

DURING FINANCIAL YEAR 2020-21

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of

foreign principals in Pakistan & Distributors for supply of Dialysis Disposable items having well repute for the

supply of store as scheduled in this invitation for bid. Tender should be sent in the name of the Medical

Superintendent, Social Security Teaching Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners with samples.

Item No. Name of

Item

Brand

Name

Cat No Manufacturer Country of

Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL

PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed

in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring

Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity

period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.

However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of

the bid.

10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their

quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be

retained by the hospital and will be returned after successful completion of the contract.

b) The Successful bidder will provide 10% performance security of the value of award letter.

c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

d) The Bid Security may be forfeited: (1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. To sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

11. Validity Period of contract shall be up to 30-06-2021, which is extendable.

Page 24: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

5

12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning

their professional, technical, financial, legal or managerial capabilities.

13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide Three (03) samples (commercial packs, free of

cost) for evaluation, failing which the offer shall not be considered.

B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised

quantity of medicines in view of the availability of the budget.

14. No offer will be considered if it:

i. is received after the date and time fixed for its receipt.

ii. is unsigned

iii. is conditional

iv. is given by the firm black listed, suspended or removed from the approved list of the Health

Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health

Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.

All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no

circumstances be accepted.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will

replace the unconsumed expired stores without any further charges.

17. The firm shall supply all Dialysis Disposable items as far as possible as per tender requirement in special packing.

The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,

pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the

Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as

amended up-to-date as well as the Institution’s other conditions as given hereafter.

19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final

destination.

20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of

supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive

action including forfeiture of performance security and black listing of the firm.

22. The supplies shall be delivered within the time period mentioned on supply order w .e .f the next date after the

date of issue of purchase order (without penalty).

23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered

supply shall be imposed upon the supplier.

24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard

Page 25: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6

items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount

will be recovered either from the deposited securities / bills of the supplier.

25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security

(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two

years for future participation.

26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application

of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching

Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award

made by the sole arbitrator shall be final and binding on the parties.

27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate

supply.

28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee

of Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject

all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its

rejection of all bids or proposals, but shall not be required to justify those grounds.

31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore

shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT

Social Security Teaching Hospital Multan

Road, Lahore.

Page 26: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

7

EVALUATION CRITERIA FOR DIALYSIS DISPOSABLE ITEMS 2020-2021

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from

Foreign Principal / Import documents for imported items /Distribution

Authorized Certificate

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm 20

3. Establishment of company/firm with reference to the

Services. 10

4. Overall reputation Certificate in reference to the

Services 10

i. Income tax paid certificate 08 ii. Balance Sheet 08 iii Bank Statement 04

i. More than 05-years 10 ii. 03-05 years 05 iii 01-03 years 03

i. Past performance certificate by the End user/ DMS in PESSI

08

ii. Private Sector /Public Sector 02

Page 27: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

8

5. Product Certification

a) Certificates FDA/CE/ISO

b) For local products

Product Must be Registered with DRAP

10

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in last two

years

10

7 Brand Make and Model of the Product

a) local product with

b) Foreign product

10

8 Copy of valid sole agency agreement from principal

manufacture 10

9 Length of Registration of Products with Ministry of

Health. 10

TOTAL 100

Note: Acceptable Bids must score minimum of 70% marks.

i. Any two Certificate 10 ii. Any one Certificate 05

i ISO 10

i. International market 10 ii. only local market 08

i. In two or more continents 10 ii. In single continent 08

i. 1-5 Years 04 ii. 6-10 Years 08 iii More Than 10 Years 10

Page 28: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

9

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. Head of Dialysis disposable item

2020-2021

Sr. No

NAME OF ITEM

APPROXIMATE

DEMAND

ESTIMATED

PRICE

TOTAL

1-

Synthetic dialyzer set (complete) including blood

tubing with fluid barrier (Surface Area 1.8m2)

compatible with Fresenius, Gambro & Tory

machine)

10000 set

1140

11400000

2- Synthetic dialyzer Fx100 Hemodialysis (Surface

Area 2.2 cm2)

20

1200

24000

3-

Fistula needle 15,16G.

20000

29

580000

4-

Bicarbonate solution part A&B. low potassium

high calcium. 04 Litter pack

10000

248

2480000

5- Cartilage filter (20 inches, 5micron).

10

750

7500

6- Membranes wash solution for RO Plant

25 ltr

1390

34750

7- Permanent dialysis catheter (All Size) 5 23000 115000

8-

Hot disinfection chemical solution for

Dialysis machine.

35*5ltr

4280

149800

9- Citric acid.

20kg

490 per kg

9800

10- Hypochlorite solution.

150ltr

470per kg

70500

11- Sodium Chloride

20kg

20

400

12- Acetic Acid 30% Solution

15ltr

800

12000

13- Diasafe Filter.

21

8500

178500

14-

CAPD Solution Bag 2.3 % 2000 ml

50

312

15600

15- CAPD Disinfection Cap

50

220

11000

Page 29: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

10

16-

Cardio Vascular Graft (Ringular) Size. 6mm X 10cm

6mm X 40cm 6mm X 50cm 6mm X 60cm 6mm X 70cm

01

50000

50000

17-

Cardio Vascular Graft (Non-Ringular) Size. 6mm X 10cm

6mm X 40cm 6mm X 50cm 6mm X 60cm 6mm X 70cm

01

50000

50000

Page 30: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

1

Tender

For

Hearing Aids

&

Intraocular Len’s

Financial year

2020-2021

Page 31: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

2

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.

Tender for the Purchase of Hearing Aid and I.O.L during Financial Year 2020-2021

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 06-07-2020 till 11:00 AM

Receiving Date & Time 06-07-2020 till 11:00 AM

Opening Date & Time 06-07-2020 till 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.2211980 in

the form of CDR/Bank Draft.

BIO DATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D Card No. (CNIC)

Registration No. with Sales Tax Department _

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Complete Address

Lahore Office Phone, Cell and Fax No.

Page 32: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

3

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by

the firm, the department reserves the right to take any punitive action including forfeiture of security, under the

rules.

Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not

more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be

bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and

conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

Page 33: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. TERMS & CONDITIONS

For the purchase of Hearing Aid and I.O.L

DURING FINANCIAL YEAR 2020-2021

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of

foreign principals in Pakistan for supply of Hearing Aid and I.O.L having well repute for the supply of store as

scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social

Security Teaching Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners with samples.

Item No. Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL

PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed

in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring

Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity

period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Social Security Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.

However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of

the bid.

10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their

quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be

retained by the hospital and will be returned after successful completion of the contract.

b) The Successful bidder will provide 10% performance security of the value of award letter.

c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

d) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

11. Validity Period of contract shall be up to 30-06-2021, which is extendable.

12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning

Page 34: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

5

their professional, technical, financial, legal or managerial capabilities.

13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide three (03) samples (commercial packs, free of

cost) for evaluation, failing which the offer shall not be considered.

B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised

quantity of medicines in view of the availability of the budget.

14. No offer will be considered if it:

i. is received after the date and time fixed for its receipt.

ii. is unsigned

iii. is conditional

iv. is given by the firm black listed, suspended or removed from the approved list of the Health

Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health

Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.

All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no

circumstances be accepted.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will

replace the unconsumed expired stores without any further charges.

17. The firm shall supply all Hearing Aid and I.O.L as far as possible as per tender requirement in special packing.

The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,

pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the

Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as

amended up-to-date as well as the Institution’s other conditions as given hereafter.

19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final

destination.

20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of

supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive

action including forfeiture of performance security and black listing of the firm.

22. The supplies shall be delivered within the period mentioned on supply order w. e. f the next date after the date of

issue of purchase order (without penalty).

23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered

supply shall be imposed upon the supplier.

24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard

items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount

Page 35: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6

will be recovered either from the deposited securities / bills of the supplier.

25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security

(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two

years for future participation.

26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application

of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Hospital Multan

Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award made by the

sole arbitrator shall be final and binding on the parties.

27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate

supply.

28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee

of Social Security Teaching Hospital Multan Road, Lahore. After conducting the successful inspection.

30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject

all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its

rejection of all bids or proposals, but shall not be required to justify those grounds.

31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore

shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT

Social Security Teaching Hospital

Multan Road, Lahore.

Page 36: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

7

EVALUATION CRITERIA FOR HEARING AID AND I.O.L F.Y 2020-2021

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from

Foreign Principal / Import documents for imported items /Distribution Certificate

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm 20

3. Establishment of company/firm with reference to the Services. 10

4. Overall reputation Certificate in reference to the Services 10

i. Income tax paid certificate 08

ii. Balance Sheet 08

ii Bank Statement 04

i. More than 05-years 10

ii. 03-05 years 05

ii 01-03 years 03

i. Past performance certificate by the

End user/ DMS in PESSI 08

ii. Private Sector /Public Sector 02

Page 37: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

8

5. Product Certification

a) Certificates FDA/CE/ISO

B) Local Product with

10

6. Undertaking on judicial paper that firm is not blacklisted in

any Govt./Autonomous Body in last two years

10

7 Brand Make and Model of the Product

a) local product with

b) Foreign product

10

8 Copy of valid sole agency agreement from principal

manufacture

10

9 Agent capacity to provide technical service in reference to the

hearing aid

a) Warranty of the device

Local distributor/ Principal shall clearly define which device is replaceable

and under warranty

10

TOTAL 100

Note: Acceptable Bids must score minimum of 70% marks.

i. Any two Certificate 10

ii. Any one Certificate 05

i. ISO 10

i. International market 10

ii. only local market 08

i. In two or more continents 10

ii. In single continent 08

I 1-Year 05

II 2-years 10

Page 38: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

9

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (HEARING AID)

2020-2021

1. HEARING AID POCKET TYPE

SR

No

MAKE&

MODEL

MAXIMUM

OUT PUT

GAIN FREQUENCY

RANGE

TRIMMERS

Approximate

Demand

Estimated

Price

Total

i. 20 8900/- 178000/-

ii.

iii.

iv.

v.

vi.

vii.

2. HEARING AID IN THE CANAL TYPE

SR

No

MAKE&

MODEL

MAXIMUM

OUT PUT

GAIN FREQUENCY

RANGE

TRIMMERS

Approximate

Demand

Estimated

Price

Total

i. If Required - -

ii.

iii.

iv.

v.

3. HEARING AID BEHIND THE EAR

S. No

MAKE &MODEL MAXIMUM

OUT PUT

GAIN FREQUENCY

RANGE

TRIMMERS

Approximate

Demand

Estimated

Price

Total

i. Widex Menu ME 19

02 65000/- 130000

ii.

Widex Menu ME

SP

Digital&Program

able

02 65000/- 130000

Page 39: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

10

iii. Estimated Demand BTE

30 11400/- 342000

iv.

5. ACCESSORIES OF HEARING AID

Approximate Demand

Sr.

No NAME OF ITEMS WITH SPECIFICATION Approximate

Demand

Estimated

Price

Total

i. 3 Pin receiver If Required - -

ii. 3 Pin V. Wire If Required - -

iii. 2 Pin receiver If Required - -

iv. 2 Pin V. Wire If Required - -

v. Bone conductor with head band If Required - -

vi. Ear mould 50 800/- 40000/-

vii. Electro Larynx If Required - -

Total Estimated cost=8,20,000/-

Page 40: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

11

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.

LIST OF ITEM (I.O.L)

FOR THE YEAR 2020-2021

SR. NO.

NAME OF ITEMS Approximate

Demand

Estimated

Price

Total

1. Intra Ocular Lens (Hard) Posterior Chamber. Optic Dia 6.0mm, 6.5mm (other than India)

350 2195/- 768250/-

2. Intra Ocular Lens (Hard) Posterior Chamber. Optic Dia 5.5mm

30 2195/- 65850/-

3. Intra Ocular Lens hard (Anterior Chamber) Optic Dia 6.0mm, 6.5mm

20 3600/- 72000/-

4. Occustat/Miostat 200 130/- 26000/-

5. Phacoknife 2.75mm

5.5mm

3.25mm

20 700/- 14000/-

6. Methyl cellulose/ Occugell. 200 1450/- 290000/-

7. Fold able IOL with Injector Max 3.5mm Hydrophobic

20 6000/- 120000/-

8. DCR Tube 02 3300/- 6600/-

9. PhacoSleev 3.5mm 0.9mm (Large/ Small)

01 1500/- 1500/-

10. Phaco Irrigation Pipe for Phaco Machine Universal –II

01 4500/- 4500/-

11. Vision Blue 10 260/- 2600/-

12. Scleral Fixation PC IOL 02 4500/- 9000/-

13. Bandge Contract Lens 20 350/- 7000/-

14. Disposible Needle 27G 500 2/- 1000/-

15. Simco Cannula (irrigation/aspiration) 02 1795/- 3590/-

16. Micro Sponges 02 45/- 90/-

Total Estimated Cost= 1391980/-

Page 41: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

1

Tender

For

Orthopedic Implants

Financial year

2020-2021

Page 42: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

2

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE.

Tender for the Purchase of Orthopedic Implants during Financial Year 2020-2021

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 06-07-2020 till 11:00 AM

Receiving Date & Time 06-07-2020 till 11:00 AM

Opening Date & Time 06-07-2020 till 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.2880580 in

the form of CDR/Bank Draft.

BIO DATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D Card No. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Complete Address

Lahore Office Phone, Cell and Fax No.

Page 43: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

3

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by

the firm, the department reserves the right to take any punitive action including forfeiture of security, under the

rules.

Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not

more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be

bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and

conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

Page 44: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE. TERMS & CONDITIONS

FOR THE PURCHASE OF ORTHO IMPLANT

DURING FINANCIAL YEAR 2020-2021

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of

foreign principals in Pakistan for supply of Ortho Implant having well repute for the supply of store as scheduled

in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social Security

Teaching Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners with samples.

Item No. Name of Item Brand Name Cat No Manufacturer Country of Origin Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item Cat No Pack Size Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL

PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed

in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring

Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity

period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.

However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of

the bid.

10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their

quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be

retained by the hospital and will be returned after successful completion of the contract.

b) The Successful bidder will provide 10% performance security of the value of award letter.

Page 45: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

5

c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

d) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. To sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

11. Validity Period of contract shall be up to 30-06-2021, which is extendable.

12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning

their professional, technical, financial, legal or managerial capabilities.

13. SUBMISSION OF SAMPLES: - A- On date of sample meeting (opening of technical proposal) the firm will provide

samples, failure in during do, the bid will not be entertained.

B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised

quantity of medicines in view of the availability of the budget.

14. No offer will be considered if it:

i. is received after the date and time fixed for its receipt.

ii. is unsigned

iii. is conditional

iv. is given by the firm black listed, suspended or removed from the approved list of the Health

Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health

Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.

All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no

circumstances be accepted.

16. The implant would be supplied must having the name of manufacturer. Further, a certificate has to contain that

implants being supplied are SS 316- L.

17. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will

replace the unconsumed expired stores without any further charges.

18. The firm shall supply all Ortho Implant as far as possible as per tender requirement in special packing. The

Page 46: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6

following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,

pack, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring

Agency.

NOT FOR SALE

PESSI PROPERTY

19. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as

amended up-to-date as well as the Institution’s other conditions as given hereafter.

20. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final

destination.

21. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of

supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

22. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive

action including forfeiture of performance security and black listing of the firm.

23. The supplies shall be delivered with in the period mentioned on supply order w. e. f. the next date after the date

of issue of purchase order (without penalty).

24. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered

supply shall be imposed upon the supplier.

25. If the suppler failed to supply the order item within the prescribed delivery schedule or supplied substandard items

and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will

be recovered either from the deposited securities / bills of the supplier.

26. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security

(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two

years for future participation.

27. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application

of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security

Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award

made by the sole arbitrator shall be final and binding on the parties.

28. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate

supply.

29. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

Page 47: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

7

30. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee

of Social Security Hospital ,Multan Road, Lahore. After conducting the successful inspection.

31. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject

all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its

rejection of all bids or proposals, but shall not be required to justify those grounds.

32. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore

shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT

Social Security Teaching Hospital

Multan Road, Lahore.

Page 48: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

8

EVALUATION CRITERIA FOR ORTHO IMPLANT Financial Year 2020-2021

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm 20

3. Establishment of company/firm with reference to the Services. 10

4. Overall reputation Certificate in reference to the Services 10

i. Income tax paid certificate 08

ii. Balance Sheet 08

iii. Bank Statement 04

i. More than 05-years 10

ii. 03-05 years 05

iii. 01-03 years 03

i. Past performance certificate by the End

user/ DMS in PESSI 08

ii. Private Sector /Public Sector 02

Page 49: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Brand Make and Model of the Product

a) local product with

b) Foreign product

100 TOTAL

10

Local Distributor/Principal shall clearly define which implant is replaceable under

warranty.

Agent capacity to provide technical service in reference to the

implants

a) Warranty of the implants

9

10 Copy of valid sole agency agreement from principal

manufacture

8

08 In single continent ii.

10 In two or more continents i.

10 7

10 Undertaking on judicial paper that firm is not blacklisted in

any Govt./Autonomous Body in last two years

6.

10

b) For local products

Product Certification

a) Certificates FDA/CE/ISO

5.

9

i. Any two Certificate 10

ii. Any one Certificate 05

i. ISO 10

i. International market 10

ii. only local market 08

i. 01-Years 05

ii. 02- Years 10

Page 50: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

10

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.

LIST OF (ORTHOPEDIC IMPLANTS) FOR THE YEAR 2020-2021

Sr. No

NAME OF ITEMS WITH SPECIFICATION

Estimated

Demand

Estimated

Price

Total

1. 1/3 TUBULAR PLATE 3.5MM.

4 H 01 244/- 244/-

5” 01 244/- 244/-

6”

7”

05

05

244/-

244/-

1220/-

1220/-

2. A WIRE + K WIRE (All Type)

300

97/-

29100/-

3.

AUSTIN MOORE HIP PROSTHESIS (standard stem/narrow

stem) size 38 to 52mm

Sterilized

Non sterilized

24

2934/- 70416/-

4.

BIPOLAR HIP PROSTHESIS.

With bone cement Full Range (European/Japan/USA)

02

50000/-

100000/-

5. BIPOLAR HIP PROSTHESIS. (Cement less) Full Range (Imported)

02

75000/-

150000/-

6.

BONE CEMENT WITH GENTAMYCIN

03

5350/-

16050/-

7.

BONE CEMENT SIMPLE

01

3950/-

3950/-

8.

BONE STAPLES SET OF THREE

If Required

9. 11000/- 22000/- Bone substitute 21000/- 42000/- 10 cc 02

20 cc If Required

10.

Bone wax

If Required

-

11.

BRAUN’S EXTENSION SPLINT

If Required

-

12.

CALIBRATED GUIDE WIRE

If Required

-

13. CANCELEOUS BONE SCREWS 4.5 mm dia, 32 mm thread

with washers length up to 110 mm

If Required

-

Page 51: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

11

14. CANCELEOUS BONE SCREWS 4mm dia, length up

to 50 mm (Fully threaded)

If Required

-

15. CANCELEOUS BONE SCREWS 4mm dia, length up

to 50 mm (Half threaded)

If Required

-

16. CANCELEOUS SCREWS FULLY THREADED (HALF

THREADED) 3.5mm, 10-600mm

If Required

-

17.

CANCELLOUS BONE SCREWS

6.5 mm dia length up to 110mm

Fully threaded) and 32 mm and 16mm threaded

If Required

-

18.

Cannulated Dril Bit

i. 2.7mm-

ii. 3.2mm

iii. 3.5mm

iv. 6.5mm

If Required

-

-

19.

-

-

-

-

Cannulated screw

3mm dia length up to 110mm.

v. 3.5mm“ “ “ “ “ “ “ “ “ “. If Required -

vi. 4.0“ “ “ “ “ “ “ “ “ “.

vii. 6.5 mm “ “ “ “ “ “ “ “ “ “

viii. 7.0mm “ “ “ “ “ “ “ “ “ “.

If Required

If Required

If Required

- - -

20. Dril Bit with Demand Tip

If Required

-

-

21. CERVICAL SPINE PLATE.

If Required

-

-

22. CHARNELY COMPRESSION CLAMP

If Required

-

-

23. CONDYLAR BLADE PLATE 90 DEGREES.

5 H X 50mm

“ 60mm

“ 70mm

‘’ 80mm

7H x 50mm

60mm

70mm

80mm

9H x 50mm

60mm

70mm

80mm

12H x 50mm

If Required

-

-

Page 52: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

12

60mm

70mm

80mm

14 H x 50mm

60mm

70mm

80mm

16 H x 50mm

60mm

70mm

80mm

18 H x 50mm

60mm

70mm

80mm

24. CORTICAL BONE SCREW 3.5 mm dia length up to 60mm. 600 63/- 37800/-

25.

CORTICAL BONE SCREWS 2.5 mm dia length up to 40mm.

If Required

-

26. CORTICAL BONE SCREWS 4.5 mm dia length up

to 70mm

800 63/- 50400/-

27.

CORTRICAL BONE SCREWS 2 mm dia length

4-16mm.

If Required

-

28.

Malleolar screw 4.5 mm length 16mm up to 70 mm

100

140/-

7000/-

29.

CRAMER WIRE SPLINT

If Required

30. D.C.P BROAD 4.5 MM.

6 H

7 If Required

8”

If Required

9”

If Required

10”

If Required

11”

If Required

12”

If Required

14”

If Required

Page 53: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

13

31. D.C.P NARROW 4.5.

02

02

02

02

02

02

02

390/-

450/-

520/-

580/-

650/-

700/-

780/-

780/-

900/-

1040/-

1160/-

1300/-

1400/-

1560/-

6 H

7”

8”

9”

10”

11”

12”

32.

D.C.S 95 DEGREE (COMPLETE SET)

3580/-

3580/-

3580/-

3580/-

4030/-

4030/-

4030/-

4400/-

4 H 01 3580/-

5” 01 3580/-

6” 01 3580/-

7’’ 01 3580/-

8” 01 4030/-

10” 01 4030/-

12” 01 4030/-

14” 01 4400/-

33. D.H.S 135 DEGREE (COMPLETE SET). 10

10

10

10

02

02

02

02

2900/- 2900/- 2900/-

3200/- ------

3500/-

3500/-

3700/-

29000/-

29000/-

29000/-

32000/-

7000/-

-------

7000/-

7400/-

4 H

5 “

6”

7”

8”

9”

10”

12”

34.

DENHIM PIN

05

215/-

1075/-

35. DRILL BIT

1.5mm If Required

2.7mm, 05 480/- 2400/-

3.2mm, 05 480/- 2400/-

3.5mm, 05 480/- 2400/-

4.5mm, If Required

5mm, If Required

6.5mm. If Required

36.

ENDER NAILS

If Required

-

-

37. EXTERNAL FIXATOR Compression distraction

If Required

-

-

38.

EXTERNAL FIXATOR double rod with 06 schanz screw

(Imported)

05

3900/-

19500/-

Page 54: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

14

39.

EXTERNAL FIXATOR double rod with 6 schanz screw

(Imported)

i. For – Tibia/Femur

ii. For – Radius/Ulna

02

02

3900/-

3900/-

7800/-

7400/-

40.

EXTERNAL FIXATOR T CLAMP

02

730/-

1460/-

41.

FIXATOR INTERNI (complete set)

If Required

42.

GIGGLY SAW

50

225/-

11250/-

43.

GUIDE WIRE FOR D.H.S

20

326/-

6520/-

44.

Herbert’s screw (imported)

If Required

45.

HUMERUS SIMPLE NAIL

If Required

-

-

46.

I/M nailing for children with complete set (flexible)

If Required

-

-

47.

Inter frontal screws

02

510/-

1020/-

48.

INTER LOCKING NAIL FOR HUMERUS (compete set)

Reamed

Un reamed

02

2440/-

4880/-

49. INTER LOCKING NAIL FOR TIBIA.

(Complete set)

Reamed

Un reamed

20

2400/-

48000/-

50. INTERLOCKING NAIL FOR FEMUR

(Complete set)

Reamed

Un reamed

30

2400/-

72000/-

51.

Proximal Femoral Nail

If Required

-

-

52.

Reconstruction Nail

If Required

-

-

53.

Fixator for Pelvic

If Required

-

-

54.

KIRSCHNER NAIL (I/M NAIL FOR FEMUR)

6 to 9 mm dia and length 14 to 40 cm

10 to 14 mm dia and length 14 to 40 cm

If Required

-

-

Page 55: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

15

55.

KIRSCHNER NAIL (I/M NAIL FOR TIBIA)

6mm dia and length 18 to 34 cm

10 to 14 mm dia and length 14 to 40 cm

If Required - -

56.

KNOWLE’ S PIN

If Required - -

57. L BUTTRESS PLATE.

4, 6 H 02 730/- 1460/-

8, 10 H 02 730/- 1460/-

58. L C D C plates 4.5 01 970/-

1300/-

1400/-

1600/-

970/-

1300/-

1400/-

1600/-

6 H 01 8 “

9 “

01 01

10 “

59. L C D C plates.

Small fragment

6 H

7 “

6 “

If Required - -

60.

01

01

01

If Required

01

01

If Required

01

If Required

01

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required If Required

13850/-

13850/-

13850/-

13000/-

7335/-

13850/-

13850/-

13850/-

13850/-

13850/-

13000/-

7335/-

13850/-

13850/-

LCP Locking Compression Plate with locking screw (Complete Set) ix. Proximal femmur plate

x. Distal Femur plate

xi. Proximal tibia plate

xii. locking plate 3.5, 4.5mm

(Distal Radius)

5- Distal medial tibial plate

6- Distal lateral tibial plate

7- Olecrinon plate

8- Proximal humerus plate(philos)

9- Distal lateral humeral plate

10-Distalmedial humeral plate

xiii. Clavical plate

xiv. Pelvis plate

xv. Anicle / calcanious

xvi. Narrow plate 4.5mm

xvii. Broad plate 4.5 mm

xviii. DHS Plate 4.5mm

61.

MINI FRAGMENT PLATE. If Required - -

4”

5”

6”

Page 56: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

16

62.

MOSS MIAMI set with two screws outer & inner.

Optional accessories

a. Transverse connector

b. Pedicle hook

c. Laminar hook

d. Laminar hook angled

e. Laminar hook narrow

f. Laminar hook wide

g. Angled supra laminar right

h. Angled supra laminar left

i. External body laminar hook

j. Off set body hook

k. Inner

l. Outer

m. Washer

If Required

- -

63. N-A FIXATOR with shanz screws

Small

Medium

Large

03

4075/-

12225/-

64. ORTHO FIX (External fixator)

Small

Medium

Large

01 1200 1200 01 1300 1300 01 1500 1500

65. PERTROCHANTERIC BLADE PLATE 95

DEGREE.

BLADE LENGTH 50,60,70,80,90,95,100,105, 110MM

PLATE LENGTH 4, 6, 9, 12 HOLE

If Required

66.

RECON NAIL SYSTEM (IMPORTED) for Femur.

01 - --

67. RECONSTRUCTION PLATES (Y PLATES) If Required - - 6 H

8 “

12 “

14”

68. RETROGRADE INTERLOCKING NAIL FOR

FEMUR (Complete set)

If Required - -

69. Revision knee (Europe/Japan/USA) If Required - -

70. Revision Knee with

((Europe/Japan/USA))

Augmentation Blocks If Required - -

71. Total Shoulder

(Europe/Japan/USA)

Replacement Reverse If Required - -

72. Total Shoulder Replacement Reverse (Non-

Cemented) (Europe/Japan/USA)

If Required - -

73. Total Elbow Replacement (Europe/Japan/USA) If Required - -

74.

Shoulder Arthoplasty. (Europe/Japan/USA) If Required - -

Page 57: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

17

75.

01

01

01

01

01

01

RING FIXATOR full ring+ attachments (made up of two half

rings)

Dia 130mm 2800/- 2800/-

“ 140mm 2800/- 2800/-

“ 150mm 2800/- 2800/-

“ 160mm 2800/- 2800/-

“ 170mm

“ 180mm

2800/-

2800/-

2800/-

2800/-

76.

01 (Set)

01

01 01

01

01 01

01

01 01

01 01

03

Link Modular Proximal Tibial Replacement implants Set 10, 00,000 10, 00,000/- Consisting of

1-Link Proximal Tibial Replacement component

2-Link Femoral Itr Condylar component

3-LinkCement –less Segiment Spacer for Tibia

4- Link Central Coupling Connector

5-Link Stem Cemented for Tibial Component

6- Link Stem Cemented for Femoral Component

7- Link Supporting Ring for Tibial

8-Centralizer for Femur

9- Centralizer for Tibia

10-Cement Restrictor for Femur

11--Cement Restrictor for Tibia

12-Bone Cement Genta

77.

RUSH NAIL (ALL SIZES)

If Required - -

78. SEMI TUBULAR PLATE 3.5MM. If Required - -

5 H

6”

7”

8”

10”

79.

SHANZ SCREWS (Imported) 2MM 4MM 6.5MM

30

120/-

3600/-

80. SMALL “T”PLATE3.5MM.

01

01

01

01

01/

570/-

570/-

570/-

570/-

570/-

570/-

570/-

570/-

570/-

570/-

3 H

4”

5”

6”

8”

Page 58: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

18

81. SMALL DCP Plate 3.5MM.

5H

6”

7”

8”

10”

02

05

05

01

01

326/-

407/-

489/-

570/-

650/-

652/-

2035/-

2445/-

570/-

650/-

82.

SPOON PLATE.

5 H

6”

8”

If Required - -

83. STANDARD “T” PLATE 4.5MM.

3 H

4”

5”

6”

8”

10”

12”

01

01

01

01

01

01

01

890/-

890/-

890/-

890/-

890/-

890/-

890/-

890/-

890/-

890/-

890/-

890/-

890/-

890/-

84.

STEIN-MAN PIN

05

150/-

750/-

85.

SUTURE WIRE (16 TO 22 SWG)/ CIRCLAGE WIRE

If Required

--

--

86.

THOMAS SPLINT

If Required

87.

THOMPSON HEMIARTHROPLASTY PROSTHESIS 38-55mm

with one bone cement

01

3749/-

3749/-

88.

Total Flex knee joints (Europe/Japan/USA)

01

150000/-

150000/-

89.

TOTAL HIP REPLACEMENT

(MODULAR TYPE) with two packets of bone cement with

gentamycin and cement plug.

02

55000/-

110000/-

90.

TOTAL HIP REPLACEMENT

(Europe/Japan/USA)

CEMENT-

LESS

02

130000/-

260000/-

91.

Revision of Hip joint cemented and femoral long stem

(Europe/Japan/USA)

If Required

-

-

92.

Revision of Hip joint (Non-cemented) (Europe/Japan/USA)

If Required

-

-

Page 59: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

19

93.

TOTAL KNEE JOINTS (completer set)

Femoral component- on

Tibia component -one

Articulating surface- one

Patellar button -one

Bone cement – 2 Pack with Gentamycin

(Europe/Japan/USA)

01

130000/-

130000/-

94.

Total Shoulder Replacement (Europe/Japan/USA)

If Required

-

-

95.

Uni compartment Knee

If Required

-

-

96.

Veterbroplasty cement

If Required

-

-

97.

WASHER FOR CANCELLOUS SCREWS

50

163/-

8150/-

98.

Vertebral body cages

If Required

-

-

99.

Ace tabular cages for Hip (T.H.R)

If Required

-

-

100.

Drill bit (Imported) All Sizes

05

6000/-

30000/-

101.

Trocrochinaric Screw

If Required - -

102.

Bone stimulant agent

01

45000

45000

103.

Plate lets Rich Plasma

04

18000

72000

104.

Crespine Gel

01

22000

22000

Titanium implants

101 Broad D.C.P

8 Hole 02

9 “ 02

10” 02

102 D.C.S Complete set If Required - -

103 D.H.S Complete set If Required - -

Page 60: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

20

104 I/M Nail (Interlock with complete set)

Tibia

Femur

Humurs

If Required - -

105 Narrow D.C.P If Required - - 8 Hole to 12 Hole

9 “ “

10 “ ”

12 ” “

106 Small D.C.P

6 Hole

7 “

8 “

If Required - -

107 TITANIUM SCREWS

3.5mm

4.5 mm

If Required - -

108

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

-

LCP Locking Compression Plate with locking screw (Complete Set) xix. Proximal femmur plate

xx. Distal Femur plate

xxi. Proximal tibia plate

xxii. locking plate 3.5, 4.5mm

(Distal Radius)

5- Distal medial tibial plate

6- Distal lateral tibial plate

7- Olecrinon plate

8- Proximal humerus plate(philos)

9- Distal lateral humeral plate

10-Distalmedial humeral plate

xxiii. Clavical plate

xxiv. Pelvis plate

xxv. Anicle / calcanious

xxvi. Narrow plate 4.5mm

xxvii. Broad plate 4.5 mm

xxviii. DHS Plate 4.5mm

Page 61: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

21

109

RING FIXATOR full ring+ attachments (made up of two

half rings) Aluminum

Dia 130mm

“ 140mm

“ 150mm

“ 160mm

“ 170mm

“ 180mm

If Required

-

-

110

Hybrid Ex. Fix

If Required

-

-

Total 2880580

Page 62: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Tender

For

Disposable Surgical

items/ Small Medical

Appliances

Financial year

2020-2021

1

Page 63: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE.

Tender for the purchase of Disposable surgical items/ Small medical appliances during financial year

2020-2021

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 06-07-2020 till 11:00 AM

Receiving Date & Time 06-07-2020 till 11:00 AM

Opening Date & Time 06-07-2020 till 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs=2,17,94,457/-

in the form of CDR/Bank Draft.

BIO DATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D Card No. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Complete Address

Lahore Office Phone, Cell and Fax No.

2

Page 64: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement

by the firm, the department reserves the right to take any punitive action including forfeiture of security, under

the rules.

Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not

more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall

be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms

and conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the

Hospital reserves the right to take any punitive action including forfeiture of security, under the rules.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

3

Page 65: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. TERMS & CONDITIONS

For the purchase of Disposable Surgical items/Small Medical Appliance

DURING FINANCIAL YEAR 2020-2021

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign

principals in Pakistan & Distributors for supply of disposable surgical items having well repute for the supply of

store as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social

Security Teaching Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners with samples.

Item No. Name of

Item

Brand

Name

Cat No Manufacturer Country of

Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL

PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in

an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring

Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity

period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.

However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of the

bid.

10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their

quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be retained

by the hospital and will be returned after successful completion of the contract.

b) The Successful bidder will provide 10% performance security of the value of award letter.

c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

d) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. To sign the Contract in accordance with instruction to bidders or

4

Page 66: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

II. To complete the supplies in accordance with the General Condition of Contract.

11. Validity Period of contract shall be up to 30-06-2021, which is extendable.

12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their

professional, technical, financial, legal or managerial capabilities.

13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide three(03) samples (commercial packs, free of

cost) for evaluation, failing which the offer shall not be considered.

B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised

quantity of medicines in view of the availability of the budget.

14. No offer will be considered if it:

i. is received after the date and time fixed for its receipt.

ii. is unsigned

iii. is conditional

iv. is given by the firm black listed, suspended or removed from the approved list of the Health Department

Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.

All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances

be accepted.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will

replace the unconsumed expired stores without any further charges.

17. The firm shall supply all Small Medical Appliances as far as possible as per tender requirement in special packing.

The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,

pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the

Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as

amended up-to-date as well as the Institution’s other conditions as given hereafter.

19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final

destination.

20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of

supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive

5

Page 67: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

action including forfeiture of performance security and black listing of the firm.

22. The supplies shall be delivered within the period mentioned on supply order w .e. f the next date after the date of

issue of purchase order (without penalty).

23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered

supply shall be imposed upon the supplier.

24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items

and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be

recovered either from the deposited securities / bills of the supplier.

25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10%

of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years

for future participation.

26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of

this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching Hospital

Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award made by

the sole arbitrator shall be final and binding on the parties.

27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate

supply.

28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of

Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject

all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its

rejection of all bids or proposals, but shall not be required to justify those grounds.

31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore

shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT

Social Security Teaching Hospital,

Multan Road, Lahore.

6

Page 68: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA FOR SMALL MEDICAL APPLIANCE F.Y.2020-2021

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a photocopy of

same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from

Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of

Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and

stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any

Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm 20

3. Establishment of company/firm with reference to the Services. 10

4. Overall reputation Certificate in reference to the Services 10

7

i. Income tax paid certificate 08

ii. Balance Sheet 08

iii. Bank Statement 04

i. More than 05-years 10

ii. 03-05 years 05

iii. 01-03 years 03

i. Past performance certificate by the End user/

DMS in PESSI 08

ii. Private Sector /Public Sector 02

Page 69: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

5. Product Certification

a) Certificates FDA/CE/ISO

b) For local products

10

6. Undertaking on judicial paper that firm is not blacklisted in any

Govt./Autonomous Body in last two years

10

7 Brand Make and Model of the Product

a) local product with

b) Foreign product

10

i. In two or more continents 10

ii. In single continent 08

8 Copy of valid sole agency agreement from principal manufacture 10

9 Length of Registration of Products with Ministry of Health. 10

TOTAL 100

Note:

Acceptable Bids must score minimum of 70% marks.

8

i. Any two Certificate 10

ii. Any one Certificate 05

i. ISO 10

i. International market 10

ii. only local market 08

i. 1-5 Years 04

ii. 6-10 Years 08

iii. More Than 10 Years 10

Page 70: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. LIST OF ITEM (DISPOSABLE SURGICAL ITEMS)

2020-2021

SR, NO. NAME OF ITEMS WITH SPECIFICATION. Estimated Demand

Estimated Price

Total

ANESTHESIA ITEMS.

1. Endotracheal tube Nasal with cuff all sizes 05 190 950

2. Endotracheal tube reinforced all sizes 05 250 1250

3. Endotracheal tube with cuff (Disposable) all sizes 1000 74 74000

4. Endotracheal tube without cuff (Disposable) all sizes 250 68 17000

5. Endotracheal tube Double Lumen left/right reusable

all sizes.

01 4800 4800

6. Endotracheal tube Double Lumen left/right Disposable

all sizes.

02 4200 8400

7. RAE Endotracheal tube all sizes 10 260 2600

8. CVP line Double Lumen (All sizes) 80 2500 200000

9. L.P needles All sizes. 3800 120 456000

10. Disposable ECG Electrodes fine sticking

(Adult size)

10000 695 69500

11. Epidural Set with catheter. 16G/18G 30 1300 39000

12. Soda Lime 12 4800 57600

13. Laryngeal Mask Re – Usable (All sizes). 20 1500 30000

14. Laryngeal Mask Disposable (All sizes). 10 1550 15500

15. Air way (All sizes). 200 11.90 2380

16. Three way stop cock. 1000 42 42600

17. Viral / Bacterial filter for respiratory circuit Adult 500 125 62500

18. Magill’s circuit (for adult). 10 2800 28600

19. Ayres T piece ( Pediatric circuit- with bag) with Expiratory valve

05 2250 11250

9

Page 71: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

20. Breathing circuit with rebreathing bag. (2 Liter) and

extension pipe 100 1150 11500

21. Breathing circuit (Peads) 20 875 17500

22. Breathing circuit (Adult) for I.C.U 30 370 11100

23. L-Shape ETT Connector 20 150 3000

24. Nebulizer kit Adult. 2000 92 184000

25. Nebulizer kit Peads. 500 92 46000

26. Nebulizer Kit for Ventilators (With-T) 10 250 2500

27. Catheter Mount 15 160 24000

28. I/V infusion set for syringe pump 1 100 100 C ommented [n1]:

29. Disposable Arterial line catheter 5 1650 8250

30. Manometer Tubing for syringe pump 1300 135 175500

31. HME filters for ICU Patients

(Heat Moisture Exchange)

20 190 3800

32. Stylet for Endotracheal Tubes All size Flexible coated 20 270 5400

33. Disposable facemask N-95. 2000 145 290000

34. Anesthesia Face mask Disposable Silicon (All Size) 10 375 3750

35. Anesthesia Face mask reusable Silicon(All Size) 10 625 6250

36. Disposable Pressure Transducer Compatible. 05 1250 6250

37. Oxygen Mask with tubing 1200 87 104400

38. Syringe Cutter ( Heavy duty) 450 190 85500

39. Disposable Surgical Face Mask 20000 09 180000

40. Nasal Cannula for Oxygen 1000 57 57000

41. Nasal Airway all sizes 05 125 625

42. Bougies with lumen (Hollow) Adult All Size 02 1400 2800

43. Bougies with lumen (Hollow) Peads All Size 02 1400 2800

44. Disposable Cap for OT 20000 3.10 62000

45. CPAP Mask All Size 20 4500 135000

46. Disposable suction pipe (Yunkar Suction Set) 1500 155 232500

10

Page 72: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

11

47.

Sub clavian catheter Double lumen for haemo

dialysis Adult size.

400 3625 1450000

48. Sub clavian catheter Double lumen for haemo dialysis peads size.

1 4000 4000

49. Disposable Drip flow regulator 10 120 1200

50. Epidural fixation dressing 10cm x12cm

If required If required If required

51. I/V dressing with notch cannula fixation size

6 cm x7cm

If required If required If required

52. CVP line fixation dressing 8.5cm x 11.5cm

If required If required If required

53. Disp Oxygen Rebreathing Mask

50 200 10000

54. Dis Oxygen Non rebreathing Mask

50 200 10000

55. Bipap Mask 5 2000 10000

56. In Spiro meters 300 150 45000

57. Silicon N.G. Tube (All Size) 10 75 750

Disposible Surgical Items

58. T Tube Size 14,16,18,20 (All Size) 10 60 600

59. Disposable suction drain set size 10, 12, 14, 16 and 18. 200 350 175000

60. Disposable sterilized double gloves all sizes. 2500 130 325000

61. Disposable gloves sterile surgical gloves (gloves size 6.5

must be quoted by parties or the quotation may be considered).

50000 40 2000000

62. Polythene gloves (Pack of hundred). 800 35 28000

63. Sterile and Disposable Transparent adhesive plastic

drape sticking area. 28x30cm. Medium

200 220 44000

64. Sterile and Disposable Transparent adhesive plastic

drape sticking area. 28x45cm. Large

100 405 40500

65. Sterile and Disposable Transparent adhesive plastic

drape sticking area. 30x45cm. Large

50 405 20250

66. Steri- Strip Advance 10 24 240

67. Disposable adhesive surgical wound dressing 10x25cm 200 58 11600

68. Hydrocolloid/Hydrogel wound dressing 4” x 4” 05 230 1150

69. Hydrocolloid/Hydrogel wound dressing 6” x 6” 05 280 1400

70. Chest binder. 02 234 468

Page 73: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

12

71. Abdominal binder. 100 234 23400

72. Hydrocolloid Gel. 02 230 460

73. Calcium alginate wound dressing 10cm x 10cm 02 220 440

74. Methylene Blue Dye 01 5000 5000

75. Fibrin Glue 1 10000 10000

76. Calcium alginate wound dressing 10cm x 20cm 02 235 470

77. Hypoallergenic paper tape sizes.

1”

2”

3”

4”

900

400

100

50

50

80

120

150

45000

32000

12000

7500

78. Acrylic base transparent tape 1”x10 yard

2”x10 yard

3”x10 yard

If required If required If required

79. Calcium alginate rope Length (12”) (Not less than 12”) 02 150 300

80. Absorbable gelatin sponge hemostat 1400 220 308000

81. Suction catheter (All sizes) 500 13 6500

82. Nelton drain (all sizes) 1000 27 27000

83. Colostomy bags (Simple) If required If required If required

84. Colostomy bag (One piece drainable pouch with skin

barrier) custom cut, clamp for every five bag.

300 320 96000

85. Colostomy bag (two piece system with drainable

pouch custom cut)

2200 615 1353000

86. Autoclave strips. 12000 18 216000

87. Autoclave Tape. 30 290 8700

88. True Cut Biopsy Needle (Semi-Automatic) All Size 14, 16, 18.

75 1590 119250

89. Thermometer oral. 400 75 30000

90. Chest tube without trocar (All sizes) 60 225 13500

91. Surgical blades (All sizes) 8000 37 296000

92. Skin grafting blade (Hamby’s knife) 10 550 5500

93. Derma carrier 1x3, 1x9 05 1990 9950

94. Air cushion rubber. If required If required If required

Page 74: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

13

95. Disinfectant/Sterilized solution for medical

equipment’s

(DRAP Approved)

80 3300 264000

96. Disinfectant solution for surface free from

glutarealdehyde (DRAP Approved)

110 2200 242000

97. Compression elastic stocking above knee. 15 980 14700

98. Compression elastic stocking below knee. 15 980 14700

99. Stomahesive paste 600 910 546000

100. Stomahesive powder 04 925 3700

101. Disposable diathermy lead. 2500 153 382500

102. Examination Gloves (latex pre-powder) Pack/100 5000 465 2325000

103. Alcohol Base Hand Scrub not Povidine / Iodine

(DRAP Approved)

600 650 390000

104. N.G Tube Size 3-10. 3000 22 66000

105. N.G Tube Size 12-22. 900 42 37800

106. Soft cloth surgical tap with precut size 1’’& 2’’& 3’’

If required If required If required

107. Abdominal Sponge (30x30cm) 4500 58 261000

108. liner cutter 60mm,80mm,100mm 02 24000 48000

109. Reload liner cutter 60mm,80mm,100mm 06 4500 27000

110. Disposable clip applier 10mm. 01 35000 35000

111. Circular stapler sizes (21,25,29,33mm 01 34000 34000

LAPAROSCOPIC INSTRUMENTS

112. Disposable Laparoscope’s ports 10mm 120 5155 618600

113. Disposable Laparoscope’s ports 5mm 250 5155 1288750

114. Disposable Laparoscopic scissor 5mm 02 8450 16900

115. Disposable Laparoscopic Grasper 5mm 02 8450 16900

Page 75: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

14

116. Disposable Laparoscopic Dissector 5mm 01 8450 8450

117. Disposable Laparoscopic Babcock 5mm 02 8400 16800

118. Disp Camera Cover (Polythene) 1 100 100

119. L-Hook Dissector 1 30000 30000

120. Liver Fan Retractor 1 10000 1000

121. Disp Tooth Grasper 1 5000 5000

122. Knot Carrier 1 5000 5000

123. Hernia stapler for mesh fixation 02 14000 28000

124. Suction irrigation Device for laparoscopic 5mm 01 5200 5200

125. Suction irrigation Device for laparoscopic 10mm 01 6200 6200

126. Shear for Open Surgery (Hand Operated for Ultrasonic Harmonic Scalpel)

01 40000 40000

127. Extract Inflatable Specimen Bag 02 9135 18270

UROLOGY ITEMS

128. Foley’s catheter (2-way) 8, 10. Fr With styllite 140 125 17500

129. Foley’s catheter (2-way) 12, 14, 16, 18, 20 Fr. 5000 95 475000

130. Foley’s catheter (3-way) 20, 22, 24 Fr. 250 485 121250

131. TUR irrigation set 110 190 20900

132. External urinary catheter. 100 15 1500

133. Suprapubic catheter. 12, 14,16 FR 40 4700 188000

134. Urine bag ordinary 2000ml. 6000 35 210000

135. Urine bag A-type 2000ml 220 80 17600

136. Urine bag infant (with fine sticking). 100 3078 378

137. Ureteric catheter adults 4,5,6FR. 30 900 27000

138. Ureteric catheter Peads 3fr. 02 1000 2000

Page 76: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

139. Double J stent with guide wire with pusher Adult. 50 3900 195000

140. Double J stent with guide wire with pusher Peads. 02 4000 8000

141. PCN set. 20 8800 176000

142. Silicon Foley’s catheter 2 way 10,12,14,16,18FR 60 280 76800

143. Guide Wire straight all size 40 1340 53600

144. TUR Loops Compatible (Wolf/Storz) 02 4000 8000

145. TUR Loops Compatible (Olympus) 02 4500 9000

146. Prostate Evaporation loop / Storz compatible. Bipolar

(Olympus/Wolf)

05 18000 90000

147. Prostate resection loop / Storz Compatible.

Bipolar(Olympus/Wolf)

02 24000 48000

148. Surgical Gloves Powder Free All Sizes 1000 50 50000

149. Balloon Dilated for PCNL 01 2500 2500

150. Zebra Guide Wire 01 2000 2000

RADIOLOGY ITEMS

151. Ultrasound gel 5kg can. 35*5kg 520 182000

152. Ultrasound Thermal Paper (High Density). 120 880 105600

153. 3 – Way stopper with extension tubing. 1200 55 66000

154. Multipurpose Self returning drainage catheter with

guide wire and introducing needle.

01 5000 5000

155. Braum Sulphate Powder 02 450 900

156. Braum Enema Bag 02 850 1700

157. Disposable injector Syringe for C.T 200ml 20 4500 90000

158. Coaxial true cut Semi-Automatic biopsy needle

cutting cannula needle 20G

Coaxial needle gage =19 UTW (different length)

05 4500 22500

159. Lung FNAB needle set Aspiration needle 22G length at

least 15cm.

Introducer needle gage 19 length at least 10cm

05 4500 22500

160. True Cut Biopsy Needle Semi-Automatic (echogenic )

Size: 14,16,18,20G different length

05 1800 9000

161. Chiba Biopsy Needle echogenic Size 21,22,23G 03 800 2400

ENT ITEMS

15

Page 77: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

162. Grommets shepherd 05 2190 10950

163. Tracheostomy tube (disposable with cuff) all sizes 05 550 2750

164. Tracheostomy tube (disposable without cuff) all sizes 02 450 900

165. Cartilage implants. 01 1000 1000

166. L-Shaped nosal prosthesis silicon. Size Small, Medium & Large.

01 2800 2800

167. Disposable Tung depressor 2000 2.45 4900

ORTHOPEDIC Disposable ITEMS

168. Philadelphia collar. 01 900 900

169. Cervical collar (soft) small, medium, large. 50 180 9000

170. Cervical collar (hard) Adjustable small, medium, large. 30 145 4350

171. Adjustable hard collar for cervical traction. 02 528 1056

172. Tubi-Grip above knee small, medium, large. 500 87 43500

173. Skin traction kit non sticking 60 160 9600

174. Polysling. 160 228 36480

175. Wrist Splint. 01 250 250

176. Elbow immobilizer. 02 250 700

177. Shoulder immobilizer. 02 450 130100

178. Knee immobilizer. 70 430 2220

179. Kneecap/support. 30 74 1500

180. Stockinet. 20 75 81700

181. Lumbosacral corset.

Dargo Lumber Brace

190 430 81700

182. Wrist Brace Right and Lift 10 194 1940

183. Synthetic Splint 01 500 500

184. Scotch cost 3’’ 20 360 7200

185. Scotch cost 4’’ 10 420 4200

186. Scotch cost 5’’ 10 480 4800

187. Sterilized Operation Kit Disposable 50 1800 190000

188. Sterilized Gown Disposable 900 450 4500

189. Sterilized U-Drape Disposable 50 1500 75000

16

Page 78: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

PAEDS AND MISCELLANEOUS

190. Cord clamp (fine quality) 3000 11.95 35850

191. Wrist Band (identification for New baby born) 1000 6.80 6800

192. Ring pessery (All sizes) 50 850 42500

193. CTG Printer Paper 150 518 77700

194. Butterfly needles (all sizes) 2000 18 36000

195. Burette 100ml with metal tip dropper in (flexible

chamber)

3500 110 385000

196. Breathing Circuit with Water trap (Child/infant) 05 1900 9500

197. Breathing Circuit (Child/infant) 30 500 15000

198. Non-Rebreathing Mask (Infant) 50 245 12250

199. CPAP (Neonatal/ Infant) 20 7500 150000

200. Bacterial / Viral Filter (Child/infant) 30 450 13500

201. Ambu bag Disposable (Child/infant) 20 2800 56000

202. Blood transfusion set. 50 70 3500

203. Bipap Machine Filter 05 2800 14000

204. Chest Bottle Single Chamber. 40 850 34000

205. Chest Bottle Three Chamber. 10 3700 37000

206. Disposable Mount Piece 05 40 200

207. ECG Roll 63mm x 30 Meter. 150 114 17100

208. Blood Sugar Strips with lancet (pack/50) 1300x50 7.90 513500

209. Rubber band for Band Ligation. 02-Pack 3890 7780

COVID-19 PANDEMIC ITEMS

210. Eye Google 250 200 50000

211. Tyvek Kit 420 1200 504000

17

Page 79: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

212. Infrared Thermometer 02 12000 24000

213. Isolation Gown /Genral Surgery Gown 120 2400 288000

214. Safety Kit Sterilized All Size (PPE) 520 100 52000

Total =2,17,94,457/-

18

Page 80: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

1

Tender

For

Surgical Sutures

Financial year

2020-2021

1

Page 81: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

2

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE.

Tender for the Purchase of Surgical Suture during Financial Year 2020-2021

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 06-07-2020 till 11:00 AM

Receiving Date & Time 06-07-2020 till 11:00 AM

Opening Date & Time 06-07-2020 till 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.4071880 in

the form of CDR/Bank Draft.

BIO DATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D Card No. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Complete Address

Lahore Office Phone, Cell and Fax No.

2

Page 82: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

3

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by

the firm, the department reserves the right to take any punitive action including forfeiture of security, under the

rules.

Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not

more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be

bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and

conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

3

Page 83: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. TERMS & CONDITIONS

For the purchase of Surgical Suture

DURING FINANCIAL YEAR 2020-2021

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of

foreign principals in Pakistan & Distributors for supply of Surgical Suture having well repute for the supply of

store as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent,

Social Security Teaching Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners with samples.

Item No. Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL

PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed

in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring

Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity

period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.

However the procuring agency may seek and accept clarifications to the bid that do not change the substance of

the bid.

10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their

quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be

retained by the hospital and will be returned after successful completion of the contract.

b) The Successful bidder will provide 10% performance security of the value of award letter.

c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

d) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. To sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

4

Page 84: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

5

11. Validity Period of contract shall be up to 30-06-2021, which is extendable.

12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning

their professional, technical, financial, legal or managerial capabilities.

13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide three (03) samples (commercial packs, free of

cost) for evaluation, failing which the offer shall not be considered.

B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised

quantity of medicines in view of the availability of the budget.

14. No offer will be considered if it:

i. is received after the date and time fixed for its receipt.

ii. is unsigned

iii. is conditional

iv. is given by the firm black listed, suspended or removed from the approved list of the Health

Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health

Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.

All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no

circumstances be accepted.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will

replace the unconsumed expired stores without any further charges.

17. The firm shall supply all Surgical Suture as far as possible as per tender requirement in special packing. The

following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,

pack, each piece, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by

the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as

amended up-to-date as well as the Institution’s other conditions as given hereafter.

19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final

destination.

20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of

supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive

action including forfeiture of performance security and black listing of the firm.

22. The supplies shall be delivered within the period mentioned on supply order w. e .f the next date after the date

of issue of purchase order (without penalty).

5

Page 85: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6

23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered

supply shall be imposed upon the supplier.

24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard

items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount

will be recovered either from the deposited securities / bills of the supplier.

25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security

(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two

years for future participation.

26. Suture must be approved by Health Ministry of Pakistan and FDA approved, those suture are not approved will

not be consider.

27. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application

of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching

Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award

made by the sole arbitrator shall be final and binding on the parties.

28. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate

supply.

29. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

30. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee

of Social Security Teaching Hospital Multan Road, Lahore. After conducting the successful inspection.

31. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject

all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its

rejection of all bids or proposals, but shall not be required to justify those grounds.

32. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore

shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT

Social Security Teaching Hospital Multan

Road, Lahore.

6

Page 86: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

7

EVALUATION CRITERIA FOR SURGICAL SUTURE 2020-2021

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm 20

3. Establishment of company/firm with reference to the

Services. 10

4. Overall reputation Certificate in reference to the

Services

10

7

i. Income tax paid certificate 08

ii. Balance Sheet 08

ii Bank Statement 04

i. More than 05-years 10

ii. 03-05 years 05

ii 01-03 years 03

i. Past performance certificate by the

End user/ DMS in PESSI 08

ii. Private Sector /Public Sector 02

Page 87: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Brand Make and Model of the Product

a) local product with

b) Foreign product

100 TOTAL

10 Length of Registration of Products with Ministry of

Health.

9

10 Copy of valid sole agency agreement from principal

manufacture

8

08 In single continent

10 In two or more continents

10 7

10 Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in last

two years

6.

10

b) For local products

Product Certification

a) Certificates FDA/CE/ISO

5.

8

i. Any two Certificate 10

ii Any one Certificate 05

i. ISO 10

i. International market 10

ii. only local market 08

i. 1-5 Years 04

ii. 6-10 Years 08

ii More Than 10 Years 10

Note: Acceptable Bids must score minimum of 70% marks.

8

Page 88: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

9

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (FOR SURGICAL SUTURES)

2020-2021.

SR, NO. NAME OF ITEMS WITH SPECIFICATION. Estimated

Demand

Estimated

Price

Total

1) Chromic catgut no. (0) 40mm R.B 108 77/- 8316/-

2) Chromic catgut no. (1) 40mm R.B 4200 80/- 336000/-

3) Chromic catgut no. (2) 40mm R.B ½ circle 1200 83/- 99600/-

4) Chromic catgut no. (2/0) 30mm R.B 216 77/- 16632/-

5) Chromic catgut no. (3/0) 20mm R.B 240 62/- 14880/-

6) Chromic catgut no. (4/0) 20mm cutting small needle 72 62/- 4464/-

7) Chromic catgut no. (4/0) 20mm R.B curved 24 62/- 1488/-

8) Liga clip medium/large LS 300,400 270 455/- 122850/-

9) Ethilon (10/0). 240 625/- 150000/-

10) Poly dioxanone (4/0) 20mm R.B ½ circle. 60 295/- 17700/-

11) Poly dioxanone (5/0) ½ circle. 36 295/- 10620/-

12) Poly glycolic Acid no. (0) 40mm R.B 204 195/- 39780/-

13) Poly glycolic Acid no. (1) 40mm R.B. 6060 195/- 1181700/-

14) Poly glycolic Acid no. (2) 40/45mm R.B. 240 265/- 63600/-

15) Poly glycolic Acid no. (2/0) 30mm R.B 1176 175/- 205800/-

16) Poly glycolic Acid no. (3/0) 30mm R.B 288 175/- 50400/-

17) Poly glycolic Acid 4/0 R,B 120 175/- 21000/-

18) Poly glycolic Acid 5/0. 20mm 12 154/- 1848/-

19) Poly glycolic Acid 6/0. 20mm 12 154/- 1848/-

20) Propylene no. (0) 40mm R.B. 36 180/- 6480/-

21) Propylene no. (1) 40mm R.B. 396 180/- 71280/-

22) Propylene (2/0) 25,30mm R.B. 336 180/- 60480/-

23) Propylene no. (2/0) 60mm straight needle. 4008 180/- 721440/-

9

Page 89: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

10

24) Propylene (3/0) 20mm,30mm R.B. 120 180/- 21600/-

25) Propylene no. (3/0) 60mm straight needle. 12 180/- 2160/-

26) Propylene (4/0) 16mm ,20mm R.B. 120 275/- 33000/-

27) Propylene (5/0) 16mm R.B. 36 275/- 9900/-

28) Propylene (6/0) Double Needle 13mm. 120 275/- 33000/-

29) Propylene (7/0) 24 416/- 9984/-

30) Prolene 10/0 12 450/- 5400/-

31) Poly Propylene mesh large 30x30cm 10 8160/- 81600/-

32) Poly Propylene mesh medium 15x15cm 24 2940/- 70560/-

33) Poly Propylene mesh small 6x11cm 130 2580/- 335400/-

34) Propylene tension suturing size 1, 90 mm cutting. 24 475/- 11400/-

35) Black silk no. 0 Straight Cutting.60mm 600 49/- 29400/-

36) Black silk no. 1 30mm ½ circle. R.B 600 50/- 30000/-

37) Silk no. (2/0) 30mm ½ circle. R.B 96 57/- 5472/-

38) Silk no. (2/0) straight.60mm 144 57/- 8208/-

39) Silk no. (3/0) R.B ½ circle. 60 57/- 3420/-

40) Silk no. (4/0) ½ circle R.B. 60 57/- 3420/-

41) Skin staples. 350 485/- 169750/-

Total Cost 4071880/-

10

Page 90: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

1

Tender

For

Used fixer water

Financial year

2020-2021

Page 91: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

2

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.

Tender for the Purchase of Used Fixer Water Financial Year 2020-2021

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 07-07-2020 till 11:00 AM

Receiving Date & Time 07-07-2020 till 11:00 AM

Opening Date & Time 07-07-2020 till 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.22500 in the

form of CDR/Bank Draft.

BIO DATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D Card No. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Complete Address

Lahore Office Phone, Cell and Fax No.

Page 92: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

3

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by

the firm, the department reserves the right to take any punitive action including forfeiture of security, under the

rules.

Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not

more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be

bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and

conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

Page 93: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4

Page 94: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

5

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL FOR TENDER

OF USED FIXER WATER 2020-2021

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy there of

NTN No.=10, GST No.=10 20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 08

Bank Statement = 04

20

3. Establishment of company/firm with reference

to the service.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation in reference to the service

Past performance certificate by the End

user/ DMS in PESSI = 08

Private sector/Public sector = 2

10

5. Availability of required staff of company/firm

with reference to the service.

a) Number of staff = 10

I. At least five staff members = 05

II. On additional number for every additional

technical member shall be granted with

maximum up to 10.

(i.e. Cook, Tandoor chi, dish washer, sweeper

& waiter)

10

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt. /Autonomous Body in last

two years.

20

Total 100

Note: Acceptable Bids must score minimum of 70% marks.

Page 95: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (USED FIXER WATER)

2020-2021

SR.

NO.

NAME OF ITEMS Approximate

Demand

Estimated

Price

Total

1. Used fixer water 500 Litter 45 per litter

22500/-

Page 96: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

1

Tender

For Dry

X-Ray Film ,C.T Scan

Film/ Wet X-Rays Films&

Chemical

Financial year

2020-2021

Page 97: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

2

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE.

Tender for the purchase of Dry X-ray films& C.T .Scan Film/ Wet X-ray films and Chamical during

financial year 2020-21

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 06-07-2020 till 11:00 AM

Receiving Date & Time 06-07-2020 till 11:00 AM

Opening Date & Time 06-07-2020 till 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.5999735 in

the form of CDR/Bank Draft.

BIO DATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D Card No. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Complete Address

Lahore Office Phone, Cell and Fax No.

Page 98: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

3

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by

the firm, the department reserves the right to take any punitive action including forfeiture of security, under the

rules.

Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not

more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be

bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and

conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

Page 99: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. TERMS & CONDITIONS

For the purchase of Dry X-ray films & C.T SCAN film / WET X-RAY FILMS, & CHEMICAL

DURING FINANCIAL YEAR 2020-21

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of

foreign principals in Pakistan & Distributors for supply of Dry X-ray films & C .T. Scan Film /wet x-ray films,

& chemical having well repute for the supply of store as scheduled in this invitation for bid. Tender should be

sent in the name of the Medical Superintendent, Social Security Teaching Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners with samples.

Item No. Name of

Item

Brand

Name

Cat No Manufacturer Country of

Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL

PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed

in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring

Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity

period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.

However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of

the bid.

10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their

quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be

retained by the hospital and will be returned after successful completion of the contract.

b) The Successful bidder will provide 10% performance security of the value of award letter.

c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

d) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

Page 100: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

5

I. To sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

11. Validity Period of contract shall be up to 30-06-2021, which is extendable.

12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning

their professional, technical, financial, legal or managerial capabilities.

13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide five (05) samples (commercial packs, free of

cost) for evaluation, failing which the offer shall not be considered.

B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised

quantity of medicines in view of the availability of the budget.

14. No offer will be considered if it:

i. is received after the date and time fixed for its receipt.

ii. is unsigned

iii. is conditional

iv. is given by the firm black listed, suspended or removed from the approved list of the Health

Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health

Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.

All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no

circumstances be accepted.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will

replace the unconsumed expired stores without any further charges.

17. The firm shall supply all Dry x-ray films /Wet x-ray films & Chemical as far as possible as per tender requirement

in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible

ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may

be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as

amended up-to-date as well as the Institution’s other conditions as given hereafter.

19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final

destination.

20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of

Page 101: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6

supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive

action including forfeiture of performance security and black listing of the firm.

22. The supplies shall be delivered within the period mentioned on supply order w.e.f the next date after the date of

issue of purchase order (without penalty).

23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered

supply shall be imposed upon the supplier.

24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard

items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount

will be recovered either from the deposited securities / bills of the supplier.

25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security

(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two

years for future participation.

26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application

of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching

Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award

made by the sole arbitrator shall be final and binding on the parties.

27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate

supply.

28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee

of Social Security Teaching Hospital Multan Road, Lahore. After conducting the successful inspection.

30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore

may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the

grounds for its rejection of all bids or proposals, but shall not be required to justify

those grounds.

31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore

shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT

Social Security Teaching Hospital Multan

Road, Lahore.

Page 102: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

7

EVALUATION CRITERIA FOR DRY X-RAY FILMS &,C.T. SCAN Film 2020-2021

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid after

concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm 20

3. Establishment of company/firm with reference to the

Services. 10

4. Overall reputation Certificate in reference to the

Services

10

i. Income tax paid certificate 08

ii. Balance Sheet 08

ii Bank Statement 04

i. More than 05-years 10

ii. 03-05 years 05

ii 01-03 years 03

i. Past performance certificate by the

End user/ DMS in PESSI 08

ii. Private Sector /Public Sector 02

Page 103: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Brand Make and Model of the Product

a) local product with

b) Foreign product

100 TOTAL

10 Product Specialization

Product must be as per latest technology and

internationally recognized by practitioners. Proof in form

reviews, opinions, articles etc.

In acknowledged journals etc. of such to be provided by

the bidder. Scoring shall be comparative.

9

10 Copy of valid sole agency agreement from principal

manufacture

8

08 In single continent

10 In two or more continents

10 7

10 Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in last

two years

6.

10 Product Certification

a) Certificates FDA/CE/ISO

5.

8

i. Any two Certificate 10

ii. Any one Certificate 05

i. International market 10

ii. only local market 08

Note: Acceptable Bids must score minimum of 70% marks.

Page 104: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

9

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (WET X-RAY FILMS, C.T SCAN & CHEMICAL)

(FOR THE YEAR 2020-2021)

SR.

NO.

NAME OF ITEMS WITH SPECIFICATION Estimated

Demand

Estimated

Price

Total

1. Dental X-ray films 3cm x 4cm (packet of 150) 06x150 3000/- per

pack

18000/-

2. X-ray films 8 x 10 Green sensitive

(packet of 100)

10x100 5275/- per

pack

52750/-

3. X-ray films 10 x 12 Green sensitive

(packet of 100)

38x100 6725/- per

pack

255550/-

4. X-ray films 12 x 15 Green sensitive

(packet of 100)

80x100 9125/- per

pack

730000/-

5. X-ray films 14 x 17 Green sensitive

(packet of 100)

20x100 12150/- per

pack

243000/-

6. Dry Film for C.T Scan Size 14x17cm 5000 237/- 1185000/-

7. Mammographic Films 18x24cm 2x100 10530/- per

pack

21060/-

8. Developer Powder pack to Make 10 liter

solution

10 Pack 1295/- per

pack

12950/-

9. Fixer Powder pack to Make 10 liter solution 10 Pack 1295/- per pack

12950/-

10. Developer Liquid 20x5Litter 4095/- 81900/-

11. Fixer Liquid 20x5Litter 2850/- 57000/-

Total=2670160/-

Country of origin USA, Europe or japan.

Note: I- The bidder will supply (04) Cassettes of each size with green sensitive screen free

of cost as part of contract.

II- All these films must be supplied with envelopes of better quality paper printed as

per department Specimen.

Page 105: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

10

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEMS FOR DRY FILMS

(FOR THE YEAR 2020-21

SR. NO. NAME OF ITEMS WITH SPECIFICATION Estimated

Demand

Estimated

Price per unite

Total

1. Dry X-ray film Sheet Size 8cm x 10cm 4000 100/- 400000/-

2. Dry X-ray film Sheet Size 10cm x 12cm 995 153/- 152235/-

3. Dry X-ray film Sheet Size 10cm x 14cm (OR)

11cm x 14cm

27500 155/- 4262500/-

4. Dry X-ray film Sheet Size 14cm x 17cm 5000 237/- 11,85,000/-

Total Estimated Cost=5999735/-

CASSETTES IP

SR. No. Description: Specification Quantity required

1. Cassettes with IPs 8 x 10 or Equivalent 01

2. Cassettes with IPs 10 x 14 or 11”x14” Equivalent 03

3. Cassettes with IPs 14 x 17 or Equivalent 01

4. Mammography 18cm x 24cm or Equivalent 01

Note:

Country of origin USA, Europe or japan.

i. 1 CR system (mammography compatible) with UPS, one printer and 06 cassettes must be

provided by the firm free of cost as requirement of the hospital.

ii. Detail specification of the CR system and printer must be attached with the technical proposal.

iii. Firm will be responsible for the maintenance and backup services with parts of the CR system

and printer free of cost until the validity of the contract awarded to the firm for year 2020-21.

iv. All these films must be supplied with envelopes of better quality paper printed as per department

Specimen.

Page 106: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BIDDING DOCUMENTS

OF

ANNUAL TENDERS 2020-21

FOR

SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE

Rate contract for medical store / pharmacy

Page 107: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender form for rate contract for supply of medicines and pharmacy / medical store /

Emergency purchase of medicine in hospital premises/near to the hospital within 05- Kilo Meter radius during financial year 2020-21

Tender Fee Rs.1000/- (Non-Refundable)

Receiving Date & Time 07-07-2020. 11:00 AM

Opening Date & Time 07-07-2020. 11:30 AM

Venue Conference Room, Social Security Hospital, Multan Road, Lahore

Bid Security The bids shall accompany 3% (180000/-)Bid Security of the estimated price

60, 00,000/- in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D card No. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Original Receipt for purchase of tender

(F-6) No and Date

Complete Address

Lahore Office Phone, Cell and Fax No.

Page 108: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)

We M/s, are not

suspended/black listed/defaulter of any Government/Autonomous Institution at any time. In

case of submission of false statement by the firm, the department reserves the right to take

any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Social Security Hospital, Multan Raod,

Lahore are not more than the prices quoted in other Government/Autonomous Institution. In

case of any over pricing firm shall be bound to refund the excess charged amount to the

Institution. The firm also confirm to abide by all the terms and conditions laid down in the Tender

inquiry. In case of any violation of terms and conditions, the Hospital reserves the right to take

any punitive action including forfeiture of security, under the rules.

Signature

Stamp

Page 109: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Terms & Conditions for the Tender for rate contract for supply of medicines and pharmacy

medical store / Emergency purchase of medicine in hospital premises/ near to the hospital within 05- Kilo Meter radius during financial year 2020-21

Two Envelopes sealed offers as per PPRA are invited from all Chain Pharmacies, Chemists in Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation for bid with framework of contract on free delivery to consignee’s end basis. Tender should be sent in the name of the Medical Superintendent, Social Security Hospital, Multan Road Lahore.

All the procurement procedure will be done strictly according to the PPRA RULES, 2014.

The participating Pharmacies / Chemists must submit their Technical Proposal in the separate envelope.

The participating Pharmacies / Chemists must submit their Financial Proposal in the separate envelope.

Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

Approved Pharmacies /Chemists

Have to supply the medicines of M: 20 completely and abruptly.

Have to supply the same prescribed medicines.

Have to supply the medicines to patient but not to pay the amount of medicine.

Have not to supply the near expiry or expied medicines otherwise the contract will be cancelled or forfeiture of performance security.

Have to supply the medicines 24 Hours and in the holidays and keep the cleanliness of the Pharmacy.

The rates should be quoted both in words as well as in figures.

In case of inspection by any Government institution or Drug inspector the pharmacy management will be self-responsible for this matter. Furthermore if during inspection PESSI Property or Govt. Property medicines found there, the pharmacy has to deposit Rs. 50000/- as penalty in the hospital account.

If Pharmacy or Chemist will not provide the medicines within 24 Hours then medicines will be purchased from open market and pharmacy / Chemist will return back the money without deduction.

At the time of receiving of medicines on M: 20 slip Pharmacy / Chemist will be responsible to take the receiving on slip.

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

Validity Period of contract shall be up to 30-06-2021, which is extendable, if deemed necessary.

Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

Page 110: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

No offer will be considered if it:

is received after the date and time fixed for its receipt. is unsigned is conditional

is given by the firm black listed, suspended or removed from the approved list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry. is received with validity period shorter than that required in the tender inquiry does not confirm to the general conditions of the tender inquiry. is received without earnest money as specified in the tender.

Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall not be accepted in any circumstances.

The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, the firm will replace the unconsumed expired stocks without any further charges.

The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

The supplier will promptly attend to all calls including emergency calls.

If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

The supplies/medicines shall be delivered as soon as possible after the date of issue of M: 20 Slip within maximum 12 hours.

Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision taken and / or award made by the sole arbitrator shall be final and binding of the parties is essential.

The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply. The successful bidder will provide 10% performance security of the value of award letter if applicable.

Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Social Security Hospital Multan Road, Lahore after conducting the successful inspection.

Any of the total bids can only be rejected on the basis of evaluation criteria, though; The Medical Superintendent, Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

Page 111: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

In case of dispute, decision of Medical Superintendent, Social Security Hospital Multan Road, Lahore shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT Social Security Hospital

Multan Road, Lahore.

Page 112: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Evaluation Criteria for the Tender for rate contract for supply of medicines and pharmacy Medical store / emergency purchase of medicine in hospital premises/near to the hospital within

05- Kilo Meter radius during financial year 2020-21

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Minimum One year (01) Chain Pharmacy history from the date of Registration.

4. Acceptance of terms and condition, tender documents duly signed and stamped

5. Undertaking on judicial paper that Pharmacy / Chemist is not blacklisted in any Govt./Autonomous Body in the last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof NTN No.=10

10

2. Financial Soundness of the firm Income tax paid certificate= 08

Balance Sheet = 12 or Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of Store/firm with reference to the Services.

More than 05-years =10

03-05 years =05

01-03 years =03

10

4.

Overall reputation Certificate in reference to the Services

Past Performance by end user/ DMS/other PESSI Organization =08

Public/Private Sector =02

10

5. Good reputation certificate from any Govt. institution/private sector in connection with services. Govt. Institution = 05 Private Institution = 05

10

Page 113: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6.

Availability of required technical staff (Pharmacist) of the Company / firm in reference to the services.

a) Number of Staff

At least two Technical staff I. (Pharmacist) members =06 II. Two additional numbers for every

Additional technical (Pharmacist) member shall be granted with maximum up to 10.

10

7. Copy of drug sales license from District Health Officer (A / B- Category).

10

8. Undertaking on judicial paper that the firm is not Black listed in any Govt. /Autonomous body.

20

9. Total Marks Passing Marks (Subject to the recommendation of inspection committee)

100

70%

DR. MUHAMMAD ABRAR RANA DR. QASIR ZAHOOR SANDHU

PHARMACIST DMS MEDICINE

MEMBER MEMBER

MUHAMMAD SHAREEF DR. SYED NAEEM DILAWAR KAZMI

ADDL.DIR (F&A) CHIEF MEDICINE CONSULTANT

MEMBER MEMBER / CHAIRMAN

Page 114: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Rate Contract Of

MRI, EEG, EMG, NCS and Lithotripsy

For the financial year 2020-21

Page 115: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TECHING HOSPITAL MULTAN ROAD LAHORE.

Tender Fee Rs.1000/- (Nonrefundable) Tender Opening Date: 08.07.2020

TERMS & CONDITIONS FOR THE TENDER

OF MRI, EEG, EMG, NCS & LITHOTRIPSY

1. Tenure of contract will be up to 30.06.2021 and can be extended further subject to satisfactory

performance.

2. Tender will be opened on 08.07.2020 at 11:30 AM in the presence of representatives of the bidder who

care to attend.

3. The bids shall accompany 3% Bid Security of the estimated price in the form of CDR/ Bank Draft.

4. The successful bidder will be provided 10% performance security of the value of award letter.

5. ISO certified labs/Medical centers will be preferred.

6. Preference will be given to the Medical centers/Labs, which can provide full range of services under one

roof.

7. Tenders will be furnished under single stage two envelop system of PAPRA Rules – 2014. Technical and

Financial proposals should be in two separate envelopes, otherwise the offer will not be accepted.

Technical offer will be opened in front of the bidders whereas financial bid of successful bidders will be

opened later on.

8. The bidder is required to offer competitive price. All prices must including the General Sale Tax (GST)

and other taxes and duties, where applicable. If there is no mention of taxes, the offered quoted price

shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction

in the GST or other taxes shall be passed on to the Hospital.

9. Quoted rates will be valid for the whole financial year 2020-21 and no claim regarding currency

fluctuation will be accepted.

10. Rates should be quoted separately for patients requiring anesthesia during MRI and for patients whose

weight is more than 100 kg. Both the facilities should be provided by the firm (including machine

service). In case of non-provision of the any facility, firm will be bound to provide facility of the test

from any other centre/lab and in case of failure, the difference of amount will be deducted from the

payment of the firm.

11. Black listed centers/ firms are not allowed to participate in the tender and should submit an undertaking

in this regard.

For MRI, EEG, EMG, NCS, and LITHOTRIPSY Medical center must submit following

information along with their tenders.

i). Make, model, manufacturing date and manufacturing name of MRI, EEG, EMG, NCS

and LITHOTRIPSY machines.

ii). Name of reporting Radiologist/ Duty doctor in case of emergency during procedure/

test.

iii). Appointment date/time schedule for MRI, EEG, EMG, NCS, and LITHOTRIPSY for

patients being referred from hospital.

iv). Appointment schedule for emergency patients being referred from hospital. v). Any weight obligation in case of MRI of patients with weight above than 100kg.

12. Medical Superintendent/Purchase committee of this hospital reserves the right to accept/reject any offer

without assigning any reason. Their decision would not be challenged in the court of law.

MEDICAL SUPERINTENDENT

Page 116: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.

NO. SSTHL/Esst/2020/ Date. / / 2020

Tender for Purchase of MRI, EEG, EMG, NCS, and LITHOTRIPSY for the Financial Year

2020-21

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender 08.07.2020 Till 11:00 AM

Date and time of opening of tender 08.07.2020 AT 11:30AM

Total Estimated Cost Rs.4979000/-

Call deposit 3% of estimated amount (Rs.149370/-)

Venue Conference Room

1. Interested eligible bidders may get the bidding document from the office of

Account Officer SSTHL on submission of written application along with payment of

non-refundable fee of Rs.1000/- (in words one thousand only). Bidding documents shall

be issued up to 08.07.2020 till 11:00 am only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of

3% of the estimated price of the contract as bids security/ earnest money in the shape of

Call Deposit in favor of Medical Superintendent SSTHL is required to be submitted

with the financial bid, without which the offer shall be rejected. However copy of CDR

will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative

of the interested bidders on 08.07.2020 till 11:00 am positively. The bids received till

the stipulated date and time shall be opened on the same day at Conference Room in the

presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

Received without Call Deposit (CDR)

Received after the date and time fixed for its receipt.

The Tender is unsigned.

The offer is ambiguous.

The offer is conditional.

The offer is by telegram.

The offer is from a firm black listed, suspended or removed from the

approved list.

The offer received with shorter validity than required in the tender

inquiry.

5. The bidders are requested to give their best and final prices since, as far as

possible.

Page 117: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL

MRI, EEG/EMG/NCS AND LITHOTRIPSY TESTS (Passing marks 70%)

S.# ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy there of NTN No. = 05 Professional Tax Certificate = 05

10

2. Financial Soundness of the firm

Income tax paid certificate = 05 Balance Sheet = 05

OR

Bank Statement of last year = 05 If balance sheet and bank statement both are deposited then only marks of balance sheet would be counted. Tapering down phenomenon regarding of marks shall be applied on competitive firms.

10

3. Establishment of Centre with reference to the service.

More than 05-years = 10

03-05 years = 05 01-03 years = 03

10

4. Overall reputation in reference to the service contract with other hospital

No. of reference / certificates provided regarding performance of the service from head of the concerned institute/hospital. Reference / Certificate of the service shall be verified by the department independently.

Private Sector + Public Sector = 10

Public Sector = 05 Private Sector (at least two) = 05

10

5. Certification with reference to standard of quality of reports of investigations

PESSI Doctor/ Specialist =10

PRIVATE CONSULTANTS =10 Note.(Private Sector + Public Sector) Any two certificate = 10 Any one certificate = 05

20

6. Availability of Machines with reference to the service

MRI Machine/ EEG, EMG, NCS/LITHOTRIPSY Machine i. 01 Machine with good resolution = 05 ii. 02 Machines with good resolution = 10

10

7. Availability of Undertaking

Undertaking on judicial paper that Hospital/ Lab/Centre is not blacklisted in any Govt./Autonomous Body.

10

8. Availability of technical staff with reference to the service

a) MRI/EEG,EMG,NCS/LITHOTRIPSY Reporting i. Qualified related field Consultant = 10 ii. Medical officer on duty = 05

b) Number of technical staff = 05 i. At least two technical staff members = 05

20

TOTAL 100

NAME OF BIDDER:

CNIC NO:

Address:

Signature &Stamp:

Page 118: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained through technical evaluation criteria, and shall notify those bidders whose

proposal did not meet the minimum qualifying mark which is 70% or were considered non-responsive, that their

financial proposals shall be returned unopened after completing the selection process. It shall be simultaneously

notified in writing to the bidders that they have secured the minimum qualifying marks, the date, time and location

for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose

to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal

of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read aloud and

recorded if appropriate.

16. Qualification & disqualification of bidder; - A bidder shall be disqualified if it would be finding, at

any time, that the information submitted by him concerning his qualification was false and materially inaccurate

or incomplete.

17. Rejection of bids: The Medical Superintendent shall upon re quest communicate to any bidder who

submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The

hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all

bids shall be given promptly to the concerned bidders that submitted bids.

18. Announcement of Evaluation Report :- The results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least,

ten, days prior to the award of procurement contract.

Award of contract

27- Acceptance of Bid and Award Criteria:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy

of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended

period of bid validity. The approved rates will remain valid up to 30.06.2020which may further be extendable

for period of another three months.

1. The approved Centre will be responsible for provision of facility of MRI EEG, EMG, NCS, and

LITHOTRIPSY as per approved rates.

2. Patients requiring anesthesia during MRI and for patients whose weight is more than 100kg. Both the

facilities should be provided by the firm. In case of non-provision of the facility, firm will be bound to

provide facility of the test from any other Centre/lab and in case of failure, the amount will be deducted

from the payment/security of the firm or the price difference shall be paid by the firm.

28. Advertised Quantity: The number of patients advertised against each investigation is tentative based

on previous year’s number of patients; therefore, it can vary every month.

29. Subcontracts: - The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.

30. Delays in the Supplier’s Performance: - Investigations of our patients should be done on priority basis.

If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely

delivery of the services, the Supplier shall promptly notify the hospital in writing of the fact of delay, its

likely duration and its cause(s).

31. Penalties / liquidated Damages. If the firm fails to provide the services due to any unavoidable

circumstances, the firm will be responsible for the investigations to be done from any source, or the price

difference shall be paid by the firm.

32. Termination for Default:- The Purchase Committee without prejudice to any other remedy for breach

of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if

the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract,

or within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract.

a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the

institution reserves the right to purchase the item from the market at the risk and cost of defaulting

firm. The hospital also reserves the right for the suspension / cancellation of contract / blacklisting

of the defaulting \ firm.

Page 119: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security of the contractor and may award the contract to the second lowest.

c) The bidder shall provide 5% of the estimated value in the shape of CDR along with their quotation

in the shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Social

Security Teaching Hospital. The Bid found deficient of the bid Security shall not be considered and

the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if

any), if available, shall not be considered or carried forward.

33. Arbitration and Resolution of Disputes:-

In case of any dispute, decision of the Purchase Committee would be final.

Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed

by the Punjab Procurement Rules, 2014.

NO

Tender Submitted

Receipt

CHECK LIST

Sr. No. /Page No. of the YES OR

Copy of national identity card

Call deposit

Suppliers authorization letter

Price reasonability certificate

Price list (duly attested)

Sole proprietary certificate in case of items of Propriety nature.

Letter of authorization from the manufacture / foreign Principal

In case of sole agent/ importer.

Certificate on stamp paper Rs.100 duly filled

Certificate of national tax number

Samples of quoted item

Technical bid (separate envelop)

Financial bid (separate envelop )

Copy of the technical bid on the CD in Excel format along with the

Written technical offer in the technical Proposal. (Technical proposal envelope)

Copy of the financial bid on the CD in Excel format along with the

Written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 120: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER OF WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on 08.07.2020 at 11:30 am for the service of investigations MRI, EEG,

EMG, NCS, LITHOTRIPSY for SSTH as advertised in the tender notice as well as those contained in the bid

Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

1. We here by confirm to provide the facility of EEG, EMG, NCS, LITHOTRIPSY AND MRI at earliest

as per approved rates.

2. Patients requiring anesthesia during MRI and for patients whose weight is more than 100kg. Both the

facilities will be provided by us (including machine service). In case of non-provision of the facility, we

will be bound to provide facility of the test from any other Centre/lab and in case of failure, the amount

will be deducted from the payment/security of the firm or the price difference shall be paid by the Centre.

3. If the firm fails to provide the services due to any unavoidable circumstances, the firm will be responsible for the investigations to be done from any source, or the price difference shall be paid by the firm.

4. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous institution in the financial year 2020-21 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do

so.

5. Certified that the firm is not black listed.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 121: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE:

NO.

TO

The Medical Superintendent Social Security Teaching Hospital,

Multan Road,

Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to provide the facility of all investigations specified in

conformity with the said Bidding Documents.

We undertake, if our bid is accepted, to provide the facilities on priority basis to

patients. If our bid is accepted, we agree that call deposit of the firm shall be retained by the hospital

as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid

opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed, this

bid, together with your written acceptance thereof and your notification of award shall constitute a

binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any

bid.

Name: _

Signature:

Stamp of the Firm:

Page 122: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.

TENDER FOR MRI FOR THE YEAR 2019-20

SR.#

NAME OF REGION

RATE WITH OUT

CONTRAST

RATE WITH

CONTRAST

Rate with anesthesia

if required anesthesia fees

Approximate

Patients

Total Amount

1. Brain 5000 7100 6000 150 750000

2. Pituitary gland 5000 7100 6000 05 25000

3. Internal Auditory Canal 5000 7100 6000 05 25000

4. T.M Joint 5000 7100 6000 05 25000

5. Orbit 5000 7100 6000 30 150000

6. Cervical spine 5000 7100 6000 70 350000

7. Thoracic /Dorsal Spine 5000 7100 6000 40 200000

8. Lumbosacral Spine 5000 7100 6000 40 200000

9. Thoracic Lumbo Junction 5000 7100 6000 05 25000

10. Chest/Abdomen /Prostate 5000 8000 6000 20 100000

11. Pelvis 5400 8000 6000 40 216000

12. Knee joints/Ankle/Hip Joint 5400 8000 6000 10 54000

13. Shoulder joints 5400 7100 6000 10 54000

14. Face 5000 7100 6000 05 25000

15. Neck 5000 8000 6000 05 25000

16. Arm/Wrist 5600 8000 6000 05 28000

17. Foot 5700 8000 6000 05 28500

18. MR Angio Renal Arteries 7000 9000 6000 01 7000

19. MRCP 7000 8900 6000 20 140000

20. MRA Carotids 6500 8900 6000 01 6500

21. MRA Circle of Willis 5000 7000 6000 01 5000

22. MRA Brain/Neck 6200 9000 6000 10 62000

23. Internal Auditory Meatus 5000 7000 6000 01 5000

24. Internal Auditory canal 5000 7000 6000 01 5000

25. ANY MRI of patient with weight above 100 Kg

6000 9000 6000 05 30000

26. Any other MRI 5000 7000 6000 10 50000

Total 2591000

Page 123: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.

Tender for EEG, EMG & NCS for the Year 2019-2020

SR.# DESCRIPTION RATE Approximate Patients’ Total Amount

1. EEG Simple 2000 150 300000

2. EEG sleep recording 2000 10 20000

3. EEG with brain mapping 2300 10 23000

4. EEG Portable 00 00 00

5. E.M.G Studies 3800 50 190000

6. N.C.S Studies 3800 50 190000

Total 723000

SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

Tender for Lithotripsy for the Year 2019-2020

SR.# NAME OF TEST/ PROCEDURE

STONE SIZE RATE Approximate Patients’

Total Amount

1. LITHOTRIPSY 1mm to 9mm 12500 60 750000

1.0cm to 1.9cm 17500 30 525000

2.0cm to above 19500 20 390000

Total 1665000

MRI 2591000

EEG,EMG,NCS 723000

Lithotripsy 1665000

Grand Total 4979000

Bill Assistant DMS (Concerned) Director (F&A)

Page 124: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Rate Contract

For Purchase of

Lab Chemicals, PCR Kits &

Blood Bank Items

For the financial year 2020-21

Page 125: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FORM

For the purchase of Lab Chemicals, PCR kits & Blood Bank Items

For The Financial Year 2020-21

Tender Fee Rs.1000/- (Non-Refundable)

Submission/Receiving Date 06.07.2020 Time 11:00 AM

Opening Date 06.07.2020 Time 11:30 AM

Venue Conference Room, Social Security Teaching Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the Total Estimated Price

Rs. 2,61,05,545/- in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT

Name of Firm

Name of authorized representative

I.D card no. (CNIC)

Registration No. with Sales Tax Department

Income Tax No. (NTN)

Call Deposit Receipt No. & Date

Complete Address

Lahore Office Phone, Cell and Fax No.

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, are not suspended/black

listed/defaulter of any Government / Autonomy Institution at any time. In case of submission of false

statement by the firm, the department reserves the right to take any punitive action including forfeiture of

security, under the rules.

Moreover we also confirm that the prices quoted in Social Security Hospital, Lahore are not more

than the prices quoted in other Government / Autonomy Institution. In case of any over pricing firm shall

be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the

terms and conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions,

the Hospital reserves the right to take any punitive action including forfeiture of security, under the rules.

Signature

Stamp

Page 126: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TERMS & CONDITIONS

Rate contract f or the purchase of Lab Chemicals, PCR kits & Blood Bank Items

FOR THE FINANCIAL YEAR 2020-21

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole

agents of foreign principals / Authorized Distributor in Pakistan for supply of Laboratory

Chemicals, PCR kits & blood bank items, having well repute for the supply of stores as scheduled

in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social

Security Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item No. Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of

Item

Cat No Pack Size Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked

as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.

The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found

technically non-responsive shall be returned un-opened to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed

by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency

as non-responsive. Bid validity period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road,

Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have

been opened. However the procuring agency may seek and accept clarifications to the bid that do

not change the substance of the bid.

10. The successful bidder will provide 10% performance security of the value of award letter.

11. Validity Period of contract shall be up to 30-06-2021, which is extendable.

12. Evaluation of Suppliers and Contractors: A the suppliers or contractors shall provide

information concerning their professional, technical, financial, legal or managerial capabilities.

13. Submission of Sample. On date of Opening technical proposal the firm will provide sample

failing which the bid will not be entertained.

14. No offer will be considered if it:

i. is received after the date and time fixed for its receipt.

ii. is unsigned

iii. is conditional

iv. is given by the firm black listed, suspended or removed from the approved list of the

Page 127: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Health Department Government of the Punjab, Autonomous Health Institutions or by

the Federal Health Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person

signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any

overwriting shall in no circumstances be accepted.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the

same specifications as required in the invitation of bid / substandard / spurious / misbranded

/ expired. Moreover, it will replace the unconsumed expired stores without any further charges.

17. The shelf life up to 80% will be accepted without penalty charges and up to 50% with imposition

of 1% penalty charges of actual shortfall in shelf life below prescribed limit.

18. The bidder will ensure shipping of the kits directly from the manufacturer from the country of

origin to the consignee, however the bidder will act as local agent of the manufacturer to ensure

technical and supply services.

19. The firm shall supply Lab Kits as far as possible as per tender requirement in special packing. The

following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on

each carton, pack, bottle, strip/blister, tubes, vial ampoule etc. in case of imported items (or small

quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

20. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules

(PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given

hereafter.

21. If the supplier fails to execute the order according to the terms and conditions, the institution may

take any punitive action including forfeiture of performance security and black listing of the firm.

22. The supplies shall be delivered within 15 days w.e.f the next date after the date of issue of purchase

order (without penalty).

23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost

of late delivered supply shall be imposed upon the supplier.

24. If the supplier failed to supply the order item(s) within the prescribed delivery schedule or supplied

substandard items and failed to replace it with the standard one, risk purchase will be made and

price difference / extra amount will be recovered either from the deposited securities / bills of the

supplier.

25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee

/ Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be

blacklisted minimum for two years for future participation.

26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation

and/or application of this contract shall be settled through arbitration. The Medical Superintendent,

Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR.

The decision take and / or award made by the sole arbitrator shall be final and binding on the

parties.

27. The contractor will have to ensure the availability of sufficient stock of contracted items at his

store for immediate supply.

Page 128: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection

Committee of Social Security Teaching Hospital Multan Road, Lahore. After conducting the

successful inspection.

30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road,

Lahore may reject all bids or proposals at any time prior to acceptance of bid or

proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the

grounds for its rejection of all bids or proposals, but shall not be required to justify

those grounds.

31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan

Road, Lahore shall be final.

Name of the Firm:

Signature:

Seal & Stamp of Firm:

MEDICAL SUPERINTENDENT Social Security Teaching Hospital

Multan Road, Lahore.

Page 129: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA FOR LAB CHEMICALS,

PCR KITS & BLOOD BANK ITEMS

PART-A: ELIGIBILITY CRITERIA

SR.

#

DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a photocopy of same

shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate / Authorized

Distributor

4. Minimum One year (01) business history from the date of Registration of

Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

Professional Tax no = 05

15

2. Financial Soundness of the firm 20

3. Establishment of company/firm with reference to the

Services. 15

i. Income tax paid certificate 08

ii. Balance Sheet 12

ii Bank Statement 08

i. More than 05-years 15

ii. 03-05 years 10

ii 01-03 years 05

Page 130: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4. Overall reputation Certificate in reference to the

Services

10

i. Services with NSSH 08

ii. Public Sector 01

ii Private Sector 01 5. Product Certification

a) Certificates FDA/CE(MDD)/JIS

b) For local products

15

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in last

two years

10

7 Copy of valid sole agency agreement from principal

manufacture/Authorized Distributor

15

TOTAL 100

Note:

Required documents for Eligibility and Assessment should be attached

with sequence and with tag (Labelled) to identify the required document for

marking. It should also follow the Bidder document of your Proposal.

Acceptable Bids must score minimum of 70% marks.

Tender Items List for the year 2020-2021

(Laboratory & Blood Bank)

S.NO. NAME OF ITEMS WITH SPECIFICATIONS ESTIMAT ED RATE FOR UNIT

APPROXI MATE DEMAND 2020- 2021

ESTIMATED TOTAL AMOUNT

1. ABG,s Cartridge Solution

(Gem Premier 3000)

90000 20 1800000

2. ABG,s Cleaning CVP Control/Injection 750 90 67500

3. ABG,s Machine Thermal roll 85 40 3400

4. Acetone 2.5L/Bottle 6000 30 180000

5. Alfa Fetoprotein Elisa Access-2 kit 100 test 10000 01 10000

6. Anti HBE Elisa Access-2 kit 100 test 19000 01 19000

7. Anti HDV Elisa Access-2 kit 100 test 18000 01 18000

8. ANA Kit 100 Test 3400 10 34000

i. Any two Certificate 15

ii. Any one Certificate 10

i. ISO 10

ii. ISO14000 05

Page 131: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

9. Anti Human Sera 10 ML 310 50 15500

10. Anti Sera (A,B & D) 670 250 167500

11. Antibiotic DISCs 1x50 400 50 20000

12. APTT kit wit Calcium Chloride small size 3000 36 108000

13. ASOT kit 100 test 1900 10 19000

14. Beta HCG Elisa Access-2 kit 100 test 6900 01 6900

15. BHI agar- 500 gm 19000 01 19000

16. BHI-Broth 500 Gram 9000 01 9000

17. Blood Agar 500 gm 11000 01 11000

18. Blood Agar with Gentacin 500 gm 11500 01 11500

19. Blood culture Bottles 25 ml 45 300 13500

20. Blood culture Bottles 50 ml 60 150 9000

21. Blood Lancet (200 pcs ) 135 100 13500

22. Bovine Albumin 205 50 10250

23. Brush –test tubes washing small 50 01 50

24. Bunson Burner fine quality 1245 01 1245

25. Calcium Chloride 500 02 1000

26. Carbol Fuchsin Stain 500 ml 10000 01 10000

27. Carbolic Acid 2400 01 2400

28. Cedar wood oil for microscopy 750 01 750

29. Cled Agar 500 gm 14000 01 14000

30. Control Standard Solution for Hematology

Analyzer Medonic/Swelab (BOUL)

14500 10 145000

31. Cover Glass for Counting Chamber Neuber 290 01 290

32. Cover Slips (22x22) Germany 90 80 7200

33. Cover Slips (24x50) Germany 125 50 6250

34. Cover Slips 18x18 mm Germany 75 10 750

35. CRP KIT 1300 10 13000

36. CSF cell count solution 750 01 750

37. Culture Swab sterile Imported 1*100 650 10 6500

38. CA 125 Elisa Access-2 kit 100 test 29000 01 29000

39. Cryo Box 100 well 500 20 10000

40. Citrate Agar 8500 01 8500

Page 132: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

41. Catalase Reagent 1500 01 1500

42. Decolorizer for Gram Stain 500 ml 950 01 950

43. Dengue IgG/IgM Test Device 1*40 4700 01 4700

44. Dengue IgM Elisa kit 8500 01 8500

45. Dengue IgG Elisa kit 8500 01 8500

46. Diamond Pencil 350 02 700

47. DNase Agar 8500 01 8500

48. Electrolytes cleaning solution pack Ionyte) 18000 02 36000

49. Electrolytes solution pack ( Ionyte) 18000 04 72000

50. Electrolytes Standard (Ionyte) 11000 04 44000

51. Eosin Stain 500mL/ Bottle 6000 15 90000

52. Filter paper 210 01 210

53. FSH Elisa Access-2 kit 100 test 9500 01 9500

54. Free T3 Elisa Access-2 kit 100 test 9500 01 9500

55. Free T4 Elisa Access-2 kit 100 test 9500 01 9500

56. Formalin 2.5L/Bottle 1250 20 25000

57. Giemsa stain 7000 02 14000

58. Glass slides 1x72 China 90 500 45000

59. Glass slides 1x72 Germany 110 200 22000

60. Glysrin 2.5L/Bottle 2500 01 2500

61. Gel card for cross match with Incubator &

centrifuge 1 x 6

400 1200 480000

62. H. Pylori Test device 1 x 40 1550 30 46500

63. HBsAg Test Device 1*40 500 1000 500000

64. HBsAg Elisa Access-2 kit 100 test 15000 01 15000

65. HCL 2.5L/Bottle 9500 01 9500

66. HCV Elisa Access-2 kit 100 test 16000 01 16000

67. HCV Test Device 1x40 700 1000 700000

68. Heamatoxylin 1L/Bottle 10500 06 63000

69. HIV Elisa Access-2 kit 100 test 14500 01 14500

70. HIV Test Device 1050 200 210000

71. Indian Ink 2300 01 2300

72. LH Elisa Access-2 kit 100 test 9000 01 9000

Page 133: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

73. LISS (Low isotonic saline solution) 2000 50 100000

74. Macconkey Agar 500 Gram 11500 01 11500

75. Macconkey Broth 500 Gram 11500 01 11500

76. Malaria Test Device 1x40 1450 200 290000

77. Medonic/Swelab Solution Diluent 1x20 L

(BOULE)

6900 60 414000

78. Medonic/ Swelab Solution Lyzer 1x5 L (BOULE) 12400 60 744000

79. Methanol 2.5L/Bottle 2000 05 10000

80. Microtome Blade Disposable 1X50 12500 20 250000

81. Mountant DPX 500ml 2400 10 24000

82. Mullar Hinton Agar 500 Gram 9500 01 9500

83. Mycodot (TB) device 1x40 1600 02 3200

84. Micro Pipette 10-100 ul 2500 02 5000

85. Micro Pipette 100-1000 ul 2500 01 2500

86. Neubar Chamber for cell counting Germany 2850 01 2850

87. NS 1 Dengue Test Device 1 x 40 5700 01 5700

88. NS 1 Dengue Elisa kit 7000 01 7000

89. Oxidase Reagent 5000 01 5000

90. PAP diastase Already prepared 9500 01 9500

91. PAS Already prepared 8000 01 8000

92. PAS Stain for Bone marrow 8000 01 8000

93. Petri Dish Plastic Disposable 9 200 pair 1800

94. Pregnancy test device 1 x100 tests 450 10 4500

95. Prothrombin time (Thromboplastic) PTT kit 1900 35 66500

96. Powder free glove 800 120 96000

97. Prolactin Elisa Access-2 kit 100 TEST 8500 01 8500

98. Progesterone Elisa Access-2 kit 100 Test 8500 01 8500

99. RA Latex/ Factor kit 100 tests 1250 12 15000

100. Retic Stain 1800 01 1800

101. RPR/Syphilis device 1X40 800 200 160000

102. Silver Stain 7000 01 7000

103. Stop watch digital China 350 01 350

Page 134: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

104. Stool Occult Blood kit 100 test 2200 03 6600

105. Sysmex cell pack solution 1 x 20 liter 11500 30 345000

106. Sysmex Stromatolyzer 1x500 ml 10500 30 315000

107. Sysmex Control standard solution 14500 10 145000

108. Serum Ferritin Elisa/ Access-2 100 test 11000 01 11000

109. SIM Agar (sulfide, Indole, Motility ) 8500 01 8500

110. T3 kit 100 tests Elisa/ Access-2 6800 30 204000

111. T4 kit 100 tests Elisa/Access-2 6800 30 204000

112. Test tubes glass 12*100 mm China 1*100 275 20 5500

113. Test Tubes Plastic 4 inch 13*75 mm with cork

1X1000

1700 120 204000

114. Tips Blue-500-1000 ul Imported 180 10 1800

115. Tips Yellow 10-100 ul Imported 170 20 3400

116. TSH KIT 100 tests Elisa/Access-2 6800 30 204000

117. Typhidot device( single step) 1x40 1750 40 70000

118. Testosterone kit 100 test 11000 01 11000

119. Thermal Roll for Elisa 4” 190 05 950

120. TSI (Triple Sugar Iron Agar) 11500 01 11500

121. Urine Strips 10 Para Meter 1x100 450 150 67500

122. Vaccum Tube for Blood collection 1.8 ml

(Coagulation) Ptt test 1X100

350 150 52500

123. Vacuum Tube for Blood Collection EDTA (CBC)

1X100

340 1000 340000

124. Vacuum Tube for Blood collection with Gel

1X100

560 900 504000

125. Wax 2.5 kg 7000 20 140000

126. Widal kit (O,H,A,B) 4 vial set 850 10 8500

127. Xylene 2.5L/Bottle 1700 30 51000

128. ZN STAIN (AFB complete ) set 2150 02 4300

129. Blood Bag with BT set 500 ml 310 6200 192200

130. Blood Bag double with BT set 500+300ml 650 250 162500

Total 1,08,65,545

Page 135: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SPECIFICATIONS FOR PCR KITS & CONSUMABLES

HCV Real Time PCR (Quantitative) Kit 85000 110 kits 9350000

(LOD < 60 IU/ML)

With All Using consumable PCR tubes 0.1 ml & filter tips

(10-ul )

100

test/kit

* Ready to use kit (72 Samples batch should run on machine)

* IVD Marked

HBV Real Time PCR (Quantitative) kit 80000 10 kits 800000

(LOD < 60 IU/ML)

With All Using consumable PCR tubes 0.1 ml filter tips (10-

ul )

100

Test/kit

* Ready to use kit (72 Samples batch should run on machine)

* IVD Marked

RNA Extraction kit (Spin Column based) with all using

Consumable Filter tips 100 &1000 ul , Eppendorf tubes 1.5

ml & 2.0 ml flat caps & without cap & Absolute Ethanol

130000

500

test/kit

22 kits 2860000

* Must be Compatible with Amplification

DNA Extraction kit (Spin Column based) 125000 02kits 250000

with all using Consumable Filter tips 100 & 1000 ul

,Eppendorf tubes 1.5 ml & 2.0 ml flat caps & without cap &

Absolute Ethanol

500

test/kit

* Must be Compatible with Amplification

HCV Real time Genotype kit with Extraction kit

* Specificity HCV Genotype 1-3

With All Using consumable PCR tubes 0.1 ml & filter tips

(10-100-1000 ul )

* Spin Column based extraction.

* Ready to use kit.

* IVD Marked

110000

50 test/kit

18 kits 1980000

Total 15240000

GRAND TOTAL 2,61,05,545

Page 136: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Service Contract

for

Hospital

Bed Lifts

(Financial Year 2020-21)

Page 137: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

Tender for Contract of Bed Lifts for the Financial Year 2020-2021

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender 08.07.2020 Time: 11:00 AM

Date and time of opening of tender 08.07.2020 Time: 11.30 AM

Total estimate Cost Rs.1670400/-

Call deposit 3% of estimated amount(Rs.50112/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to (date:08.07.2020 11:00AM) only during working

hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on date 08.07.2020time 11:00 am till positively. The bids received till the stipulated date and time

shall be opened on the same day at 11:30am in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The

tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.

(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received

with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TECHING HOSPITAL

Page 138: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA FOR REPAIR & MAINTENANCE OF HOSPITAL BED LIFTS

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof

NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 10

Balance Sheet = 06 or

Bank Statement = 04 If balance sheet and bank statements both are deposited then only marks of balance sheet (06marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Company Certification

Any two certificate = 10

Any one certificate = 05

ISO = 10

ISO14000 = 05

10

4. Establishment of company/firm

More than 05-years =10

03-05 years =05 01-03 years =03

10

5. Overall reputation Certificate in reference to the Services

Past Performance by end user/ DMS/PESSI organization = 08

Public/ Private Sector =02

10

Page 139: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6. Local manufacture/Agent capacity to technical service

a) Availability of well-equipped Repair workshop of the firm=08

b) Availability of Spare parts and accessories = 02 Local manufacturers/principal shall clearly define which parts and accessories are replaceable and under warranty.

10

7. Availability of technical staff of the company/firm and attached CNIC Copies, Experience Certificate(another Firms)and Diploma/Degrees

10

8. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years& Reasonable Price Certificate

10

Total marks 100

Passing Marks 70%

Name of the Bidder

Signature & Stamp

CHECK LIST

Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

Page 140: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 141: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of your tender enquiry due for opening on date 08.07.2020 for the tender of Services/Maintenance Contract For Hospital Bed Lifts for SSTH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non- consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 142: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.T.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 143: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM Tender 2020-2021

THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the

Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)

a firm registered under the laws of Pakistan and having its registered office at (address of the firm)

(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and

collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part

of this contract, vise:-

A. Price schedule submitted by the bidder,

B. Technical specification;

I. General conditions of contract;

II. Special conditions of contract; and

III. Procuring Agency s Award of contract; and

IV. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any contract, right,

interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,

without prejudice to any other right and remedies available to procuring Agency under any

law, contract or other instrument, be void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

Page 144: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

Bid Schedule of Service and Maintenance of hospital bed lifts

Sr.

#

Description Qty/

No

Rate Total Amount per month

1. Hospital Bed lifts Maintenance

Charges

03 Rs ------ /-

per

month

Rs -------- /-

2. Lift operator charges 05 Rs ------ /-

per

person

Rs -------- /-

TOTAL Rs -------- /-

16%PST Rs ------- /-

GRAND TOTAL Rs -------- /-

SIGNATURE & STAMP OF CONTRACTOR/FIRM

Page 145: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Cost Rs.1,000/-

(Non-refundable)

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REPAIR & MAINTENANCE OF HOSPITAL BED LIFTS

Due date

1) Name of Bidder

2) Address

3) Telephone No.

4) Tender Purchase receipt a. (F-6 No., Date & Amount)

5) Deposit at call No. & Date

6) Amount of deposit at call

7) Name of bank and branch

8) Income tax/Sales Tax reg. No.

9) Fax No.

Certified that the terms and conditions of the tender are noted carefully. In case of

award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 146: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REPAIR &MAINTENANCE OF BED LIFTS

TERMS & CONDITIONS

1. The tender will be opened in the presence of tender representatives/bidders on date 08.07.2020 at 11:30AM after receiving from the bidders on the same day.

2. The bidders will deposit 3% security/deposit at call which will be released after successful completion of the tender agreement.

3. The period of the tender agreement will be for financial year, 2020-21. 4. The repair & maintenance of lift including servicing once in a month during working hours with minor

repairs and replacements i.e. diodes, bridges, fuses, indication and push lamps etc.

5. The major replacements of all other parts and repairs shall be carried out on prior approval of the cost. 6. The servicing of the lifts shall be done once in a month or as and when required essential. All the minor

complaints shall be attended/cleared within one hour of receipt of intimation. If the complaint shall not be rectified within two days, then there will be deduction from the salary of the lift operators/ deduction from the bills of the firm as per monthly agreement @ per day delay.

7. The servicing includes cleaning, greasing and inspection of lifts as under:- (1) Manual cleaning and blowing of control panel. (2) Checking and cleaning of hoisting unit. (3) Cleaning and lubricating of all moving parts. (4) Checking and greasing of guide rails.

(5) Checking tension of suspension ropes. (6) Checking of all safety devices.

8. The contract is subject to termination by serving notice of 30-days by either side in advance. 9. The firm will provide 12 months service/ maintenance agreement with 12-months services and lift

operators duties in the morning, Evening and night shifts for normal working days no Sunday leave. 10. The bills will be submitted on monthly basis and will be clearly paid after verification about service

conducted and obtaining attendance certificate of the lift operators. A separate register for attendance is prepared for lift operators.

11. The firm should arrange the services of lift operators itself and no services of the PESSI employees shall be provided to the firm.

12. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

13. Original copy of CDR should be attached with financial bid and photocopy with the

technical bid.

14. The successful bidder will provide 10% Performance security of the value of award

letter.

DR. MUHAMMAD KHALID MAHMUD MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL

MULTAN ROAD LAHORE

Page 147: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

STANDARD OPERATING PROCEDURE FOR SERVICE & MAINTENANCE OF HOSPITAL

BED LIFTS/ ELEVATORS

The approved firm dealing with service and maintenance of the two numbers of hospital bed lifts/

elevators will provide following facilities along with two operators, which will be covered under the service and

maintenance contract/agreement with the firm.

1. The firm shall ensure the training of the Lift Operators of SSTHL for morning/evening shifts for handling of day to problems, common faults and pit falls, break downs, etc. and shall also issue certificates to the qualified trained staff.

2. The firm shall provide operation manual, service manual and any other literature conforming to the installed lifts/elevators.

3. It shall be the responsibility of the firm to train the concerned staff of the hospital up to the entire satisfaction.

4. The firm shall ensure one routine visit per month for preventive maintenance and service of the bed lifts/elevators during working hours and shall submit its detailed report regarding satisfactory functioning and condition along with recommendations if any, duly signed by the concerned Sub Engineer PESSI/SDO/DMS (G).

5. The firm shall ensure timely replacement of parts as and when required. The required major parts will be charged separately through quotation/ invoice under PPRA Rules. Prior to the replacement of parts approval by the MS SSTHL is essential. The firm shall address the exigencies on top priority basis. However, the emergency visit shall be adjusted with the routine visit duly supported by the report of the concerned Sub Engineer PESSI/SDO/DMS (G).

6. The firm shall also provide a rate list of all the major and minor parts along with price list of consumable items routinely utilized during preventive maintenance and service of the bed lifts/ elevators prior to signing of contract.

7. The firm shall ensure 95% operational up time of the bed lifts/ elevators. The up time shall be calculated on hourly basis for which the bed lift has remained operational during the said month. In case the up time is less than 95% the hospital may impose penalty on the firm including termination of the contract or may impose fine to the firm up to its satisfaction.

8. Any major or minor repair/ replacement work shall be executed through authorized firm and necessary payment shall be made after obtaining Satisfactory Certificate by Sub Engineer PESSI/SDO/DMS (G).

9. The firm shall provide the names and CNIC numbers of the lift operators to the management of SSTHL for office record.

10. The minimum Response Time for attending the trouble shooting of bed lifts/ elevators should be within One Hour of a phone call from SSTHL management. The firm shall not claim any charges for Odd Time Services/Emergency Services.

11. The payments to firm for the Service & Maintenance will be made by SSTHL management on monthly basis, subject to audit. The firm will submit bills for audit along with monthly service & maintenance duly signed and verified by the lift operator, concerned Sub Engineer PESSI/SDO/DMS (G).

12. The payment to the firm shall be released within ten working days of the receipt of bills so that the bed lifts/elevators are maintained effectively.

13. The service and maintenance contract/agreement shall be valid from the date of signing of the contract/agreement up to date 30.06.2021.

14. Every effort shall be made by the firm to maintain the bed lifts/elevators in perfect working condition, so as to ensure safe and regular operation.

15. In case of any dispute/controversy, the same shall be settled through mutual settlement. However, the decision of the Medical Superintendent shall be final and binding.

16. The contract/ agreement may be terminated on One Month notice from either side. 17. The major replacement (s) and repair (s) shall be carried out on prior approval of the cast. 18. All the taxes will be applicable as per Government rates, rules and regulations. The firm shall provide NTN,

GST registration certificate/ GST paid receipt and professional tax paid receipt/ certificate. However, the hospital is exempted from GST as it is 550 bedded hospitals (as per Income Tax Ordinance Section 153 (1) 50 bedded hospital is exempted from GST).

Page 148: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

19. The firm will provide 12 months service/ maintenance agreement with 12-months services and lift operators duties in the morning, Evening and night shifts for normal working days no Sunday leave.

DR. Muhammad Khalid Mahmud MEDICAL SUPERINTENDENT

Page 149: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Rate Contract

for

Hospital Bedding

and

Linen Items

(Financial Year 2020-2021)

Page 150: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

LIST OF BEDDING AND LINEN TENDER ITEMS

FOR THE FINANCIAL YEAR, 2020-21

S.

No.

Specification Rate Offered

1. Bed Sheet 108” * 66” 36x3620/2x10/s mentioning the name

of hospital woven in colored boarder and minimum

weight

2. Patients kit cotton lining Mention rate per kit

3. Operation gown 48x96, 12x12white cotton zein

4. Cotton zein colored 48x96,12x12 width 56” mention per meter rate

5. Green cotton Dosuti width 36’’mention rate per meter

6. Hand towel white pure cotton absorbent size 18x36

7. Operation towel /Turkish

towel Mention rate per meter

8. Kora Latha Width 54” mention rate per meter.

9. Fine cotton for doctors kit Width 54” mention rate per meter.

10. Pillow foam single piece Branded foam standard size, mention minimum

weight

11. Blanket red /camel color with

piping.

60x90 weight 2kg/2200gm.

12 Malmal White Mention rate per meter

13

.

White K.T width 36” mention rate per meter

14

.

Colored K.T width56” mention rate per meter

15

.

Fine latha width 56” mention rate per meter

16

.

Doctor Coat fine quality (Only the sample of cloth will be approved design

and size will be provided at the time of purchase)

NAME OF BIDDER

SIGNATURE AND STAMP OF THE BIDDER

Page 151: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

NO SSTH DATE

Tender For Hospital Bedding and Linen Items For The Financial Year 2020-2021

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender 07-07-2020 11.00AM

Date and time of opening of tender 07-07-2020 11.30AM

Total Estimate Cost Rs.800000/-

Call deposit 3% of estimated amount(Rs.24000/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / showroom owners.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to (date 07-07-2020) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on date 07-07-2020 till 11:00am positively. The bids received till the stipulated date and time shall

be opened on the same day at 11:30am in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) Or CDR less than the advertised bid security i-e 3% (2) received

after the date and time fixed for its receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The

offer is conditional. (6)The offer is by telegram. (7) The offer is from a firm black listed, suspended or

removed from the approved list. (8) The offer received with shorter validity than required in the tender

inquiry.

5. The bidders are requested to give their best and final prices as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL

Page 152: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF BEDDING AND LINEN ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited

then only marks of balance sheet (12marks) would be

counted. Tapering down phenomenon regarding rating of

marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to

the Services.

More than 05-years =20

03-05 years =10 01-03 years =05

20

4. Brand, Make and Model of the products

a) Local Product with i. International Market =20

ii. Only local Market =10 b) Foreign product

i. In two or more continents =20 ii. In single continent =10

20

5. Overall reputation Certificate in reference to the

Services

Past Performance by end user/ DMS/ PESSI organization = 08

Public/ Private Sector =02

10

6. Undertaking on judicial paper that firm is not blacklisted in any

Govt./Autonomous Body in last two years

20

TOTAL 100

PASSING MARKS 70%

Page 153: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Name of the Bidder

Signature & Stamp

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.100 that firm is not black listed.

10. Certificate on stamp paper Rs.100 duly filled (attached along with tender )

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 154: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on date 07-07-2020 for the supply of items for SSTH as advertised in the tender

notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We

agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the

delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from

any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,

the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 155: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.T.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name:

Signature:

Stamp of the Firm:

Page 156: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM

THIS CONTRACT is made at on day of 2020-2021, between the Punjab Employees Social Security

Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)

a firm registered under the laws of Pakistan and having its registered office at (address of the firm)

(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and

collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part

of this contract, vise:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any

Page 157: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

contract, right, interest, privilege or other obligation or benefit obtained or procured as

aforesaid shall, without prejudice to any other right and remedies available to procuring

Agency under any law, contract or other instrument, be void able at the option of procuring

Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 2

Page 158: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

LIST OF BEDDING AND LINEN ITEMS FOR THE FINANCIAL YEAR, 2020-21

SR. # NAME OF ITEMS SPECIFICATIONS ESTIMATED BUDGET

2020-21 RS. 800,000

1. BED SHEET 108” * 66” 36x3620/2x10/s mentioning the

name of hospital woven in colored boarder and

minimum weight

0

2. PATIENTS KIT

COTTON LINING

Mention rate per kit 0

3. OPERATION GOWN 48x96, 12x12 white cotton zein 0

4. COTTON ZEIN

COLORED 48x96, 12x12 width 56” mention per meter rate

0

5. GREEN COTTON

DOSUTI width 36’’ mention rate per meter

0

6. HAND TOWEL white pure cotton absorbent size 18x36 0

7. OPERATION TOWEL

/TURKISH TOWEL Mention rate per meter

0

8. KORA LATHA Width 54” mention rate per meter. 0

9. FINE COTTON FOR

DOCTORS KIT

Width 54” mention rate per meter. 0

10. PILLOW FOAM SINGLE

PIECE

Branded foam standard size, mention

minimum weight

0

11. BLANKET RED /CAMEL

COLOR WITH PIPING.

60x90 weight 2kg/2200gm. 0

12. MALMAL WHITE Mention rate per meter 0

13. WHITE K.T width 36” mention rate per meter 0

14. COLORED K.T width56” mention rate per meter 0

15. FINE LATHA width 56” mention rate per meter 0

16. DOCTOR COAT FINE

QUALITY

(Only the sample of cloth will be approved

design and size will be provided at the time of

purchase)

0

Page 159: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Cost Rs.1000/-

(Non-refundable)

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER OF BEDDING AND LINEN ITEMS

1. Due date

2. Name of Bidder

3. Address

4. Telephone No.

5. Tender Purchase receipt

(F-6 No., Date & Amount)

6. Deposit at call No. & Date

7. Amount of deposit at call

8. Name of bank and branch

9. Income tax/Sales Tax reg. No.

10. Fax No.

Certified that the terms and conditions of the tender are noted carefully. In case of

award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 160: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER OF BEDDING & LINEN ITEMS

TERMS & CONDITIONS

1. The tender for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on

date07.07.2020 at 11:30 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in

custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

8. The rates should type written or clear and legible. In case of cutting, signature be must.

9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the

period of contract for which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the

meeting before the opening of financial bid, otherwise the next tender bidder will preferred and the CDR of the firm will forfeited who will not provide the rates.

Page 161: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.

14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

16. Original copy of CDR should be attached with financial bid and photocopy

with the technical bid.

17. The successful bidder will provide 10% Performance security of the value

of award letter

DR. MUHAMMAD KHALID MAHMUD

MEDICAL SUPERINTENDENT

Page 162: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Rate Contract

for

Hospital Biomedical Waste

Disposal Service

(Financial Year 2020-21)

Page 163: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

NO SSTH DATE

TENDER FOR LIFTING OF BIO MEDICAL WASTE (2020-21)

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender 07.07.2020 10:00am

Date and time of opening of tender 07.07.2020 10:30am

Total Estimate Cost Rs.900000/-

Call deposit 3% of estimated amount(Rs.27000/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the lifting of biomedical waste on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to (date 07.07.2020 only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 07.07.2020 till 10:00am positively. The bids received till the stipulated date and time shall be

opened on the same day at 10:30am in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The

tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.

(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received

with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL

Page 164: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL OF BIO MEDICAL WASTE

Sr. No.

Assessment Parameters Marks

1. NTN No. & GST registration and copy thereof

NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 06 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Product Certification

Certificates FDA/ISO Any two certificate = 10 Any one certificate = 05

For local products

ISO = 05 ISO14000 = 03

10

4. Establishment of company/firm with reference to the service.

More than 05-years =10

03-05 years =05

01-03 years =03

10

5. Overall reputation Certificate in reference to the Services

Past Performance by end user/ DMS/ PESSI organization = 08

Public/ Private Sector =02

10

6. Availability of incinerator & technical staff of the company/firm in reference to the service i. Availability of incinerator= 15 ii. Availability of Technical Staff =5

20

7. Provision of pick & drop service to collect the bio medical waste from the hospital.

10

TOTAL MARKS 100 PASSING MARKS 70%

Name of the Bidder

Signature & Stamp

Page 165: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model
Page 166: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 167: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on date 07.07.2020 for the supply of Stationary items for SSTH as advertised in

the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-

2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the

delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from

any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,

the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 168: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.S.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 169: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM Tender 2020-2021

THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the

Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)

a firm registered under the laws of Pakistan and having its registered office at (address of the firm)

(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and

collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

10. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

11. The following documents shall be deemed to form and be read and construed as integral part

of this contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

12. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

13. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

14. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any contract, right,

interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,

without prejudice to any other right and remedies available to procuring Agency under any

law, contract or other instrument, be void able at the option of procuring Agency.

Page 170: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

15. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

16. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

17. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

18. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 2

Page 171: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Cost Rs.1000/-

(Non-refundable)

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR LIFTING OF BIO MEDICAL WASTE

Due date

2. Name of Bidder

3. Address

4. Telephone No.

5. Tender Purchase receipt

(F-6 No., Date & Amount)

6. Deposit at call No. & Date

7. Amount of deposit at call

8. Name of bank and branch

9. Income tax/Sales Tax reg. No.

10. Fax No.

Certified that the terms and conditions of the tender are noted carefully. In case of

award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 172: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR LIFTING OF BIO MEDICAL WASTE

TERMS AND CONDITIONS

i. The tenders will be opened in the presence of tender representatives / bidders

on date 07.07.2020 at 10:30 am after receiving from the bidders on the same date.

ii. The bidders will deposit 3% as security / deposit at call which will be released after successful completion of the tender agreement.

iii. The period of the tender agreement will be for the financial year, 2020-21. iv. Rates should be per month inclusive of income taxes otherwise exemption/

clarification should be provided. Any other charges shall be mentioned separately.

v. The schedule of lifting of Bio Medical Waste shall be provided separately. vi. The institution reserves the right of the inspection of the place where Bio

Medical Waste is disposed off. vii. The M/s for lifting of Bio Medical Waste shall not refuse in case of non-

payment due to budget constraints. viii. The firm shall arrange the training program for paramedical staff of the

hospital particularly the Bio Medical Waste handlers (sanitary workers). ix. The firm shall keep a proper record of collection of Bio Medical Waste and

will oblige to provide the same whenever the hospital asks for it.

x. All the payments will be made through cross cheques. xi. In the event that any of the two parties (one is the institution, other the winner

of the tender) are unwilling to continue the agreement of lifting of Bio Medical Waste, one month prior notice shall be served on the other party in writing.

xii. The income tax shall be deducted according to the government prescribed rates.

xiii. All the purchase process will be according to PPRA Rules-2014 single stage two envelopes system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

xiv. Original copy of CDR should be attached with financial bid and

photocopy with the technical bid.

xv. The successful bidder will provide 10% Performance security of the value

of award letter.

DR. MUHAMMAD KHALID MAHMUD

MEDICAL SUPERINTENDENT

Page 173: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Rate contract

for

Photostat Services

(Financial year 2020-21)

Page 174: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

NO SSTH DATE

Tender for Photostat Services for the Financial Year 2020-2021

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (08.07.2020, 10:00AM)

Date and time of opening of tender (08.07.2020, 10:30AM)

Total Estimate Cost Rs.68970/-

Call deposit 3% of estimated amount(Rs.2070/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for Photocopy services.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to (date08.07.2020, time10:30 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSHTL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders date 08.07.2020 till 10:00AM positively. The bids received till the stipulated date and time shall be

opened on the same day at 10:30AM in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The

tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.

(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received

with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT SOCIAL SECURITYTEACHING HOSPITAL

Page 175: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA OF TECHNICAL PROPOSAL

OF TENDER FOR PHOTOSTAT SERVICES

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=10

GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited

then only marks of balance sheet (12marks) would be

counted. Tapering down phenomenon regarding rating of

marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to

the Services.

More than 05-years =20

03-05 years =10 01-03 years =05

20

4. Overall reputation Certificate in reference to the

Services

Past Performance by end user/ DMS/ PESSI organization = 08

Public/ Private Sector =02

10

5. Availability of required staff of the company/firm

in reference to the service

a) Number of staff =10 I. At least five staff members =05

II. One additional number for every additional technical member shall be granted with maximum.

10

Page 176: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in last

two years

20

Total Marks

Passing marks 70%

100

Name of the Bidder

CNIC No.

Address

Signature & Stamp

Page 177: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST

Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 178: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on date 08.07.2020 for the supply of Stationary items for SSTH as advertised in

the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-

2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the

delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from

any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,

the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 179: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.T.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 180: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM Tender2019-20

THIS CONTRACT is made at on day of 200 , between the Government of Punjab,

the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm

name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm)

(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and

collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

19. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

20. The following documents shall be deemed to form and be read and construed as integral part

of this contract, vise:-

G. Price schedule submitted by the bidder,

H. Technical specification;

I. General conditions of contract;

J. Special conditions of contract; and

K. Procuring Agency s Award of contract; and

L. Purchase order

21. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

22. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

23. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any contract, right,

interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,

without prejudice to any other right and remedies available to procuring

Page 181: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Agency under any law, contract or other instrument, be void able at the option of procuring

Agency.

24. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

25. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

26. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

27. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 2

Page 182: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Cost Rs.1000/-

(Non-refundable)

TENDER FOR PHOTOSTAT SERVICES

Due date: -

1. Name of Bidder

2. Address

3. Telephone No.

4. Tender Purchase receipt

(F-6 No., Date & Amount)

5. Deposit at call No. & Date

6. Amount of deposit at call

7. Name of bank and branch

8. Income tax/Sales Tax reg. No.

9. Fax No.

Certified that the terms and conditions of the tender are noted carefully. In case of

award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 183: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR PHOTOSTAT SERVICES

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on

date08.07.2020 at 10:30 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call in the name of Medical

Superintendent SSTHL along with tender documents which will remain in the custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. The certified copy of CNIC will be attached along with tender documents while giving rates.

5. The contract will be cancelled in case of overcharging above the prescribed rates or complaints.

6. The contactor will himself arrange cabin/shed which will be good looking and reasonable.

7. The electricity bill will be charged on the consumed units as per commercial rates which will be decided by the concerned hospital committee. The contractor will himself provide electricity Sub-meter.

8. The contractor will deposit whole annual fair in advance in case of approval of the contract. The other dues will be deposited in the hospital account before 10th of each month.

9. The contract will be cancelled and the security will be forfeited in case of sublet of the contract or leaving the contract before prescribed date.

10. The rates should be clear, legible and in good hand writing. The rates should be type written and in case of cutting, signature be must.

11. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

12. The Photostat machine will be installed on the prescribed place and nothing anywhere. 13. All the taxes will be levied as per Government laws and all the rates should be given

including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

14. The blacklisted firms are not allowed to participate in the tender. 15. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 16. After opening of the financial bid, that bidder reserves the right to take back his bid, in

case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

17. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial

Page 184: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

18. The successful bidder will provide 10% Performance security of the value of

award letter.

19. Original copy of CDR should be attached with financial bid and photocopy with the technical bid.

DR.MUHAMMAD KHALID MAHMUD

MEDICAL SUPERINTENDENT

Page 185: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

QUOTED RATES FOR TENDER OF PHOTOSTAT SERVICES

(2020-21)

Name of bidder

CNIC No.

Monthly Rent

Date

PHOTOCOPY RATES FOR SECURED WORKERS

CNIC/Social Security Card

A4 size

Legul size

PHOTOCOPY RATES FOR HOSPITAL/ADMINISTRATION

A4 size

Legal size

Single side

Double side

CNIC/Service card

Page 186: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Rate contract

For

Sale of empty bottle/cans of

dialysis center

(Financial year 2020-21)

Page 187: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

TENDER FOR SALE OF EMPTY BOTTLE/CANS OF DIALYSIS CENTER FOR THE

FINANCIAL YEAR 2020-2021

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (08.07.2020, 11:00AM)

Date and time of opening of tender (08.07.2020, 11:30AM)

Total estimate Cost Rs.240000/-

Call deposit 3% of estimated amount(Rs.7200/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for sale of empty bottle/cans of dialysis center.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to (date08.07.2020, time11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSHTL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders date 08.07.2020 till 11:00AM positively. The bids received till the stipulated date and time shall be

opened on the same day at 11:30AM in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The

tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.

(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received

with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible

MEDICAL SUPERINTENDENT

SOCIAL SECURITYTEACHING HOSPITAL

Page 188: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA OF TECHNICAL PROPOSAL

OF TENDER FOR Sale Of Empty Bottle/Cans Of Dialysis Center

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=10

GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited

then only marks of balance sheet (12marks) would be

counted. Tapering down phenomenon regarding rating of

marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to

the Services.

More than 05-years =20

03-05 years =10 01-03 years =05

20

4. Overall reputation Certificate in reference to the

Services

Past Performance by end user/ DMS/ PESSI organization = 08

Public/ Private Sector =02

10

5. Availability of required staff of the company/firm

in reference to the service

b) Number of staff =10 I. At least five staff members =05

II. One additional number for every additional technical member shall be granted with maximum.

10

Page 189: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in last

two years

20

Total Marks

Passing marks 70%

100

Name of the Bidder

CNIC No.

Address

Signature & Stamp

LAHORE

Page 190: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST

Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 191: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on date 08.07.2020 for the supply of Stationary items for SSTH as advertised in

the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-

2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the

delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from

any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,

the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 192: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.T.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 193: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM Tender 2020-21

THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the

Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)

a firm registered under the laws of Pakistan and having its registered office at (address of the firm)

(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and

collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part

of this contract, vise:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

1. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

2. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

3. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any contract, right,

interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,

without prejudice to any other right and remedies available to procuring Agency under any

law, contract or other instrument, be void able at the option of procuring Agency.

Page 194: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

4. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

5. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

6. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

7. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 2

Page 195: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

Cost Rs.1000/-

(Non-refundable)

TENDER FOR Sale Of Empty Bottle/Cans Of Dialysis Center

Due date: -

1. Name of Bidder 2. 3. Address

4. Telephone No.

5. Tender Purchase receipt

(F-6 No., Date & Amount)

6. Deposit at call No. & Date

7. Amount of deposit at call

8. Name of bank and branch

9. Income tax/Sales Tax reg. No.

10. Fax No. Certified that the terms and conditions of the tender are noted carefully. In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 196: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR Sale Of Empty Bottle/Cans Of Dialysis Center

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on

date08.07.2020at 11:00 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call in the name of Medical

Superintendent SSTHL along with tender documents which will remain in the custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. The certified copy of CNIC will be attached along with tender documents while giving rates.

5. The contract will be cancelled in case of overcharging above the prescribed rates or complaints.

6. The contactor will himself arrange cabin/shed which will be good looking and reasonable.

7. The electricity bill will be charged on the consumed units as per commercial rates which will be decided by the concerned hospital committee. The contractor will himself provide electricity Sub-meter.

8. The contractor will deposit whole annual fair in advance in case of approval of the contract. The other dues will be deposited in the hospital account before 10th of each month.

9. The contract will be cancelled and the security will be forfeited in case of sublet of the contract or leaving the contract before prescribed date.

10. The rates should be clear, legible and in good hand writing. The rates should be type written and in case of cutting, signature be must.

11. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

12. The Photostat machine will be installed on the prescribed place and nothing anywhere.

13. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

14. The blacklisted firms are not allowed to participate in the tender. 15. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 16. After opening of the financial bid, that bidder reserves the right to take back his bid, in

case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

17. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial

Page 197: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

18. The successful bidder will provide 10% Performance security of the value of

award letter.

19. Original copy of CDR should be attached with financial bid and photocopy with the technical bid.

DR. MUHAMMAD KHALID MAHMUD

MEDICAL SUPERINTENDENT

Page 198: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

QUOTED RATES FOR Sale Of Empty Bottle/Cans Of Dialysis Center

(2020-21)

Name of bidder

CNIC No.

Rate of Empty bottle/can (per piece)

Date

Page 199: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Contract for POL,

Repair and

Maintenance of

Hospital Generators

for the Financial Year

2020-2021

Page 200: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

NO SSTH DATE

Tender For Generators (150KVA+ 300 KVA +500 KVA) for the Financial Year 2020-2021

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender 08.07.2020 12:00PM

Date and time of opening of tender 08.07.2020 12:30PM

Total Estimate Cost Rs.400000/-

Call deposit 3% of estimated amount(Rs.12000/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to (date 08.07.2020,time 12:00 PM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on date till time 12:00Pm positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:30Pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The

tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.

(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received

with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL

Page 201: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA FOR POL, SERVICE& MAINTENANCE CONTRACT OF GENERATORS

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof

NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 04

Balance Sheet = 06 or

Bank Statement = 04

10

3. Company Certification

Any two certificate = 10 ISO = 10

Any one certificate = 05 ISO14000 = 05

10

4. Establishment of company/firm

More than 05-years =10

03-05 years =05

01-03 years =03

10

5. Overall reputation Certificate in reference to the Services

Past Performance by end user/ DMS/PESSI organization = 08

Public/ Private Sector =02

10

6. Local manufacture/Agent capacity to technical service

c) Availability of well-equipped Repair workshop of the

firm=08

d) Availability of Spare parts and accessories = 02

10

7. Availability of technical staff of the company/firm 10

8. Undertaking on judicial paper that firm is not blacklisted in any

Govt./Autonomous Body in last two years 20

Total 100

PASSING MARKS 70%

Name of the Bidder

Signature & Stamp

Page 202: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST

Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 203: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on date 08.07.2020 for SSTH as advertised in the tender notice as well as those

contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all

instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the

delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from

any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,

the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 204: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.S.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 205: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM

THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the

Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)

a firm registered under the laws of Pakistan and having its registered office at (address of the firm)

(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and

collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part

of this contract, vise:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any contract, right,

interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,

without prejudice to any other right and remedies available to procuring Agency under any

law, contract or other instrument, be void able at the option of procuring Agency.

Page 206: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 2

Page 207: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL

MULTAN ROAD LAHORE

STANDARD OPERATIVE PROCEDURES/TERMS & CONDITIONS

FOR SERVICE & MAINTENANCE CONTRACT OF GENERATORS (100,150,300 & 500 KVAS)

1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on date

08.07.2020 at 12:30 PM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in custody of

hospital after encashment during the period of approval/rate contract of tender and will be released after successful completion of tender agreement. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. The preventive maintenance shall not include the top overhauling, major over hauling, fuel pump and injector calibration, turbo charger etc.

5. The expenditure on spare parts/materials/ machine works if required during contract period shall be borne by the hospital.

6. During the contract only the personnel of the concerned company shall look after the repair/maintenance work of generators and no unauthorized person shall work on generators.

7. Safety of the site will be responsibility of hospital and it will be ensured that all safety devices such as fire extinguishers, first aid box, etc. are available at the site.

8. All the taxes will be levied/deducted from the bills as per rates notified by the Government and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

9. The rates should be type written, clear and legible. In case of cutting, signature be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

10. The blacklisted firms are not allowed to participate in the tender. 11. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 12. After opening of the financial bid, that bidder reserves the right to take back his bid, in

case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

13. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

14. The authorized distributors/agents dealing with service & maintenance contract of these generators (150KVA, 300KVA & 500KVA) will provide following facilities which will be covered under the service &maintenance contract with the firms.

Page 208: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

a) The firm will ensure two routine visits per month for checking of the generators and submit its detail report regarding satisfactory working, efficiency of generators to the hospital.

b) The firm will ensure changing of recommended Mobil oil and replacement of filters of generators after 250 hours in presence of SDO/Sub Engineer and DMS (G) of the hospital.

c) Emergency visits other than two number routine visits will be charged separately from the hospital duly verified in writing by the concerned SDO/Sub Engineer and DMS (G).

d) The repair work in addition to routine maintenance service up to the tune of less than Rs.100,000/- including parts shall be paid by the concerned M.S without the approval of Head Office. However, Mechanical Engineer, being technical will be the member of the committee regarding replacement of these parts by the firm out of POL budget at the disposal of hospital.

e) The major repair work above Rs.100, 000/- including parts shall be executed after the approval of Head Office /Competent Authority. The Mechanical Engineer of Head Office will also supervise the repair work in addition to existing committee formed by respective M.S.

f) Undertaking will also be taken from the firm dealing with the service contract for giving minimum response time for attending the trouble shooting of generators that should not be more than three hours.

g) The payment to the maintaining firm for the maintenance contract will be paid by hospital on quarterly basis duly attached by certificate provided by the SDO/DMS (G) that the firm has satisfactorily maintained the generators and executed the required number of visits during the concerned quarter. However payment for additional or emergency calls along with repairs minor or major to the generator shall be paid by the concerned M.S. of the hospital.

h) The payments to the firm shall be released within 10 working days so that the generators are maintained effectively.

i) The maintenance contract will be for a period of one year which can be renewed after finalization of mutual terms and conditions between hospital and the firms.

j) One month time will be required for termination of maintenance contract of its renewal prior to expiry of contract.

15. The agreement can be terminated in case of breach of above mentioned terms & conditions and unsatisfactory services by giving an advance notice of one month.

16. Original copy of CDR should be attached with financial bid and photocopy with the technical bid.

17. The successful bidder will provide 10% Performance security of the value of award letter

DR. MUHAMMAD KHALID MAHMUD

MEDICAL SUPERINTENDENT

Page 209: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

Cost Rs.1000/-

(Non-refundable)

TENDER FOR POL, REPAIR & MAINTENANCE CONTRACT OF

GENERATORS (100,150, 300 & 500 KVA)

Due date: -

1. Name of Bidder

2. Address

3. Telephone No.

4. Tender Purchase receipt

(F-6 No., Date & Amount)

5. Deposit at call No. & Date

6. Amount of deposit at call

7. Name of bank and branch

8. Income tax/Sales Tax reg. No.

9. Fax No.

Certified that the terms and conditions of the tender are noted carefully. In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 210: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Rate contract

for

Medical Gases (Oxygen, Nitrogen, Carbon Dioxide)

(Financial year 2020-21)

Page 211: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

Tender for Refilling of Medical Gases for the Financial Year 2020-2021

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender 07.07.2020 12:00pm

Date and time of opening of tender 07.07.2020 12:30pm

Total Estimate Cost Rs.10142172/-

Call deposit 3% of estimated amount(Rs.304265/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to (Date:07.07.2020 time 12:00pm only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3 % of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 07.07.2020 till 12:00Pm positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:30Pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The

tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.

(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received

with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL

Page 212: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR REFILLING OF MEDICAL GASES

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks

of balance sheet (12marks) would be counted. Tapering down

phenomenon regarding rating of marks shall be applied on competitive

firms

20

3. Establishment of company/firm with reference to the

Services.

More than 05-years =10

03-05 years =05 01-03 years =03

10

4. Product Certification

c) Certificates FDA/ISO

i. Any two certificates =10 ii. Anyone certificate =05

d) For local products i. ISO =05 ii. ISO 14000 =03

10

5. Overall reputation Certificate in reference to the Services

Past Performance by end user/ DMS/ PESSI organization = 08

Public/ Private Sector =02

10

6. Availability of the plants and technical staff of the company /

firm in reference to the services

i. Availability of plants = 15 ii. Availability of technical staff = 05

20

Page 213: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

7. Undertaking on judicial paper that firm is not blacklisted in

any Govt./Autonomous Body in last two years

10

TOTAL 100

PASSING MARKS 70%

Name of the Bidder

Signature & Stamp

CHECK LIST

Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Five Commercial Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 214: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on date 07.07.2020 for the supply of medical gases for SSTH as advertised in

the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-

2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the

delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from

any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,

the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 215: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.T.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 216: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM (Tender 2020-21)

THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the

Health Department (here in after referred to as the” Procuring Agency”) of the first part; and M/s (firm

name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm)

(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and

collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

28. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

29. The following documents shall be deemed to form and be read and construed as integral part

of this contract, vise:-

M. Price schedule submitted by the bidder,

N. Technical specification;

O. General conditions of contract;

P. Special conditions of contract; and

Q. Procuring Agency s Award of contract; and

R. Purchase order

30. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

31. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

32. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any contract, right,

interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,

without prejudice to any other right and remedies available to procuring Agency under any

law, contract or other instrument, be void able at the option of procuring Agency.

Page 217: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

33. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

34. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

35. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

36. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 2

Page 218: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

APPROXIMATE DEMAND FOR MEDICAL GASES FOR THE FINANCIAL YEAR 2020-21

Sr. No. Name of Item Approximate Demand 2020-21

1. XM/16200L 16 Cylinders

2. XE/1620L 112 Cylinders

3. MM 240CFT 926Cylinders

4. MF 48CFT 2044 Cylinders

5. ME 24CFT 47 Cylinders

6. Liquid Nitrogen 08 Cylinders

7. Liquid Oxygen M3 90,000M3 Cylinders with tank/ without tank

8. CO2 33

9. AIR Cylinders 03

Page 219: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REFILLING OF MEDICAL GASES

FOR THE FINANCIAL YEAR, 2020-21

S. NO.

NAME OF ITEMS WITH SPECIFICATIONS RATE OFFERED

1. Compressed Medical oxygen Gas cylinders ME (24 cft)

2. “ “ “ MF(48Cft)

3. “ “ “ MM (240cft)

4. Liquid Medical oxygen container VIE tank(1290M3Capacity)

5. VIE tank

Capacity of each 1500 litres(VIE Tank) (Only monthly rent)

6. Nitrous Oxide cylinder XE (24 cft) 1620 litres

7. Nitrous Oxide cylinder XM (240 cft) 16200 litres

8. Compressed Air MM 240 cft (6.80 M3)

9. Cost of replacement of new oxygen valve

10. Cost of replacement of new Nitrous oxide valve

11. Cost of replacement of new spindle

12. Painting charges of cylinder

13. Hydraulic testing charges

14. Drying out charges

15. Entonox 48 cft Capacity 2700 Litres

16. Nitrogen Gas Cylinder(High Purity) 6.229 M 3 99.999%

17. CO2 48cft

18. CO2 240 cft

19. Transportation charges for 240 cft cylinders

20. Delivery charges

21. Sales tax and excise duty

NAME OF BIDDER

SIGNATURE AND STAMP OF THE BIDDER

Page 220: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Cost Rs.1000/- (Non-refundable)

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REFILLING OF MEDICAL GASES

Due date

1. Name of Bidder

2. Address

3. Telephone No.

4. Tender Purchase receipt

(F-6 No., Date & Amount)

5. Deposit at call No. & Date

6. Amount of deposit at call

7. Name of bank and branch

8. Incom tax/Sales Tax reg. No.

9. Fax No.

Certified that the terms and conditions of the tender are noted carefully. In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 221: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER OF MEDICAL GASES

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on date

07.07.2020at 12.30PM after receiving from the bidders on the same day. 3. According to the contract the firm has to supply the approved items to the hospital as

and when required till the expiry of contract. 4. The bidders will deposit 3% as security/deposit at call of the estimated cost of purchase

during the year 2020-2021. Original copy of CDR should be attached with financial bid

and photocopy with the technical bid. CDR will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

5. Only the manufacturers or authorize dealers can give rates for the tender of medical gases.

6. The payment of bills will be on monthly basis. However, if there is a technical reason the payment can be released after fifteen days.

7. The rates for filling medical gas cylinder should be given with/without transport. The rates should be given for 240 cft gas cylinders. The contract will be applicable after approval of the contract. The contractor will himself provide oxygen gas for dura tank.

8. The firm will give a price reason ability certificate mentioning herein that its rate are reasonable and are not more than the rates which were supplied to other Institutions, otherwise the firm will be bound for return of the provided items.

9. The firm will be bound that if during contract its plant got out of order, the firm will provide oxygen cylinders from open market, otherwise the hospital will herself refill the cylinders from the open market and the firm is bound to pay its expenses.

10. In case, if during the financial year the hospital installs its own VIE tank, a separate rate for only liquid oxygen should be given.

11. Only those firms will take part in the tender who can provide demanded items from the present stock. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

12. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

13. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

14. The rates should type written or clear and legible. In case of cutting, signature must be done.

Page 222: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

15. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

16. The blacklisted firms are not allowed to participate in the tender. 17. The firms will have to supply the sanctioned items as and when required during the

period of contract for which a separate supply order will be given. 18. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 19. After opening of the financial bid, that bidder reserves the right to take back his bid, in

case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

20. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

21. The successful bidder will provide 10% Performance security of the value of award letter.

DR. MUHAMMAD KHALID MAHMUD

MEDICAL SUPERINTENDENT

Page 223: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Supplier Contract

for

Miscellaneous Hospital

Items

(Electric, Sanitary, Carpenter, Welder,

A.C Technician Items, Painter Items,

Utility Items, Washing Material for

Laundry)

Page 224: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

OFFICE OF THE MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE

Tender for General order supplier contract for miscellaneous hospital items for the Financial Year

2020-2021

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender 07.07.2020 1:00pm

Date and time of opening of tender 07.07.2020 1:30pm

Total Estimate Cost Rs.5162794/-

Call deposit 3% of estimated amount(Rs.154884/-)

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One

Thousand only). Bidding documents shall be issued up to date 07.07.2020 1:00 PM) only during working

hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated

price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical

Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be

rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 07.07.2020 till 1:00pm positively. The bids received till the stipulated date and time shall be

opened on the same day at 1:30pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The

tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.

(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received

with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL

Page 225: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR THE TENDER

OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or Bank Statement = 08 If balance sheet and bank statements both are deposited then only

marks of balance sheet (12marks) would be counted. Tapering

down phenomenon regarding rating of marks shall be applied on

competitive firms

20

3. Establishment of company/firm with reference to

the Services.

More than 05-years =20

03-05 years =10 01-03 years =05

20

4. Overall reputation Certificate in reference to the

Services

Past Performance by end user/ DMS/ PESSI organization = 08

Public/ Private Sector =02

10

5. Availability of required staff of the company/firm in reference to

the service

a) Number of staff =10 I. At least five staff members =05

II. One additional number for every additional technical member shall be granted with maximum up to 10.

10

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in last

two years

20

TOTAL 100

PASSING MARKS 70%

Page 226: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Name of the Bidder

Signature & Stamp

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 227: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on date 07.07.2020for the supply of miscellaneous items for SSTH as advertised

in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-

2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the

delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged from

any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,

the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

Page 228: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

BID FORM

DATE: NO.

TO

The Medical Superintendent

S.S.T.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 229: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CONTRACT FORM

THIS CONTRACT is made at on day of tender 2020-2021, between the Punjab Employees Social

Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s

(firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the

firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party”

and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s

(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered

to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for

(item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to as

“Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part

of this contract, vise:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with

the procuring Agency to provide the goods and services and to remedy defects therein in

conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision

of the goods and services and the remedying of defects therein, the contract price or such other

sum as may become payable under the provisions of this contract at time and in the manner

prescribed by this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. it agrees that any contract, right,

interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,

without prejudice to any other right and remedies available to procuring Agency under any

law, contract or other instrument, be void able at the option of procuring Agency.

Page 230: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6. In case of any dispute concerning the interpretation and /or application of this contract shall

be settled through arbitration. The medical superintendent SSTH or his nominee shall act as

sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the parties.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 2

Page 231: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

LIST OF MISCELLANEOUS ITEMS

SR.

NO

NAME OF ITEMS

SPECIFICATION

RATE

QUOTED

PER ITEM

Estimated

Quantity

Required

Total

Amount

Linen Store Items

1 Medium Cell Toshiba 60 Nos

2 Remote Cell Toshiba 100 Nos

3 Lock 1-1/2’’ China Original 50 Nos

4 Lock 2’’ China Original 50 Nos

5 Jug (Glass) Toyo/ Nice 20 Nos

6 Jug (Plastic) Imparted Quality 40 Nos

7 Lota Plastic Local 80 Nos

8 Mug Plastic Local 20 Nos

9 Phenyl Tab Local 40 Pkt

10 Lux 150g Local 50 Nos

11 Safety Razor Local 30 Nos

12 Blade Classic/07 o Clock

60 Dabi

13 Air Freshener Local china 400 nos

14 Broom Bansi 400kg

15 Finis Oil Typhoon 400ml tin 1000 nos

16 Flush Brush Plastic 200 nos

17 Glass for Water Toyo Nasik 35 dozen

18 Hand Brush for clothes

Local 60 nos

19 Life Boy Soap Liver Brothers 3000nos

20 Medium Cell Toshiba 150 nos

21 Net Wall Brush Iron/Plastic 150 nos

22 Old Jersey Landa 400 kg

23 Pencil Cell Toshiba 400 nos

24 Phenyl Bottles Typhoon 2.75L/3L 2000 bottle

25 Plastic Bags Small Size 5x4 100 kg

26 Plastic Jar 50 gms 150 Gurse

27 Rat Killer Tablets Killer 40 pkt

28 Soap Dish Plastic 48 nos

29 Spray Pumps Typhon/Super 150 nos

30 Sufi Soap Sufi 350 pkt

31 Sufi Vermicelli Sufi 80kg

32 Surf Washing Powder Sufi 80 gms 1200 pkt

33 Surf Washing Powder 1Kg 220 kg

34 Sweep Shiner Super 400 bottle

35 Tat Bundle 400yard

36 Tissue Box Rose Petal 400 box

Page 232: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

37 Tissue Rolls Supreme/Pop Up 400 roll

38 Torch Rechargeable 60 nos

39 Torch Cell Toshiba 100 nos

40 Vim Washing Powder Vim/Max 900 pkt

41 Washing Soda Open ICI 100 kg

42 Wiper Local Iron 300 nos

43 Towel Local 400 kg

Tailor Master Items

1 Reel Thread(All Color) Falcon 60 pkt

2 Cotton Tape Pajama Local 30 rool

3 Mask Tape Local 20 Roll

4 Goki Machine Needle local 10 pkt

5 Goki Machine Oil Local 05ltr

6 Hand Needle Local 05 pkt

7 Tailor Seizer Local/china 02 nos

8 Elastic 1” local 02 roll

Laundry Items

1 Hydrogen Peroxide(30ltr)

Akbri Chemicals 8 Jar

2 Oxalic Acid(30kg) Akbri Chemicals 5 bag

3 Salphuric acid(30ltr) Akbri Chemicals 10 Jar

4 Soda Ash 50kg ICI 90 bag

5 Surf Washing Powder A plus

200 bags

6 Liquid bleach Local 42 cane

7 Leco Powder Local 60 kg

8 Neel Powder Local 60 kg

9 Rang Kat Local 5 kg

10 Caustic Stone Local 5 bags

11 Sodium metabite Sulphat

Local 5 kg

12 Blue shampoo Liquid Soap 25kg

Akbri/ local 6 jar

Welder Workshop Items

1 Wheel 2’’ Complete Killi Local heavy quality 60 Nos

2 Plastic Goti 6 sootre Local heavy quality 60 Nos

3 Steel Sheet 18/20 gage Local heavy quality 70 Kg

6 Moose Set Local heavy quality 5 Box

9 Steel Cutting Disc 4’’ Local heavy quality 7 Nos

10 Steel Cutting Disc 7’’ Local heavy quality 10 Nos

11 Steel Varma 1-1/2 to 4 sooter(complete set)

Japani Heavy duty 2 Pkt

12 Arre blade steel cutting Japani Heavy duty 15 Nos

13 Wheel 8’’ Single with bearing

Local heavy quality 30 Nos

Page 233: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

14 Bed Jack Small Local heavy quality 48 Nos

15 Bed Jack Big Local heavy quality 24 Nos

16 Steel screw 2’’ to 5’’ Local heavy quality 15 Kg

17 Goti Set Local heavy quality 01 Set

18 6”Wheel complete Local China 36 nos

19 6” without chimta Local China 36 nos

20 5” Wheel keli wali complete

Local China 36 nos

21 4” Wheel complete keli wali

Local China 36 nos

22 4” without chimta Local China 36 nos

23 Rod No.10 Local China 06 nos

24 Rod No.12 Local China 06 nos

25 4” pathar Local China 06 nos

26 Cottor pin Local China 100 nos

27 Net bolt 3,4 sooter Local China 10kg

28 Patti 2 inch wali 1½ sooter

Local China 40 kg

29 Patti 1” sawa sooter Local China 25 kg

30 Cutter 4”plate Local China 04 nos

31 Wheel 5” without chimta Local China 36 nos

32 Angle per kg weight Local 100kg

33 Steel bars Per kg Local 50kg

Painter Items

1 Captain Brush 2’’ Captain 6 Nos

2 Captain Brush 3’’ Captain 6 Nos

3 Captain Brush 4’’ Captain 6 Nos

4 Captain Brush 5’’ Captain 6 Nos

5 Scraper Local 12 Nos

6 Deco set Local 5 Set

7 Malmal Clothes Local 10 Meter

8 Dana Lakh Local 1 Kg

9 Color Syany local 3 Pkt

10 Old cloths Local 5 Kg

11 Sprit Local 5 Liter

12 Weather shead Brighto /burger /ICI 2 Drumy

13 Weather shead Brighto /burger /ICI 3 Gallon

14 Enamel Paint(All color) Master/Burger 5 Quarter

16 Warnish Black horse/ici/master

2 Quarter

17 Lacer Black horse/ici/master 1 Quarter

18 Thinner Local 1 Gallon

19 Braso Pint Black horse/ici/master

1 Quarter

20 Metallic Paint(All color) Black horse/ici/master

1 Quarter

21 Water Matt(All color) Black 2 Gallon

Page 234: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

horse/ici/master

22 Matt Enamel(All color) Black horse/ici/master

1 Gallon

23 Petrol Local 5 Litter

24 White distemper drummy

Burger 04 drummy

25 White distemper gallon Paintex/ICI 03 gallon

26 Off white distemper drummy

Burger 02 drummy

27 Off white distemper gallon

Paintex/ICI 5 gallons

28 Enamel paint off white gallon

Master/ Dulux/ICI 30 gallons

30 Enamel paint gallon white

Master/ Dulux/ICI 5 galons

31 Enamel paint white quarter

Master/Dulux/ICI 5 quarter

32 Ragmar 120 number Korian 30 nos

33 Ragmar 150 number Korian 30 nos

34 Tarmeen oil gallon Local 100 ltr

35 Plastic off paris packet Local 15 pkt

1. Ball Valve ½’’ Faisl/Master 18

2. Ball Valve ¾’’ Faisl/Master 18

3. Ball Valve 1’’ Faisl/Master 03

4. Ball Valve 1-1/2’’ Faisl/Master 02

5. Gas Nozzle ½ Brass, heavy

Local 12

6. Gas Nozzle ¾’’ Brass, heavy

Local 06

7. Froul Clump 3’’(Asbestos pipe) heavy

Local 04

8. Froul Clump 6’’(Asbestos pipe) heavy

Local 03

9. Froul Clump (HD Pipe)3’’

Local 03

10. Bolt+ Nutt 3 sooter/ lenth 3’’,4’’ Local steel 24

11. Clump Rubber Washers Local 24

12. Gi Pipe ½’’ IIL M 03 nos

13. Gi Pipe ¾’’ IIL M 03 nos

14. Gi Pipe 1’’ IIL M 02 nos

15. Gi Pipe 1-1/4’’ IIL M 01 nos

16. Gi Pipe 1-1/2’’ IIL M 01 nos

17. Gi Elbow ½’’ HE 24 nos

Page 235: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

18. Gi Elbow ¾’’ HE 18 nos

19. Gi Elbow 1’’ HE 6 nos

20. Gi Elbow 1-1/4’’ HE 03 nos

21. Gi Elbow 1-1/2’’ HE 03 nos

22. MF Elbow ½’’ HE 05 nos

23. MF Elbow ¾’’ HE 03 nos

24. Elbow ½*3/4 HE 06 nos

25. Elbow ¾’’*1’’ HE 05 nos

26. Elbow ½’’*1’’ HE 03 nos

27. Socket ½’’ HE 6 nos

28. Socket 3/4’’ HE 6 nos

29. Socket 1’’ HE 03 nos

30. Socket1-1/4’’ HE 03 nos

31. Socket 1-1/2’’ HE 03 nos

32. MF Socket1/2’’ HE 03 nos

33. MF Socket3/4’’ HE 03 nos

34. MF Socket 1’’ HE 03 nos

35. Socket ½’’*3/4’’ HE 6 nos

36. Socket ½’’*1’’ HE 03 nos

37. Socket 1’’*3/4’’ HE 03 nos

38. Union ½’’ HE 03 nos

39. Union ¾’’ HE 03 nos

40. Union1’’ HE 03 nos

41. Union1-1/4’’ HE 03 nos

42. Union 1-1/2’’ HE 03 nos

43. Bush ½’’*3/4’’ HE 6 nos

44. Bush 1*1/2’’ HE 6 nos

45. Bush 1’’*3/4’’ HE 03 nos

46. Bush 1’’*1/4’’ HE 03 nos

47. Bush ½*1-1/4’’ HE 03 nos

48. Bush 1-1/2’’*1’’ HE 03 nos

49. Geezer Thermostat Unitrail/Chaina 03 nos

50. Thermo weir Chaina/Iran 6 nos

51. Pilot Pipe(Copper)heavy gage

Local 6 nos

52. Pilot (Cherri) Local 6 nos

53. Geezer Burner heavy Local 02 nos

54. Sui Gas Single Burner (Cholhay)

Canon/Super Aisia 03 nos

55. Safety Valve 1’’*3/4’’(Heavy)

Local/RBS 6 nos

56. Safety Valve 1’’(Heavy)

Local/RBS 03 nos

57. HyDant Valve 3’’( Brass Rod)

local 02 nos

58. Gate Valve 6’’(Brass Rod Heavy)

Local 01 nos

Page 236: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

59. Jain sheet Local 5ft

60. Muslim shower Complete

King/Master/Faisal 24 nos

61. Muslim shower Body King/Master/Faisal 30nos

62. PVC pipe 2’’Medium Popular 03 nos

63. PVC pipe 3’’ Medium Popular 03 nos

64. PVC pipe 4’’ Medium Popular 03 nos

65. PVC pipe 6’’ B Popular 01 nos

66. PVC pipe10’’B Popular 01 nos

67. Elbow 2’’90 Degree Popular 6 nos

68. Elbow3’’ 90 Degree Popular 6 nos

69. Elbow4’’90 Degree Popular 6 nos

70. Elbow6’’90 Degree Popular 01 nos

71. Elbow 2’’45 Degree Popular 03 nos

72. Elbow3’’45 Degree Popular 03 nos

73. Elbow4’’45 Degree Popular 03 nos

74. Elbow6’’45 Degree Popular 01 nos

75. Plug Elbow 3’’ Popular 6 nos

76. Plug Elbow 4’’ Popular 6 nos

77. PVC Elbow 2’’*3’’ Popular 03 nos

78. PVC Elbow 3’’*4’’ Popular 03 nos

79. PVC Socket 2’’ Popular 03 nos

80. PVC Socket 3’’ Popular 03 nos

81. PVC Socket 4’’ Popular 03 nos

82. PVC Socket 6’’ Popular 03 nos

83. PVC Socket 10’’ Popular 03 nos

84. PVC Tee 2’’ Popular 03 nos

85. PVC Tee 3’’ Popular 03 nos

86. PVC Tee 4’’ Popular 05 nos

87. PVC Plug Tee 2’’ Popular 03 nos

88. PVC Plug Tee 3’’ Popular 03 nos

89. PVC Plug Tee 4’’ Popular 05 nos

90. PVC Y Tee 2’’ Popular 03 nos

91. PVC Y Tee 3’’ Popular 03 nos

92. PVC Y Tee 4’’ Popular 03 nos

93. PVC Half Set 3’’ Popular 03 nos

94. PVC Half Set 4’’ Popular 03 nos

95. PVC P Trap 2’’ Popular 04 nos

96. PVC P Trap3’’ Popular 04 nos

97. PVC P Trap4’’ Popular 04 nos

98. Stone P Trap 3’’ Popular 03 nos

99. Stone P Trap 4’’ Popular 03 nos

100. PVC Bush 2*3’’ Popular 03 nos

101. PVC Bush 3*4’’ Popular 03 nos

102. PVC End cap 2’’ Popular 03 nos

103. PVC End cap3’’ Popular 03 nos

104. PVC End cap 4’’ Popular 03 nos

105. PVC End cap 6’’ Popular 02 nos

Page 237: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

106. PVC Solution 75g Popular 03 box

107. PVC Solution 150g Popular 03 box

108. PVC Solution250g Popular 02 box

109. Commode seat cover IFO(Super Quality)

Master/Turk Plast 06 nos

110. Commode seat cover Ford(Super Quality)

Master/Turk Plast 4 nos

111. Flush Tanki Master/Faisal 02 nos

112. PPRC Pipe 32/20mm Popular 06 nos

113. PPRC Elbow 25*32mm

Popular 12 nos

114. PPRC Socket 25*32mm

Popular 3 nos

115. PPRC Tee 25*1/2’’ Popular 06 nos

116. PPRC Elbow32*40mm

Popular 03 nos

117. PPRC Elbow32*3/4’’ Popular 03 nos

118. PPRC TEE 32*40mm

Popular 06 nos

119. PPRC Socket 32*40mm

Popular 04 nos

120. PPRC Union 25mm Popular 04 nos

121. PPRC Union 32mm Popular 04 nos

122. PPRC Union 40mm Popular 03 nos

123. PPRC End Cap 25mm

Popular 06 nos

124. PPRC End Cap32mm Popular 06 nos

125. PPRC End Cap40mm

Popular 03 nos

126. PPRC Over Cross 25mm Popular 06 nos

127. PPRC Over Cross 32mm

Popular 06 nos

128. PPRC Over Cross 40mm Popular 03 nos

129. U Clump Steel 25mm Local 06 nos

130. U Clump Steel 32mm Local 06 nos

131. U Clump Steel 40mm Local 06 nos

132. U Clump Steel 2’’ Local 06 nos

133. U Clump Steel 3’’ Local 06 nos

134. U Clump Steel 4’’ Local 06 nos

135. Kili Clump Steel ½’’ Local 06 nos

136. Kili Clump Steel 3/4’’ Local 06 nos

137. Kili Clump Steel 1’’ Local 06 nos

138. Kili Clump Steel 1- 1/4’’

Local 06 nos

139. Kili Clump Steel1- ½’’ Local 06 nos

140. Pipe Hook steel heavy

Local 12 nos

141. Daga Gola Local 24 nos

Page 238: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

142. Rubber connection pipe 18’’

Faisal/Master 24 nos

143. Rubber connection pipe 24’’

Faisal/Master 18 nos

144. Rubber connection pipe 30’’

Faisal/Master 18 nos

145. Rubber connection pipe 36’’

Faisal/Master 06 nos

146. Rubber connection pipe 39’’

Faisal/Master 06 nos

147. Double Bib Cock Faisal/Master 12 nos

148. Sink Mixture Faisal/Master 02 nos

149. Wall Shower set Faisal/Master 02 nos

150. Plug Steel ½’’ Chaina 12 nos

151. Plug Steel ¾’’ Chaina 12 nos

152. Plug Steel 1’’ Chaina 06 nos

153. Plug Steel 1-1/4’’ Chaina 06 nos

154. Plug Steel 1-1/2’’ Chaina 03 nos

155. Plunger Golden Golden 04 nos

156. Washer Golden (Tanki)

Local 12 nos

157. Saifon Sonex (Tanki) Sonex 03 nos

158. Saifon Master (Tanki)

Master 03 nos

159. Ball Cock Sonex (Tanki)

Sonex 06 nos

160. Sink Bracket(steel) Local 06 nos

161. Tagg IFO Local 18 nos

162. Tagg Aford ( Sangli waly) Local 18 nos

163. PPRC TEE 25*35mm

Popular 03 nos

164. PPRC TEE ¾*32mm Popular 04 nos

165. PPRC TEE 1’’*40mm Popular 06 nos

166. Floor Jali 6*6 (Heavy Plastic)

Master/Faisal 03 nos

167. Floor Jali 6*6 Steel Master/Faisal 03 nos

168. Floor Jali 4’’ Steel Master/Faisal 03 nos

169. Floor Jali 4’’ Center Hole

Master/Faisal 03 nos

170. Floor Jali 6’’ Center Hole

Master/Faisal 03 nos

171. Barrel Nipple ½ HE/China 12 nos

172. -do- ¾ HE/China 12 nos

173. -do- 1 HE/China 06 nos

174. -do- 1¼ HE/China 06 nos

175. -do- 1½ HE/China 06 nos

176. Pipe nipple 11L.M ½ 6,3,5,8,9,10

IIL/ELM 18 nos

Page 239: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

177. Pipe nippal ¾ 11L.M 3”, 6”, 5”, 8”, 9, 10”

IIL/ELM 18 nos

178. Pipe nipal 1” 11L.M 3”, 6”, 9”, 10”

IIL/ELM 03 nos

179. Regulator ¾ & ¾ sui gas high pressure

Local high pressure 03 nos

180. Active wall (gate role) 1”

Local 03 nos

181. Bullet kit Local Steel 18 nos

182. Bullet kit commode Local 06 nos

183. Water nozzle ¾ Local Heavy 12 nos

184. CP nozzle bhari 1” Local Heavy 06 nos

185. -do- 2” Local Heavy 06 nos

186. -do- 1 ½ Local Heavy 06 nos

187. -do- 4” Local Heavy 03 nos

188. -do- 6” Local Heavy 03 nos

189. Bib cock Super Asia Faisal/Nice/Latif 06 nos

190. Tea cock Super Asia Faisal/Nice/Latif 06 nos

191. Side piller cock Super Asia

Faisal/Nice/Latif 05 nos

192. Mixer Super Asia Faisal/Nice/Latif 02 nos

193. Spindal Local Heavy 09 nos

194. Head Local Heavy 09 nos

195. Mixed Connection pipe

Local 18 nos

196. Bip Cock plastic brass Spindal Local Heavy 12 nos

197. Push cock burner with nob

Local Heavy 12 nos

198. Push Cock heater with nob

Local Heavy 12 nos

199. Cooper pipe Local Heavy 05 ft

200. washer IFO Local Heavy 12 nos

201. Washer golden tanky Local Heavy/Golden

12 nos

202. Washer bib cock Local Heavy 12 nos

203. Washing swing tanky Master/So nix/Faisal

06 nos

204. Waste pipe jamboo Local Heavy 12 nos

205. Saffin golden Golden/Local 03 nos

206. Saffin IFO bottle makhi

Local 06 nos

207. Ball cock golden Local 06 nos

208. Ball cock IFO universal

Local 12 nos

209. Waste Complein single

Local Heavy 03 nos

210. Waste Complein wash bassoon

Local Heavy 03 nos

Page 240: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

211. Sink 18*48 Yadgar/Ittlas/Maste r

01nos

212. Sink 20*60 Yadgar/Ittlas/Maste r

01 nos

213. Wash basin Master/ICI/Sunny 01 nos

214. CP net (cooper or Bros)

Local Heavy 04 nos

215. Heater plate with chemical

Local 03 nos

216. Jet burner Local Heavy 03 nos

217. Bullet ary dell and single

Polaind/China/Loca l

06 nos

218. Elbow action master Local heavy 02 nos

219. Jain doori 3-sooter Local Heavy 06 ft

220. Tyflon England Local/England 03 ft

221. Gas pipe Local Heavy 50ft

222. Pipe Pprc 25mm Dura/master/Popul ar

06 nos

223. Pipe pprc 40mm Dura/master/ Popular 06 nos

224. Elbow pprc 25mm Dura/master /Popular

18 nos

225. Elbow pprc 32mm Dura/master /Popular 12 nos

226. Elbow pprc 40mm Dura/master /Popular 12 nos

227. Tee pprc 25mm Dura/master /Popular

06 nos

228. Tee pprc 32mm Dura/master /Popular

06 nos

229. Tee pprc 40mm Dura/master /Popular

06 nos

230. Socket pprc 25mm Dura/master /Popular

12 nos

231. Socket pprc 32mm Dura/master /Popular

12 nos

232. Socket pprc 40mm Dura/master /Popular

06 nos

233. Elbow 25*1/2 mm Dura/master /Popular

06 nos

234. Elbow 32*1/2 mm Dura/master /Popular

03 nos

235. Elbow 40*1/2 mm Dura/master /Popular

03 nos

236. Elbow 40*1’mm Dura/master /Popular

03 nos

237. Elbow ¾*40mm Dura/master /Popular

03 nos

238. Elbow 32*3/4mm Dura/master /Popular

03 nos

239. Socket 25*1/2mm Dura/master 03 nos

Page 241: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

/Popular

240. Socket 32*3/4 mm Dura/master

/Popular 03 nos

241. Socket 40*1/2 Dura/master

/Popular 03 nos

242. Over Cross 25*1/2 Dura/master /Popular

03 nos

243. Over Cross 32*3/4 Dura/master /Popular

03 nos

244. Over Cross 40*1” Dura/master /Popular

06 nos

245. Gate Valve 25mm Dura/master /Popular

06 nos

246. Gate Valve 32mm Dura/master /Popular

03 nos

247. Gate Valve 40mm Dura/master /Popular 01 nos

248. Filter Cot rage jumbo Local/ China 06 nos

249. Filter 2 stage 10” Local/ China 06 nos

250. Plug 25mm Dura/master /Popular

24 nos

251. Plug 32mm Dura/master /Popular 18 nos

252. Plug 40mm Dura/master /Popular

12 nos

253. Union 25*1/2 Popular/master 03 nos

254. Union 32*1/2 Popular/master 03 nos

255. Plastic Curing pipe ¾”

Local 50ft

256. Plastic Curing pipe 1” Local 50ft

257. Plastic Curing pipe 3” Local 50ft

258. Jobbli Clump ¾” local 24 nos

259. Jobbli Clump 1” Local 24 nos

260. Jobbli Clump 3” Local 12 nos

AC Technician workshop

1 Ac Compressor 2 ton siplit

Mitsubishi/Highly/ LG

02 Nos

2 Ac Cover 2 ton Floor standing

Local 01 Nos

3 Ac Cover 4 ton Floor standing

Local 04 Nos

4 Refrigerator Compressor ¼

Denfos 1 Nos

5 Refrigerator Compressor 1/5

Denfos 1 Nos

6 Refrigerator Compressor 1/6

Denfos 1 Nos

7 Refrigerator Compressor 6

Denfos 1 Nos

Page 242: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

8 A.C Covers Local Made 150nos

9 AC Compressor 1.5 Ton split new

Mitsubishi/ Highly/LG

05nos

11 A.C Protector Dolphin/Smart 15nos

12 Bearings 6201,6202,6203,6204,600 1,6002

Ntn 24 nos

13 Bends plastic ¾” local 60 nos

14 Ac Window Blower china 3 nos

15 Cable 110/76 03Core English

English/NEW AGE 01 coil

16 Capacitors 10uf Fuji 06 nos

17 Capacitors 3.5 uf Fuji 18 nos

18 Capacitors 4 uf Fuji 06 nos

18 Capacitors 35uf Fuji 06 nos

19 Capacitors 40uf Fuji 12 nos

20 Capacitors 45uf Fuji 12 nos

21 Capacitors 50uf Fuji 12 nos

22 Compressor Oil SANYO 01 ltr

23 Condenser Fan local 03 nos

24 Copper Pipes1/2,1/4,3/8,5/8,6/8,

local 50ft

25 CTC Chemical local 06 botle

26 Drain Pipes PVC popular 12 length

27 Foam Filters local 12 nos

28 Gas No.410 USA Usa

02 cylinder

29 Gas No.134-A USA Usa 01 cylinder

30 Gas No.22 USA Usa 06 cylinder

31 LPG gas local 15 kg

32 Magnet Contactor local 06 nos

33 Over load local 03 nos

34 Packing Tapes local 60 nos

35 Pin Valves local 36 nos

36 Plastic Water Pipe 3/4 local 50 ft

37 PVC Tapes local 30 nos

38 Refrigerator Protector Smart/dolphin 6 nos

39 Relay for Refrigerators local 06 nos

40 Selector Switch Pel/national 06 nos

41 Solder Brass Harras/usa 12 nos

42 Solder Copper usa 03 kg

43 Solder Silver usa 3 got

44 PVC Solution popular 03 box

45 Pvc T ½,3/4, popular 60 nos

46 AC Thermostat local 09 nos

47 Window A.C. Fan Motor 1.5 ton,2.0ton

local 03 nos

48 Window A.C. Trays Zinc local 03 nos

Page 243: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

49 Water chiller compressor ½,1/3,1/4

Dan foes 03 nos

50 Capacitor 80, 110 Fuji 06 nos

51 Condenser local 06 nos

52 Condenser fan local 03 nos

53 Relay danfos 06 nos

54 Over load local 05 nos

55 Water chiller Thermostat local 05 nos

56 Cable 110/76 three core GM/Pak 03 Coil

Waste Items

01 bin Plastic (For sharps and infectious waste material)

Sunrise plastic 900Nos

Sanitary department Items

01 Plastic Bag Yellow 30*36’’ Pure Plastic Local 300 Kg

02 Plastic Bag Blue 30*36’’ Pure Plastic Local 200 Kg

03 Plastic Bag Red 30*36’’ Pure Plastic Local 200 Kg

04 Plastic Bag White 30*36’’ Pure Plastic Local 300 Kg

05 Plastic Bag White18*24’’ Pure Plastic Local 300 Kg

06 Plastic Dustbin 50ltr Jonprri Numa (White, Blue, Red,Yellow)

Pure Plastic Local 40 Nos

07 Plastic Blue Dustbin 120 Ltr With Pedal and wheel

Pure Plastic Local 10 Nos

08 Cleaning Mops Dray &wet Local 100 Nos

09 Wall Brush Local 10 Nos

10 Brush For Floor Cleaning Local 12 Nos

11 Towel For Cleaning Local 100 KG

12 Small Dust bin Pure plastic 200 Nos

Electric Items

01 LED Rod 18 watt Philips 150 Nos

02 Blue Rod 15 watt Philips 30 Nos

03 S2 Stator Philips 60 Nos

04 Hitter rod 500w china China best quality 50 Nos

05 Cable Booster china 2 Nos

06 Connection box China 06 Nos

07 China Switch Alpain 250 nos

08 China scoket Alpain 100nos

09 china fitting plate Alpine 100 nos

10 Dimmer china fitting Alpine 50 nos

11 Light plug china fitting KM/Bosh/AMB 36 nos

12 Power Plug china fitting KM/alpain/AMB 36 nos

13 Light plug simple 8-pins Akai/alpain/Bush 60 nos

14 Power Plug 20/40amp Bush/Switch line 60 nos

Page 244: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

15 Capacitor 3.5uf Fuji 60 nos

16 Trimmer/Main Regulator

Philips/Ghazi 03 nos

17 2-pin shoo ET/Bush/Javed 60 nos

18 3-pin shoo ET/Bush/Javed 60 nos

19 Blub 60/100w Philips/Silver 24 nos

Page 245: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

20 Power plug box universal

Klass 24 nos

21 Rowel plug 12&14 Nos. Local 24 nos

22 Patch ½”, ¾”, ½” 2½”, 3”

Local 10 box

23 Power plug sheet 8x6” Local 12 nos

24 Light plug box 3x3” Klass 24 nos

25 Fan hock round 3 hole Local 24 nos

26 Rowel Bolt 3 sooter Local 60 nos

27 Cable 40/76 double GM/ Pakistan 03 coil

28 Cable 110/76 double 2 core

GM/ Pakistan 03 coil

29 Cable AC 7/44 single GM/ Pakistan 03 coil

30 Cable 23/76 GM/ Pakistan 03 coil

31 Bell push open type Hero 12 nos

32 Electric bell Excellent 36 nos

33 Bulb holder pin type Ghazi/Ittefaq 36 nos

34 Tube rod holder Local 36 nos

35 Tube starter holder Local 24 nos

36 Tube starter 20/18w Philips 24 nos

37 Tube Chock 18/20w Philips 12 nos

38 Pipe PVC ¾”+ ½ ” Popular/GM 36 nos

39 Clump ¾” ½” Local 36 nos

40 Clump No.5,6,7,8 Local 36 nos

41 Cable pin Local 24 nos

42 Cable RG11 GM 03 roll

43 Power plug convertor China 12 nos

44 Fan rubber Local 12 nos

45 Nikkle patch 1/2 “ + ¾” Local 03 box

46 Conector strip 10A, 60A Javed 12 nos

47 PVC Tape (all colors) Popular/Osaka/k ens

60 nos

48 Switch china fitting Alpine/ZEC/SOK 24 nos

49 Cable 3/29 GM/ Pakistan 04 coil

50 Fan Tiky Bilal/ Local 24 nos

51 Led Ceiling Light 2*2 Philips 12 nos

Carpenter Items

01 Silicon Local 6 Bottle

02 Neem gola ¾” Local AA 80 Length

03 Neem Gola 1-1/2” Local AA 50 Length

04 Door Frame Border 2-1/2”

Local AA 30 Length

05 Press Sheet 5mm ZRK 15 Nos

06 Drooz Chanel 14” AA Quality 24 Nos

07 Drooz Chanel 16” AA Quality 24 Nos

Page 246: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

08 Drooz Chanel 18” AA Quality 12 Nos

09 Glass Rubber 3”’ Imported china 100 Ft

10 1” Screws 8 No Black China

China 5 Box

11 Samad Solution 1000ml Ici/Local Best Quality

3 Box

12 Branji Kill Local China 3 Box

13 Pipe for perda 1” Local Best quality 10 Length

14 Bracket For Perda pipe 1” Local Best quality 40 Nos

15 Ring for perda pipe 1” Local Best quality 10 Dzn

16 Door closure star – MH Local 20 Nos

17 Internal round lock Khas/ Local 20 Nos

18 Handle lock Brass Khas/Local 12 nos

19 Chutknia 6”+8” Local 20 nos

20 1½ patch 8 number Local/China 5 box

21 Keel 2” 15 number topes+ cap

Local 3+3=6 box

22 Chipkakondi 2” Local 24 nos

23 Chipka 4” Local 24 nos

24 Concrete warma No.12 Local 6 nos

26 Rawal plug Local 12 pkt

27 Arl 12” Local 12 nos

28 Keel 01-2/8 No.17 Local 3 kg

29 Steel keel 2” - 1 ½ Local 6 box

30 Spring wair Local 200 meter

31 Hook small aur big Local 6 box

32 Glue wood ici 6 kg

33 Patch 2” – 2 ½ - 3” Jipsam China

Local 6 box

35 AA Lar chapti 1*2½ Local 50 length

36 Win board lamination Alnoor 10 sheet

37 Double action kabzay 5” Local 12 nos

38 Single kabzay 5” Local 24 nos

39 1’’’ wale net bolt Local 2 box

40 Jalli 3 foot Local 50ft

42 3’’’ waley warmay concrete

Local 5 nos

43 1’’’ wala warma Local 5 nos

44 Daraaz lock Local 24 nos

45 MDF Lamination Alnoor 10 sheets

46 ¾” Secrew Jipsam Black China 06 box

47 1-1/2” Secrew Jipsam Black

China 06 box

48 Kabzy 5 sooter 6 feel Lateef 12 nos

49 Door handle Local 12 nos

50 Cupboard Handle Local 12 Nos

Mason Items

1 Cement DG/Luckey/ 10 bags

Page 247: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Pioneer

2 Sand Ravi 02 trolley

3 Crush Sergodha,Roi 30 cft

4 Bricks Class 1 5000 nos

5 Steel bars Mughal/Ittefaq/M. Din

60 kg

6 White Cement DG/luckey/Pioneer 01 bag

7 6” wali tile Master/Sonex/Chi na

10 meter

8 Tile cream color 10” Master/Sonex/Chi na

10 meter

9 Tile 16 by 16 Master/Sonex/Chi na

10 meter

10 Gutter cover 26” with karah

Local 03 nos

11 Gutter cover 24” with karah

Local 03 nos

12 Gutter cover 20” with Local 03 nos

Page 248: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

PROCUREMENT PLAN MISCELLANEOUS ITEMS OF

GENERAL STORE, LINEN STORE & LAUNDRY ITEMS

FINANCIAL YEAR 2020-2021.

SR. NO NAME OF ITEMS Budget Available

1. Electric Items 357015

2. Welder items 355779

3. Painter items 241450

4. Carpenter items 183017

5. Plumber items 505937

6. Linen store items 1072820

7. Laundry items 800000

8. A.C.Technician items 530014

9. Tailor Master Items 18400

10. Waste disposal items 424000

11. Sanitary Hospital cleaning Items 534060

12. Mason items 140302

Grand Total 5162794

CDR 3% of estimated cost=RS. 154884/-

BILL ASSISTANT DMS (GENERAL)

DIRECTOR (F&A)

Page 249: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

Cost Rs.1000/-

(Non-refundable)

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR MISCELLANEOUS ITEMS OF

GENERAL STORE, LINEN STORE & LAUNDRY

Due date

1. Name of Bidder

2. Address

3. Telephone No.

4. Tender Purchase receipt

(F-6 No., Date & Amount)

5. Deposit at call No. & Date

6. Amount of deposit at call

7. Name of bank and branch

8. Income tax/Sales Tax reg. No.

9. Fax No.

Certified that the terms and conditions of the tender are noted carefully. In case of award of rate

contract, our firm shall comply with the terms and conditions.

Signature of bidder:

Date:

Stamp:

Page 250: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR MISCELLANEOUS ITEMS OF

GENERAL STORE, LINEN STORE & LAUNDRY

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2021 which is extendable. 2. The tender will be opened in the presence of tender representatives/bidders on 07.07.2020 at 01:30

PM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in custody of hospital after

encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

8. The rates should type written or clear and legible. In case of cutting, signature be must. 9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. 10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the period of contract for

which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the meeting before the opening

of financial bid, otherwise the next tender bidder will preferred and the CDR of the firm will forfeited who will not provide the rates.

13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.

14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes; otherwise the tender will not be acceptable.

16. The successful bidder will provide 10% Performance security of the value of award letter.

DR.MUHAMMAD KHALID MAHMUD

MEDICAL SUPERINTENDENT

Page 251: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

Tender for Purchase of Printing Items for the Financial Year 2020-2021

INVITATION FOR BIDS

Tender Price Non-refundable Rs.1000/-

Last date and time of receiving of tender 07.07.2020 AT 11.00 AM

Date and time of opening of tender 07.07.2020 AT 11.30 AM

Call deposit 3% bid security of the of estimated price in the form of CDR /Bank Draft

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals, the

well reputed firms for the supply of Printing items at Social Security Hospital on free delivery to

Consignee’s end basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer SSHL on submission of written application along with payment of non-refundable fee of

Rs.1000/- (only). Bidding documents shall be issued up to (10.30 am) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in

favor of Medical Superintendent SSHL is required to be submitted with the financial bid, without

which the offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on (07.07.2020) till 11:00 am positively. The bids received till the stipulated

date and time shall be opened on the same day at 11:30am in the presence of the bidders or

their authorized representative.

4. No offer shall be considered if:-

• Received without Call Deposit (CDR)

• Received after the date and time fixed for its receipt.

• The Tender is unsigned.

• The offer is ambiguous.

• The offer is conditional.

• The offer is by telegram.

Page 252: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

• The offer is from a firm black listed, or suspended.

• The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices, as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL

MULTAN ROAD LAHORE

Page 253: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF PRINTING ITEMS

TERMS & CONDITIONS

• The tender should be sent in the name of Medical Superintendent, Social Security Hospital, Lahore.

• The tender will be opened in the presence of tender representatives/bidders on 07.07.2020 at 11:30 AM after receiving from the bidders on the same day.

• All the procurement procedures will be strictly according to the PPRA rules,2014. • Single stage / two envelopes bidding procedure will be adopted. The two envelopes shall

be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters separately. The financial proposal of bids found technically non- responsive shall be returned un-opened to the respective bidders.

• The bidders will deposit 3% of estimated price of quoted items as bid security/deposit at call which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

• Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

• The bidders are requested to write make, model and brand of concerned items while giving the rates. Without make model or conditional tender will not be accepted.

• In case the offering firm has not its own printing press and will print the material from other press, the firm should submit the “authority letter” from other press and no delay in supplies will be accepted.

• The successful bidder will provide 10% performance security of the value of award letter. • All the taxes will be levied as per Government laws and all the rates should be given

including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and complete particulars on the first page of the tender document should be written very carefully mentioning filer and non-filer status.

• The rates should be quoted clearly in words as well as in figures. In case of cutting, signature should be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. All tender pages must be properly and numbered serially signed at the bottom.

• The blacklisted firms are not allowed to participate in the tender. • The bidders will have to provide samples of all the items (stationery as well as printing

PAPER OF EACH GRAMMAGE) with the technical bid. In case of failure, the institution reserves the right to cancel the participation of firm in the tender.

• The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the preceding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.approved rates will be considered for the whole year and no claim of currency fluctuation will be accepted during the current year.

Page 254: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

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

• The quantities mentioned in the tender are estimated quantities and can be increased or decreased according to need at the time of issuance of supply orders.

• The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bids / substandard. Printed books with numbers and logo of hospital if found not according to specifications will not returned back and the firm will replace unconsumed stores without any further charges.

• The supplies shall be delivered within 30 days w.e.f the next date of issue of supply order. • In case of late supply from the prescribed date, half percent weekly or two percent

monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason / excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

• If the supplier fails to supply the whole consignment, the firm shall be black listed for minimum of two years for future participation.

• In case of partial or non-supply of any or few items of the supply order, amount equal to the amount of order of those items will be forefieted. Moreover, half percent weekly or two percent monthly penalty will be deducted from the security and the firm may be black listed.

• Inspection authority will be the Inspection Committee of the hospital. Inspection on receiving the consignment will be done.The committee will be responsible for inspecting the consignment to certify that items are in accordance with the specifications of supply order.

• Any of the total bids can only be rejected on the basis of evaluation criteria,though; • The M.S Social Security Hospital, Lahore may reject all bids at any time prior to

acceptance of bid or proposal. • The M.S, Social Security Hospital, Lahore shall upon request communicate to any

bidder , the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

• In case of dispute, decision of M.S Social Security Hospital shall be final.

MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL

MULTAN ROAD LAHORE

Page 255: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

Passing Marks = 70

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF PRINTING ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

• Physical report Quality of material

10

• NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05

10

• Financial Soundness of the firm • Income tax paid certificate= 08 • Balance Sheet = 12 or • Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

• Establishment of company/firm with reference to the Services. • More than 05-years =20 • 03-05 years =15 • 01-03 years =10

20

• Past performance of the bidder with Hospital • Execution of supply order 100% • Execution of supply order 50% • Execution of supply order less than100%

and more than 50%

10 10 05 08

• Overall reputation Certificate in reference to the Services • Private Sector + Public Sector =10 • Public Sector =05 • Private Sector=05

10

• Undertaking on judicial paper that • firm is not blacklisted in any Govt./Autonomous Body

in last two years

20

TOTAL 100

Name of the Bidder No. of item

Name of item

Signature & Stamp

Page 256: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

NOTE :

• Acceptable bids must score minimum 65 marks .

• For verification of above information ,the representatives may visit the premises of

printing press at any time during evaluation process and will take necessary action in

case of false presentation of document

22.4 .Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to

attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal.

of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read aloud and

recorded if appropriate

23 Qualification & disqualification of bidder; -

23.1 A bidder shall be disqualified if it would be finding, at any time, that the information submitted by him

concerning his qualification was false and materially inaccurate or incomplete.

24. Rejection of bids:

24.1 The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the

grounds for its rejection of any or all bids, but is not required to justify those grounds. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

25. Contacting the Procuring Agency :

25.1 . No bidder shall contact the procuring Agency on any matter relating to its bid, from the time of the bid

opening to the time Contract is awarded.

25.2. Any effort by bidder to influence the Procuring Agency in its decision on bid evaluation bid comparison

,or Contract Award will result in the rejection of the bidder “s bid and subsequent black listing . Canvassing by any

bidder at any stage of the Tender Evaluation is strictly prohibited .

26. Re-Bidding :

26.1. If the Procuring Agency rejects all bids in pursuant to instruction to the bidder , it may call for a re-

bidding or if deems necessary and appropriate the Procuring Agency may seek any Alternative methods of

procurement.

26.2. The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may

revise specifications , evaluation criteria or any other condition for bidders ,as it may deem necessary.

27. Announcement of Evaluation Report :-

27.1 The results of bid evaluation shall be declared prior to the award of procurement contract in the form of

report giving justification for acceptance or rejection or bids at least, ten, days prior to the award of procurement

contract.

Award of contract

28- Acceptance of Bid and Award Criteria:-

Page 257: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

28.1 The bidder with the lowest evaluated financial bid, if not in conflict with any other law, rules, regulations

or policy of the provincial Government, shall be awarded the letter of approval of rates, within the original or

extended period of bid validity.

1. The supply will be responsible for free replacement of stocks if the same is not found to be of the

same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover it

will replace the unconsumed expired stores without any further charges.

• If the firms provide Sub-standard items, printed books with numbers and logo will not returned

back and firm will supply new stock, Payment will be done only for the sock supplied as per

specifications. fail to provide the item , the payment of Risk Purchase, the price difference shall

be paid by the firm.

• In case if firm fail to provide the item , the payment of Risk Purchase, the price difference shall

be paid by the firm.

29. Procuring Agency ‘s Right to vary Quantities at time of Award;

29.1 The Procuring Agency Reserves the right at the time of Award of Contract to increase or decrease the

quantity of goods originally specified in the price Schedule and Schedule of Requirements without any change in

unit price or other terms and conditions.

30 Notification of Award :

30.1 Prior to the expiration of the period of bid Validity, the Procuring Agency shall notify the successful Bidder

in wrting by Registered letter that its bid has been accepted.

30.2 The Notification of award shall be issued in form of letter of award of contract to the bidder .After

issuance of award of contract, supply orders shall be issued on as and when required basis according to need and

demand of the hospital in whole financial year.

31. Inspections and Test / Analysis:- • The inspection committee shall inspect the quantity and specifications of the items supplied. • The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without any further charges.

• If the Goods supplied are found during physical examination / inspection to be against the required specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the date of communication of decision to the manufacturer • Supplier by the Hospital. In case after replacement or alteration, the inspection committee again

declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of security of the concerned installment would be forfeited and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against the required specifications, the earnest money / entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years.

• 32. Redressal of Grievances by the Procuring Agency :

32.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper

powers and authorizations, to address the complaints of the Bidder that may occur prior to the entry into force of

the procurment contract.

32.2 Any bidder feeling aggreived by an act of the Procuring Agency submission of the his bidd may lodge a

written complaint concerning his grievances not later then fifteen days after the announcement of the bid

evaluation report under rule 35.

Page 258: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

32.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the

complaint .

32.4 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal

in the relevant court of jurisdiction .

32.5 Mere fact lodging of a complaint shall not warrant suspension of procurement process.

35. Transportation: - 35.1 Transportation including loading / unloading of goods shall be arranged and paid for by the supplier.

36. Subcontracts: - 36.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.

37. Delays in the Supplier’s Performance: - 37.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in Schedule of Requirements . 37.2 If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of delay, its likely duration and its cause(s). 37.3 The Purchase Committee may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Purchase Committee . A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

38. Schedule of requirement :-

38.1 In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the supplier.

38.2 The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract.

38.3 In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item, the payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid by the firm. Moreover, the substandard printed item will not be returned back.

. 38.4 The suppliers shall be delivered within 15 days after the next date of issue of purchase order (without

penalty), and with prescribed penalty after the date of delivery. 39. Termination for Default:-

39.1 The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to Supplier , may terminate the award of Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

• In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

• If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the

right to forfeit the security of the contractor and may award the contract to the second lowest. • The bidder shall provide 5% of the quoted value in the shape of CDR along with their quotation in

the shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

Page 259: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

40. Delivery and Documents: - 40.1 The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end

for verification and onward submission to quarter concerned, duly completed in all respect for payment.

• Original copies of Delivery Note / Challan (in triplicate) showing item’s description and quantity.

• Original copies of the Suppliers’ invoices (in triplicate) showing name of item’s description, quantity, per unit cost, and total amount.

• Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without GST), amount of GST and total amount with GST.

41. Arbitration and Resolution of Disputes:- 41.1 The Procuring Agency and the Supplier Shall make every effort to resolve amicably by direct informal negotiation and disagreement or dispute arising between them under or in connection with the Contract.

41.2 If ,after Thirty (30 days from the commencement of such informal negotiations , the Procuring Agency and the Supplier have been unable to Resolve Amicably a Contract dispute , either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.

41.3 In case of any dispute concering the interpretation and /or application of this contract shall be settled

through arbitration.Medical Superintendent Nawaz Sharif Social Security Hospital or his nominee shall act as sole Arbitrator. The decisions taken and /or award made by the sole Arbitrator shall be final and binding on the Parties .

42 . Governing Language :

42.1 The Contract shall be written in english language .Subject to Gcc Clause 26, theversion of the Contract written in the specified language shall govern its interpretation.

42.2 All correspondence and other documents pertaining to Contract ,which ar exchanged by the Parties ,shall be written in English.

43. Applicable Law:

43.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

44. Notices : 44.1 Any Notice given by one party to the other pursuant to this Contract Shall be sent to the other party in

writing and Confirmed to other party’s address specified in SCC.

44.2 A notice shall be effective when delivered or on the notice”s effective date. Whichever is later. Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL

MULTAN ROAD LAHORE

Page 260: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST

Sr. No. /Page No. of the YES OR NO

Tender Submitted

• Receipt

• Copy of national identity card

• Call deposit

• Suppliers authorization letter

• Price reasonability certificate

• Price list (duly attested)

• Sole proprietary certificate in case of items of Propriety nature.

• Letter of authorization from the manufacture / foreign Principal

in case of sole agent/ importer.

• Certificate on stamp paper Rs.100 duly filled

• Certificate of national tax number

• Samples of quoted item

• Technical bid (separate envelop)

• Financial bid (separate envelop )

• Copy of the technical bid on the CD in Excel format along with the

written technical offer in the technical Proposal. (Technical

proposal envelope)

• Copy of the financial bid on the CD in Excel format along with the

written financial offer in the financial

Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 261: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER CON WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on for the supply of printing items for NSSSH

as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement

Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2018-2019 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case if not supplied according to specifications

mentioned in supply order.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

BID FORM

DATE:

NO.

Page 262: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

TO

The Medical Superintendent S.S.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 263: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITALMULTAN ROAD LAHORE

NAME OF BIDDER: TENDER FOR PRINTING ITEMS FOR THE YEAR 2020-21

SR #. NAME OF ITEM SPECIFICATION Estimate quantity

Unit price Estimate price

1. Admission sheet. White 13 ½ x 17 100 sheets pad 68gm paper

flying/h. Glaze both side printing

250 140 35000

2. Admission sheet Green 13 ½ x 17 100 sheets pad 68 gm paper

flying/h. Glaze color bound.

0 140 0

3. Admission sheet pink both side printing 68gm glaze paper 13

½ x 17 “ 100 sheet pad

0 110 0

4. Admission register. 300 leaves size 8 ½ x 13 ½ 68gm paper flying

with nos. Paging

10 520 5200

5. Blood group card Size 4 x 3 ½ printing on 150 gm art card 3561 3.24 11538

6. B-2 form Size 8x6½ sheet pad 68gm h/finish paper.

Urdu/english printing

400 45 18000

7. Consumption registers Large paper size 13 ½ x 17 200 leaves 68 gm

h/finish paper proper paging numbers

20 520 10400

8. Continuation sheet Pad size 8 ½ x 13 ½ both side printing 68 gm

h/finish paper.(prescription order form)

600 110 48000

9. Compatibility card 110gm auri card size 5 ½ x 6 ½. 4000 4.80 19200

10. Drugs sheet pad

(Treatment ticket)

10 x 15 printing on 68 gm h/finish paper

both sides.

600 110 66000

11. Death certificates book Carbon free book 5 x 7 ½ size 68gm paper

triplicate first white second pink third yellow

with controlled numbers

6 220 1320

12. X-Ray envelopes Size 15 x 18 80gm golden brownwith

printing as per sample

2000 8.60 17200

13. Emergency book (small

ticket book)

Carbon free 8 ½ x 6 size 100 sheets book

68gm h/finish paper

500 220 110000

14. Eye card. 4 ½ x 7” printing on 110gm art card 0 2 0

15. F-9 form Size A4 80 gm one side printing on ledger 5 210 1050

Page 264: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

paper 100 sheets pad.

16. F-2 form Size A4 one side printing 80gm Colour Pink 100 160 16000

17. Fluid Balance Sheet 13 x 8 ½ both side printing 100 sheets pad

68 gm flying/h. Finish paper.

200 90 18000

18. Log book Size 8 ½ x 13 ½ both side printing on 68 gm

white paper 100 sheet pad with paging

numbers

0 170 0

19. List of anesthesia

medicines

White 68gm paper 8 ½ X 13 ½ SIZE 50 90 4500

20. List of operation medicines Pink 68gm paper 8 ½ X 13 ½ SIZE 70 90 6300

21. Diet charges pad Size 8 ½ x 13 ½ 68 gm h/finish paper 100 90 9000

22. Minutes of purchase

Comittee

Size 8 ½ x 13 ½ 68gm h/finish paper 10 90 900

23. Nursing report pad Size 13 x 8 ½ 100 sheets pad 68 gm h/finish

paper both side printing

400 90 36000

24. OPD register. 500 leaves size 13 ½ x 8 ½ 68gm h/finish

paper with numbering

10 470 4700

25. Operation List size 8 ½ x 13 ½ 55gm high finish paper 60 90 5400

26. Pay bill for doctors Size 8 ½ x 13 ½ 68gm h. Finish 0 52 0

27. Re-imbursement register 500 leaves 13 ½ x 8 ½ with numbering 68g

paper both side printing

0 360 0

28. Stock register 600 pages Size 13 ½ x 8 ½ 68gm white papers with

proper index and numbering.

40 550 22000

29. Stock register 300 pages. Size 13 ½ x 8 ½ 68gm white paper with

proper index and numbering

35 420 14700

30. Salary registers 400 pages. 15 ½ x 10 as per sample with proper index

and numbering on ledger paper

10 480 4800

31. Temperature sheets Size 13 ½ x 8 ½ 68 gm h/finish paper 400 90 36000

32. Summary pad. Size 13 ½ x 8 ½ 100 sheets pad h/finish 68

gm paper

0 60 0

33. Re-imbursement pad. 13 x 8 ½ 100 sheets pad 68 gm h/finish

paper

0 55 0

34. Daily Med. Book. Carbon free Size 11x8 ½ duplicated 2/100 300 320 96000

Page 265: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

first white 68gm second pink 68g m

35. X-Ray book Carbon free Size 11 x 8 ½ triplicate first

white color printing second sky blue third

yellow 68 gm paper

400 420 168000

36. Weekly indent book Size 11 x 8 ½ duplicated 2 x 100 first white

68gm second pink 68gm

150 320 48000

37. Laundry book 4x8 ½ in triplicate first white 68 gm second

pink 68 gm third yellow 68 gm (3x100)

30 220 6600

38. Emergency treatment book Carbon free Size 11 x 8 duplicated (2x100)

first white 68 gm second pink 68gm.

120 320 8400

39. F-10 book. Carbon free 11 x 8 ½ in triplicate (3x100) first

white 68 gm second pink 68 gm third yellow

68gm

20 420 8400

40. M-16 book Carbon free 7 x5 (3x100) first white 68gm

second pink 68gm third yellow68gm.

Triplicate

50 150 7500

41. Discharge book 4- pages Carbon free size 11 x 8 ½.First white 68gm

second pink 68g third yellow 68 gm fourth

green 68gm

150 530 79500

42. Staff treatment book Size 7x5 (2x100) duplicated first white 68 gm

second 68 gm. Third 68gm

0 76 0

43. Demand book

Carbon free duplicated (2x100) first white 68

gm second pink 68 gm.

50 320 16000

44. M-20 book three pages

(outdoor)

Carbon free book Size 6 ½ x 5 ½ first white 68gm

second pink 68 gm third yellow68gm outdoor.

20 230 4600

45. M-20 book three pages

(indoor)

Carbon free book Size 6 ½ x 5 ½ first

white68gm second pink 68 gm third yellow

68 gm indoor.

20 230 4600

46. Leave book

Carbon free book Size 8 x 6 ½ 68gmtriplicate

(3x100) first white68gm second pink 68 gm

third yellow 68 gm

50 220 11000

47. Dialysis flow sheets Size 8 ½ x 11 ½ 68 g 100 90 9000

48. Supply order small Size 8 ½ x 6 ½ 68gm h. Finish paper. 30 50 1500

49. Lab investigation form 6 ½ x 9 68 gm 100 45 45000

Page 266: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

50. Urine report pads. 6 ½ x 8 68gm paper 250 45 11250

51. Monthly statement For opd 8 ½ x 13 high finish 68gm 0 85 0

52. Patient’s entry register for

X-Ray department

68gm paper size 8 ½ x 13 ½ 500 pages. 5 720 3600

53. Culture pad. 6 ½ x 8 68gm paper 10 40 400

54. Diabetic chart 13 x 8 ½ 68gm high finish paper 100 sheets

pad

20 90 1800

55. Joining report pad 6 ½ x 8 80gm paper. 20 120 2400

56. Duty slip 4 x 4 ½ size 68gm paper. 30 45 1350

57. Purchase registers 13 ½ x 8 200 pages 68gm paper. 0 260 0

58. Antenatal card. 6 ½ x 9 ½ size 110gm art card as per sample 100 3 300

59. Paper printing as per

sample.

13 ½ x 8 ½ size 68gm 0 115 0

60. Paper printing as per sample.

13 ½ x 8 ½ size 55gm 0 115 0

61. Paper printing as per

sample.

10 x 8 ½ size 68gm 0 115 0

62. Paper printing as per

sample.

6 x 8 ½ size 68gm 0 115 0

63. 10 x 8 ½ triplicate book Carbon free First white 68gm second pink

68gm third yellow 68gm printing as per

sample.

0 400 0

64. F-6 book Size 10 x 8 ½ first white 68gm second pink

8gm third yellow 68gm printing as per

sample.

10 220 2200

65. Investigating plain pad 6 ½ x 8 68gm paper 400 54 21600

66. Blood chemistry pad 9 x6 ½ 68 gm paper 500 45 22500

67. Income tax register Legal size 200 pages with numbering 05 290 1450

68. Pension form Legal size 68 gm paper 0 76 0

69. Diet Charges register 600-pages 68gm paper 0 420 0

70. Lab. Registers 400-pages 68gm paper 50 370 18500

Page 267: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

71. Supply order Size 8 x13 68gm h. Finish paper.with lines 0 59 0

72. F-13 Books 13 x8 size 100x3 pages triplicated 68gm(1

white, 2 pink, 3 yellow )

0 160 0

73. Birth certificate book 8 ½ x 6 ½ 68gm corbon free 0 82 0

74. Dead Stock register 8 ½ x 13 size 300 pages 68gm with proper

index and numbering

0 452 0

75. Dead stock register 8 ½ x 13size 200 pages 68gm with proper

index and numbering

0 310 0

76. Controlled documents

register

13x 8 size 68gm (500) pages with

numbering.

0 400 0

77. Audit note book. Duplicate 1st White, 2nd yellow 68gm Size 11

x 8 carobon free

0 200 0

78. Quality & Quantity

certificate

6 ½ x 8 68gm paper (as per sample) 20 59 1180

79. F-16 monthly Accounts

statement pad

Legal size 68gm (as per sample) 05 75 375

80. Hepatitis clinic card 6x7 110gm art card (as per sample) 0 02 0

81. Serology report pad 6 ½ x 8 68gm (as per sample) 300 50 1500

82. Lab follow up chart 100

sheet pad

8 ½ x 13 ½ 68gm

(as per sample)

0 59 0

83. Advance register 200 pages 8 ½ x 13 ½ 68gm (as per sample) 0 400 0

84. Ct Scan envelope (Printed) 17 ½ x 15 golden brown 2000 10 20000

85. Reimbursement Form ABC 8 ½ x 13 ½ 68gm (Form “A” pink, Form “B”

green , Form “C” yellow) printing as per

sample

0 60 0

86. Reimbursement Recovery Letter

1 -68gm8 ½ x 13 ½ printing as per sample 50 90 4500

87. Reimbursement Recovery

Letter 2

-68gm8 ½ x 13 ½printing as per sample 50 60 3000

88. Dengue Fever Book

triplicate

All 68gm paper 8 ½ x 13 ½ Ist white 2ND pink

3rd yellow carbon free

0 80 0

89. Physiotherapy card 6 x7110gm art card(as per sample) 500 02 1000

Page 268: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

90. DMS duty register 200 pages (as per sample) 0 150 0

91. File cover for office (Fine quality with eye hole on the top left

VIP with hospital monogram as per sample )

size 9 ½ x 13 ½ 300 gm imported card with

tape in centre

1000 21.50 21500

92. File cover printed for

patients

250 gm local card with two imported clip

with tape inside centre of file printing as par

sample

7000 18 126000

93. Gate register for

Ambulances

200 pages 68gm paper 9x13 size 0 250 0

94. Receipt consent form 9 x 11 ½ 68gm paper 10 85 850

95. Daily Cross match pad 9 x 11 ½ 68gm 0 85 0

96. Debit credit note book

triplicate

8 x10 1st white ,2nd pink,3rd yellow 68gm 5 116 580

97. Bill receipt form/pad 8x4 68gm 50 15 750

98. Bill movement register 10x15 size 200 pages 68 gm paper 0 200 0

99. History of bill pad A4 size 200 pages pad 68 gm paper 5 150 750

100. Pension register 300 pages A4 size 68 gm paper 0 150 0

101. Pension book 4x5 size 150 gm card with 12 pages 5 170 850

102. MS letter head pad (Manager Paper) A4 size 0 60 0

103. Call to Nursery pad 10 x 7 H/finish paper 55gram 100 60 6000

104. Patient monitoring chart

pad

12 x 8 100 sheets H/finish paper 55gram 50 74 3700

105. Blood bank cross match register 300 pages 8 ½ x 13 ½ size 0 340 0

106. Delivery note pad 10 x 7 H/finish paper 55gram 10 55 550

107. Partogram pad 10 x 6 ½ H/finish paper 55gram 0 60 0

108. Patient informed consent form No.1 10 x 8 H/finish paper 55gram 0 50 0

109. Tasurati Form 11 x 8 H/finish paper 55gram 50 90 4500

110. Permission form for

operation

No.2, 10 x 8 H/finish paper 55gram 0 55 0

Page 269: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

111. Permission form for

Anaesthesia

No.3, 10 x 8 H/finish paper 55gram 0 55 0

112. Pre Anaesthesia Pad 13 x16 H/finish paper 55gram(Both side

printing)

100 130 13000

113. Histopathology Lab. Form (FNA Procedure) 11 x 9 H/finish paper

55gram

0 70 0

114. Histopathology Lab. (referral) form 11 x 9 H/finish paper 55gram 0 70 0

115. Consent form blood

component

transfusion 10 x 8 H/finish paper 55gram 100 90 9000

116. Donor consent form pad 8 x 6 ½ H/finish paper 55gram(Both side

printing)

50 44 2200

117. Transfusion Reaction

Report

10 x 8 H/finish paper 55gram 0 50 0

118. Blood Requisition Form 10 x 7 H/finish paper 55gram (Both side

printing)

180 60 10800

119. Cansent from 13x1/2 x17 68 grams 100 150 15000

120. Permission Form for

hospital admission

No.5, 10 x 8 H/finish paper 55gram 100 90 9000

121. Chemotherapy pad 13 ½ x 8 ½ 68 grams 50 80 4000

122. High Risk Medication 10 x 8 H/finish paper 55gram 0 55 0

123. Gynae File Fine quality with eye hole on with hospital

monograme as per sample ) size ½ x 13 ½

gm imported card with tape in centre

100 22 2200

124. Blood Sugar Pad 13x 8 ½ 68gram H/finishing paper 100 90 9000

125 Death summary pad 13x 8 ½ 68gram H/finishing paper 100 110 11000

126 CCi form pad 13x 8 ½ 68gram H/finishing paper ( both

side printing)

115 10 11500

127 Bin card Medicine +equipment 5 ½ x 9 210 gram 1000 6 6000

Page 270: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

128 Medical request form 13 x8 ½ 68 grams H/finishing one side print 50 115 5750

Total Amount 1,4721,93

Page 271: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

Tender for Purchase of Stationary Items for the Financial Year 2020-2021

INVITATION FOR BIDS

Tender Price Non-refundable Rs.1000/-

Last date and time of receiving of tender 07.07.2020 AT 11.00 AM

Date and time of opening of tender 07.07.2020 AT 11.30 AM

Call deposit 3% bid security of the of estimated price in the form of CDR /Bank Draft

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals, the

well reputed firms for the supply of Printing items at Social Security Hospital on free delivery to

Consignee’s end basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer SSHL on submission of written application along with payment of non-refundable fee of

Rs.1000/- (only). Bidding documents shall be issued up to (10.30 am) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in

favor of Medical Superintendent SSHL is required to be submitted with the financial bid, without

which the offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on (07.07.2020) till 11:00 am positively. The bids received till the stipulated

date and time shall be opened on the same day at 11:30am in the presence of the bidders or

their authorized representative.

4. No offer shall be considered if:-

• Received without Call Deposit (CDR)

• Received after the date and time fixed for its receipt.

• The Tender is unsigned.

• The offer is ambiguous.

• The offer is conditional.

• The offer is by telegram.

Page 272: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

• The offer is from a firm black listed, or suspended.

• The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices, as far as possible.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL

MULTAN ROAD LAHORE

Page 273: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF STATIONARY ITEMS

TERMS & CONDITIONS

• The tender should be sent in the name of Medical Superintendent, Social Security Hospital, Lahore.

• The tender will be opened in the presence of tender representatives/bidders on 07.07.2020 at 11:30 AM after receiving from the bidders on the same day.

• All the procurement procedures will be strictly according to the PPRA rules,2014. • Single stage / two envelopes bidding procedure will be adopted. The two envelopes shall

be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters separately. The financial proposal of bids found technically non- responsive shall be returned un-opened to the respective bidders.

• The bidders will deposit 3% of estimated price of quoted items as bid security/deposit at call which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

• Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

• The bidders are requested to write make, model and brand of concerned items while giving the rates. Without make model or conditional tender will not be accepted.

• In case the offering firm has not its own printing press and will print the material from other press, the firm should submit the “authority letter” from other press and no delay in supplies will be accepted.

• The successful bidder will provide 10% performance security of the value of award letter. • All the taxes will be levied as per Government laws and all the rates should be given

including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and complete particulars on the first page of the tender document should be written very carefully mentioning filer and non-filer status.

• The rates should be quoted clearly in words as well as in figures. In case of cutting, signature should be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. All tender pages must be properly and numbered serially signed at the bottom.

• The blacklisted firms are not allowed to participate in the tender. • The bidders will have to provide samples of all the items (stationery as well as printing

PAPER OF EACH GRAMMAGE) with the technical bid. In case of failure, the institution reserves the right to cancel the participation of firm in the tender.

• The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the preceding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess approved rates will be considered for the whole year and no claim of currency fluctuation will be accepted during the current year.

Page 274: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

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

• The quantities mentioned in the tender are estimated quantities and can be increased or decreased according to need at the time of issuance of supply orders.

• The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bids / substandard. Printed books with numbers and logo of hospital if found not according to specifications will not returned back and the firm will replace unconsumed stores without any further charges.

• The supplies shall be delivered within 15 days w.e.f the next date of issue of supply order. • In case of late supply from the prescribed date, half percent weekly or two percent

monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason / excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

• If the supplier fails to supply the whole consignment, the firm shall be black listed for minimum of two years for future participation.

• In case of partial or non-supply of any or few items of the supply order, amount equal to the amount of order of those items will be forefieted. Moreover, half percent weekly or two percent monthly penalty will be deducted from the security and the firm may be black listed.

• Inspection authority will be the Inspection Committee of the hospital. Inspection on receiving the consignment will be done.The committee will be responsible for inspecting the consignment to certify that items are in accordance with the specifications of supply order.

• Any of the total bids can only be rejected on the basis of evaluation criteria,though; • The M.S Social Security Hospital, Lahore may reject all bids at any time prior to

acceptance of bid or proposal. • The M.S, Social Security Hospital, Lahore shall upon request communicate to any

bidder , the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

• In case of dispute, decision of M.S Social Security Hospital shall be final.

MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL

MULTAN ROAD LAHORE

Page 275: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

INSTRUCTION TO BIDDERS

GENERAL INSTRUCTIONS

1. Eligible bidders:

1.1 This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers /Sole Agents

of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.

1.2 The bidder must possess a valid authorization from the Foreign Principal / Manufacturer and in case

of manufacturer, they should have a proof that they are the original manufacture of the goods .

THE BIDDING PROCEDURE

2. Single Stage – Two Envelopes Bidding Procedure shall be applied:

2.1 The bid shall comprise a single package containing two separate envelopes. Each envelope shall

contain separately the Financial Proposal and the Technical Proposal.

2.2 The envelopes shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in

bold and legible letters to avoid confusion.

2.3 Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.

2.4 The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

2.5 The hospital shall evaluate the Technical Proposal, without reference to the price and reject any

proposal which do not conform to the specified requirements.

2.6 During the technical evaluation, no amendments in the technical proposal shall be permitted.

2.7 The Financial Proposals of bids shall be opened publicly at a time, date and venue to be

announced and communicated to the bidders in advance.

2.8 After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids only.

2.9 The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

2.10 The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. Content of Bidding Documents

3.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding

documents. In addition to the Invitation for Bids, the bidding documents shall include:-

• Instructions to bidders

• Schedule of Requirements

• Technical Specifications

Page 276: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

• Contract Form

• Manufacture s Authorization form

• Proprietary Certificate in case of sole manufactured /imported items.

• Bid Form

• Price Schedule

• Manufacturing License

• Price Reasonability Certificate

• Certificate on Stamp Paper of worth Rs.100/-

• General and Special conditions regarding purchase and procurement as given in the Punjab

Procurement Rules, 2014.

3.2 The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

3.3 Failure to furnish all information required by the bidding documents of to submit a bid not

substantially responsive to the bidding documents in every respect shall be at the bidder’s risk and

may result in the rejection of its bid.

4. Clarification of Bidding Documents:

4.1 A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in

writing at the Procuring Agency’s address indicated in the invitation for bids.

4.2 The Procuring Agency shall respond in writing to any request for clarification of the bidding documents,

which it receives not later than ten (10) days prior to the deadline for the submission of bids prescribed

in the invation for bids .

4.3 Written copies of the Procuring Agency response (including an explanation of the query but without

identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding

documents.

5. Amendment of Bidding Documents:

5.1 At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its

own initiative or in response to a clarification requested by a prospective bidder may modify the

bidding documents by amendment.

5.2 All prospective bidders that have received the bidding documents shall be notified of the amendment

in writing and shall be binding on them.

5.3 In order to allow reasonable time to prospective bidders in which to take amendment into account in

preparing their bids, Procuring Agency, at its discretion, may extend the deadline for the submission

of bids. Amendment notice to that effect shall be communicated in the same manner as the original

invitation to bid .

PREPERATION OF BIDS

6. Documents Comprising the Bid: The bid shall comprise the following components:

6.1 Bid Form and Price Schedule completed in accordance with instruction to bidder is to be submitted

along with financial proposal.

Page 277: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

6.2 Documentary evidence established in accordance with instruction to bidders that the bidder is eligible

to bid and is qualified to perform the Contract if its bid is accepted;

• 6.3 Documentary evidence established in accordance with instruction to bidders that the goods to be

supplied by the bidder are eligible goods and conform to the bidding documents.

6.4 Bid Security, if any furnished in accordance with instruction to bidders,

7. Bid Form & Price Schedule:

7.1 The bidders shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding

documents, indicating the goods to be supplied, a brief description of the goods, their weightage, quantity

, and prices.

8. Bid Prices:

• The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under

the Contract.

• Form for price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction

must be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages

of bid must be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

• The bidder should quote the prices of goods according to the strength/technical specifications as

provided in the Form of price Schedule and Technical Specifications. The specifications of goods,

different from the demand of bid enquiry, shall straightway be rejected.

• The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST)

and other taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price

shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or

reduction in the GST or other taxes shall be passed on to the Hospital.

• While tendering your quotation, the present trend/ inflation in the rate of goods and services in the

market should be kept in mind. No request for increase in price due to market fluctuation in the cost

of goods and services shall be entertained

• Price should be quoted in pak Rupees.

9. Documents Establishing bidder’ S Eligibility and Qualification:

9.1 The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to bid

and its qualifications to perform the contract if its bid is accepted.

• The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders.

• The documentary evidence (to be submitted in the technical proposal) for the purpose of qualification

and technical evaluation shall include.

• The Supplier Agent shall have to produce letter of authorization from Manufacturer and in case of

Manufacturer, documentary proof including manufacturing license/ registration certificate, to the

effect that they are the original manufacturer of the required specifications of goods, shall be

provided.

Page 278: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

• National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) and price reasonability

certificate if necessary with documentary proof shall have to be provided by each bidder in the tender.

• The bidder shall submit an affidavit on legal stamp paper of Rs.100/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

• The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum

for the last one Year. Documentary proof shall have to be provided in this regard.

• The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

• The bidder must indicate the registration number, country of origin of good, capacity of production

of firm, its financial status and necessary assurance of quality production certificates .

• The bidder shall provide firms balance sheet, latest tax paid ,audit inspection report (if under taken

) and atleast one –year bank statement .

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

10.1 Pursuant instruction to the bidder shall furnish along with Technical Proposal, as part of its bid,

documents establishing the eligibility and conformity to the bidding documents of the good, which the

bidder proposes to supply under the Contract

10.2 The documentary evidence of the eligibility of the goods shall consist of statement in the price

schedule of the country of orgin of the goods offered,with certificate of orgin issued by the Manufacture

.

10.3 Submission of sample: if so requried by the technical committee ,to be recorded in writing , the

bidder shall provide sample of all stationary items as well as paper samples for printing items.

11. Bid Security:

11.1 The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained

by the hospital and will be returned after successful completion of the contract.

11.2 The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which

would warrant the Security’s forfeiture, pursuant to instruction to bidders.

11.3 The Bid Security may be forfeited:

• If a bidder withdraws its bid during the period of bid validity

• In the case of a successful bidder, if the bidder fails:

(i) To sign the Contract in accordance with instruction to bidders. OR

(ii) To complete the supplies in accordance with the General Condition of Contract.

12. Bid Validity:

12.1 Bids shall remain valid for the period of 90 days after the date of opening of Technical Bid,

prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

12.2 The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the

stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing,

Page 279: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their

respective bid validity period. Such extension shall be for not more than the period equal to the period of the original

bid validity.

12.3 bidders who-

• Agree to the Procuring Agency request for extension of bid validity period shall not be permitted

to change the substance of their bids; and

• Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids

without forfeiture of their bid Securities (earnest money).

13. Format and Signing of Bid:

13.1 The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

13.2 Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

13.3 All bidding documents to be duly attested and signed by the authorized person of company .

14. Sealing and Marking of Bids:-

14.1 The envelopes shall be marked as Technical Proposal and Finanical proposal” in bold and legible letters to

avoid confusion. The inner and outer envelopes shall:

• Be addressed to the Medical Superintendent NSSSHL and;

• Bear the name and number indicated in the Invitation for Bids and Bids shall be inscribed by following

sentence “ DO NOT OPEN BEFORE”.

14.2 The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be

returned unopened in case it is declared as “non-responsive” or “late”.

14.3 If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

15. Deadline for Submission of Bids:-

15.1 Bids must be submitted by the bidder and received by the Procuring Agency, no later than the time and date

specified in the Invitation for Bids.

15.2 The Medical Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by

amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations

of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

16. Late Bid:-

16.1 Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder Procuring Agency.

17. Withdrawal of Bids:-

17.1 The bidder may withdraw its bid after the bid’ s submission and prior to the deadline prescribed for

submission of bids.

Page 280: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

17.2 No bids may be withdrawn in the interval between the deadline for submission of bids and the expiration of

the period of bid validity specified in instruction to bidders.

17.3 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurement

for a period deem necessary by purchase committee

OPENING AND EVALUATION OF BIDS

18. Opening of Bids:-

18.1. Initially only the envelopes marked “TECHNICAL PROPOSAL” shall be opened in the presence of bidders’

representatives who choose to attend the meeting at time and date specified in invitation in bids

. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance.

However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being

opened and till completion of the evaluation process.

18.2 The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details

if considered appropriate by Procuring Agency shall be announced at the opening of technical proposal. No bid shall

be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder.

However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid

prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If considered

appropriate shall be announced.

18.3 On Opening financial bids found without Bid Security (Earnest Money) shall also be returned unannounced to

the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the bidder,

statement / reason on such bids shall be recorded.

18.4 The minutes of the bids opening (technical and financial) shall be recorded.

19 Clarification of Bids;-

19.1 During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a clarification of its bid.

The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid

shall be sought, offered, or permitted.

20. Preliminary Examination;-

20.1. All the bids shall be examined to determine whether they are complete, whether any computational errors

have been made, whether required sureties have been furnished, whether the documents have been properly

signed, and whether the bids are generally in order.

20.2 In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy

between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price

shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the

amount in words shall prevail.

20.3. Prior to the detailed evaluation, pursuant instruction to the bidder the procuring Agency shall determine

the substantial responsiveness of each bid to the bidding documents .For purposes of these Clauses ,a substantially

responsive bid is one which conforms to all the terms and conditions of the bidding documents without material

deviations .perviation s from, or objections or reservations to critical provision shall be deemed to be a material

deviation for technical proposals . The procuring Agency”s determination of bids responsiveness is to be based

on the contents of the bid its self without recourse to extrinsic evidence.

20.4 Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

Page 281: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

20.5 .If a bid is not substantially responsive , it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the non conformity .

21 Evaluation & comparison of bids:-

21.1 Substantially responsive bid shall be evaluated and compared.

21.2 The evaluation of technical proposal /bid shall be on the basis of previous performances , previous

business reports , previous experience , financial soundness and such other details as the authority ,at its

discretion , may considered appropriate ,shall be considered .however ,the evaluation of the financial proposal

shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid

security ,

21.3. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth

in these bidding documents.

21.4. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

22. Evaluation Criteria:-

22.1 For the purposes of determining the lowest evaluated bid, facts other than price such as performances,

previous experience, financial soundness and such other details as the authority, at its discretion many consider

appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/

criteria shall be applied for the TECHNICAL PROPOSALS. the number of points allocated to each factor shall be

specified in the Evaluation report

22.3 After technical evaluation is completed, the bidders who have submitted proposals evaluation criteria

shall be informed about the technical scores obtained by their technical proposal, and shall notify those bidders

whose proposal did not meet the minimum qualifying mark which is 65% or were considered non-responsive, that

their financial proposals shall be returned unopened after completing the selection process. It shall be

simultaneously notified in writing to the bidders that they have secured the minimum qualifying marks, the date,

time and location for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is

optional.

22.4 Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose

to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial

proposal. of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read

aloud and recorded if appropriate.

Page 282: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

Passing Marks = 70

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF PRINTING ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

• Physical report Quality of material

10

• NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05

10

• Financial Soundness of the firm • Income tax paid certificate= 08 • Balance Sheet = 12 or • Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

• Establishment of company/firm with reference to the Services. • More than 05-years =20 • 03-05 years =15 • 01-03 years =10

20

• Past performance of the bidder with Hospital • Execution of supply order 100% • Execution of supply order 50% • Execution of supply order less than100%

and more than 50%

10 10 05 08

• Overall reputation Certificate in reference to the Services • Private Sector + Public Sector =10 • Public Sector =05 • Private Sector=05

10

• Undertaking on judicial paper that • firm is not blacklisted in any Govt./Autonomous Body

in last two years

20

TOTAL 100

Name of the Bidder No. of item

Name of item

Signature & Stamp

Page 283: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CHECK LIST

Sr. No. /Page No. of the YES OR NO

Tender Submitted

• Receipt

• Copy of national identity card

• Call deposit

• Suppliers authorization letter

• Price reasonability certificate

• Price list (duly attested)

• Sole proprietary certificate in case of items of Propriety nature.

• Letter of authorization from the manufacture / foreign Principal

in case of sole agent/ importer.

• Certificate on stamp paper Rs.100 duly filled

• Certificate of national tax number

• Samples of quoted item

• Technical bid (separate envelop)

• Financial bid (separate envelop )

• Copy of the technical bid on the CD in Excel format along with the

written technical offer in the technical Proposal. (Technical

proposal envelope)

• Copy of the financial bid on the CD in Excel format along with the

written financial offer in the financial

Proposal. (Financial proposal envelope)

Signature of the bidder:

Stamp of the firm;

Page 284: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

CERTIFICATE ON STAMP PAPER CON WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of

your tender enquiry due for opening on for the supply of printing items for NSSSH

as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement

Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2018-2019 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case if not supplied according to specifications

mentioned in supply order.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder

Signature

Company stamp

FIRM BIODATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO.

SALES TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF THE FIRM

BID FORM

DATE:

NO.

Page 285: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

TO

The Medical Superintendent S.S.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding

Documents.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule

specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm

shall be retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before

the expiration of that period. Until a formal contract is prepared and executed, this bid, together with

your written acceptance thereof and your notification of award shall constitute a binding contract

between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _

Signature:

Stamp of the Firm:

Page 286: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

TENDER FOR STATIONARY FOR THE YEAR, 2020-21

Sr.

No.

Name of item Specification Estimate

Quantity

Estimate unit

price

Estimated

Price

1 Calculator for

officers

12-digits (Casio

dj120 Original

japan, Citizen

C.T 912original

japan, or

equivalent)

06 1000 6000

2 Calculator for

other

department

Casio MJ 120,

Citizen CT 500 or

equivalent

06 250 1500

3 Diary stand plastic 0 300 0

4 Scotch tape 50yards 12 50 600

5 Scotch tape small size 0 15 0

6 Fine quality

Dak Pad

(maximum for

flap pad) as per

sample Dak Pad

06 310 1860

7 Thumb pin/drawing

pin

50-pin pack 0 12 0

8 Pen stand marble 7x4 0 160 0

9 Damper Plastic 10 20 200

10 Marker Highlighter highlighter

golden, silver

marker

(Mercury,

Dollar, Sensa or

equivalent )

100 22 2200

11 Attendance

Register

8x13size 150

pages 68gm

paper

5 135 675

12 Ball pencil blue, black and

red (Piano click

0.8mm, Picasso,

Dollar clipper )

60000 07 42000

Page 287: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

13 Common Pins size No.2 (2 oz

weight) fine

point

300 13 3900

14 Carbon paper KCR, Ruby,

Dollar, Butterfly

or equivalent

60 300 18000

15 Envelopes Kraft 80gm white size

9x4

1500 0.75 1125

16 Boarded file

double

fine board solid

hard

250 30 7500

17 File board with

flapper

9 ½ x 13 ½ size 500 16 8000

18 Gum size 142gm

(Nafees, Crystal

or equivalent

55 15 825

19 Ink (Stamp pad ) small violet/red(

Butterfly, Crystal

or equivalent)

50 24 1200

20 Fountain Ink all

color

blue/red, black

large size

(Dollar, Nafees

or equivalent)

12 19 228

21 Lead pencil (Oro-premia, Goldfish-

autocrat HB, Dollar, or

equivalent)

220 7 1540

22 Marker No.90/70 cut

marker(Dollar, Deer,

Mercury, or equivalent)

350 24 8400

23 Paper cutter (knife type) 1 33 330

24 Ruled register narrow line 68gm 200

pages 8 x 13

300 77 23100

25 Stapler pins No.369 Dollar, Picasso,

Opal, or equivalent

300 15 4500

26 Stapler SDI, Opal, MAX or

equivalent No.369

15 140 2100

Page 288: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

27 Stapler remover SDI, Opal, MAX or

equivalent

10 30 300

28 Single Punch Local or equivalent 10 75 750

29 Lace 12” size (200 Guchi) 100 25 2500

30 Lace 6” size (200 Guchi) 100 16 1600

31 Dispatch registers 300 pages (8 x 13) 68 gm

Royal, Kohinoor, Friends,

or equivalent

10 200 2000

32 Diary registers 300 pages (8 x 13) 68 gm

Kohinoor, friends,

Rizwan, or equivalent

12 160 1920

33 Stamp pad small ( Butterfly,

Crystal, DK, or

equivalent)

50 39 1950

34 Double punch Equivalent (for 12-sheet

punch)

12 169 2028

35 Paper clip 26mm size (Pkt.) 5 18 90

36 Pin cushion fine tin type plastic 15 20 300

37 Computer paper Rim A4 (Double A) 500sheet

80 gm

180 600 108000

38 Computer paper Rim legal (Double A)

500sheet 80 gm

55 650 35750

39 Sharpener Dux/Deer/ True, or

equivalent

60 6 360

40 Rubber soft Dux/Deer/ Shark or

equivalent

50 6 300

41 Noting sheets Fine quality Rim 68gm

imported Legal size,

400 sheets

0 444 0

42 Ball point (pointer) Dollar/Mercury /Piano

fineliner, or equivalent

60 20 1200

43 Gel pen Dollar/ M&G / Piano/

Dux, or equivalent

50 33 1650

44 Peon Book 5 ½ x8 68gm paper 200 7 47 329

Page 289: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

leaves

45 Photocopy Paper A4 rim Local/Imported

400 sheets

10 380 3800

46 Photocopy Paper Legal size rim

Local/imported

If required 344

47 Glue stick Sensa or equivalent

Sunwood

If required 35 0

48 Box file First/Sensa or equivalent 05 250 1250

49 Separator Local/imported 05 set 42 210

50 Sub Ledger 1000 pages Kohinoor/

Lion/ Rizwan or

equivalent

01 1800 1800

51 General Ledger 1000 pages Kohinoor/

Lion/ Rizwan or

equivalent

01 1600 1600

52 Cash Book 800 Leaves Kohinoor/

Lion/ Rizwan or

equivalent

01 1000 1000

53 Gel Pen for officers Pilot Grip V7, Piano or

equivalent

If required 70 0

54 Computer paper A4 Size (for IT

department)

AA/BLC/PPC

If required 544 0

55 Sticking notes Small 10 10 100

56 Patient file plastic Double clip 100 70 700

57 Glaze paper ( Blue) 27x47,55 gm 0 02 0

58 Envelopes Kraft 80 gm white size 9x4 500 1.50 750

59 Envelopes Kraft 80 gm file size 200 2 400

60 Rough pad 80 sheets 8 ½ “ x 13 “ 68 gm

imported paper 100

sheets

50 75 3750

61 Table dairy Friends, sham or

equivalent

06 69 414

Page 290: OPEN TENDER FOR THE RATE CONTRACT FOR SERVICE & … · 2020-06-18 · any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10 20 5. Brand Make and Model

62 Table set ( Marble

63 Fountain pen Fine quality

OVX/Dollar/Dux

12 36 432

64 Scale steel Fine quality large size 30 20 600

65 Photocopy paper Legal size rim

Local/Imported

66 Envelope Brown 10x12 Printed If required 10 0

67 Dark Envelop Brown printed 500 01 500

68 Envelopes Kraft 80 gm 15x10 500 2 1000

69 Leave register 300 pages 8 ½ 13 ½ 68

grams

10 300 3000

Total Amount 324,416