PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax,...

239

Transcript of PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax,...

Page 1: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender
Page 2: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 1 of 238

Bidder Signature & Stamp

TABLE OF CONTENTS

SR.NO CONTENTS PAGE NO.

1 INVITATION FOR BIDS/ADVERTISEMENT 2

2 SPECIAL TERMS & CONDITIONS 5

3 GENERAL TERMS & CONDITIONS 7

4 REJECTION OF BIDS 8

5 ACCEPTANCE OF BIDS 8

6 PERFORMANCE GUARANTEE 8

7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 8

8 NO OFFER WILL BE CONSIDERED IF IT 8

9 INSPECTION AND TEST/ANALYSIS 8

10 DELIVERY AND PAYMENT 9

11 LOCAL PURCHASE PATIENT RECORD 9

12 GENERAL CONDITIONS 10

13 TECHNICAL SPECIFICATION OF THE CONTRACT 20

14 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 22

15 FINANCIAL EVALUATION 23

16 ANNEX-1 (LETTER OF INTENTION) 24

17 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 25

18 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 26

19 ANNEX-4 (QOUTATION PRICE SCHEDULE) 27

20 ANNEX-5 (PERFORMANCE GUARANTEE FORM) 28

16 ANNEX-6 (CONTRACT FORM) 29

17 ANNEX-7 (PAYMENT SCHEDULE) 33

18 ANNEX-8 (SCHEDULE OF REQUIREMENTS) 34

19 ANNEX-9 (BIDDER’S UNDERTAKING ON THE STAMP PAPER) 35

20 ANNEX-10 (INTEGRITY PACT) 36

21 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 37

22 ANNEX- 12 (PHARMACY SIZE CERTIFICATE) 38

23 ANNEX-13 (NON BLACKLISTING AFFIDAVIT) 39

24 ANNEX-14 (AFFIDAVIT FOR RETAIL SALES) 40

25 ANNEX-15 (CHECK LIST) 41

Page 3: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 2 of 238

Bidder Signature & Stamp

INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &

SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,

STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.

The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole

agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02

to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /

Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and

Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary

Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood

Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.

S# NAME OF TENDER BID SECURITY

(2% of Estimated

Cost )

LAST

DATE&

TIME OF

SALE OF

TENDER

LAST DATE

& TIME

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF

TENDER

01 Framework Contract of

LP Medicine (Day to

Day) & LP Bulk

,Surgical Disposable &

Dialysis’s Medicine

2% of Estimated

Cost (Rs.

30,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

02 Framework Contract for

Bio Medical Gases

2% of Estimated

Cost (Rs. 8,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

03 Framework Contract for

Stationary & Printing

Items

2% of Estimated

Cost (Rs.

10,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

04 Framework contract for

General Store items i.e.

(Electric Store/Street

Lights items, General

items, Waste

Management items,

Sanitary items)

2% of Estimated

Cost (Rs.

16,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

05 Framework Contract of

Laboratory Kit &

Chemicals etc.

2% of Estimated

Cost (Rs. 5,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

06 X-Ray Films and

Chemicals

2% of Estimated

Cost (Rs. 7,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

1. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer

under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their

letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each

set of bidding documents & detailed specifications.

2. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last

Date as mentioned in the advertisement during office hours. However, a copy of the bidding

documents is also available for information only on the websites of PPRA

(www.ppra.punjab.gov.pk until the closing date for the submission of bids.

Page 4: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 3 of 238

Bidder Signature & Stamp

3. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received

till the stipulated date & time shall be opened on the same day in the presence of the bidders or their

authorized representatives (who choose to attend) by the purchase committee. Bid Security of the

2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit

from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same

should be attached with technical proposal otherwise bid will be rejected. Bids shall not be

entertained after the mentioned date and time.

4. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as

“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.

Financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

5. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)

6. The bidding documents duly signed by the Medical Superintendent DHQ Hospital

Bahawalnagar will be accepted.

7. All bids should be submitted in tape binding. All documents should contain proper page

marking, attached in sequence as indicated for evaluation in the bidding documents along with

signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

8. In case the date of opening or last date of sale is declared as a public holiday by the government or

non-working day due to any reason, the next official working day shall be deemed to be the date of

sale and submission and opening of tenders accordingly. The time and venue shall remain the same.

9. The bidders are requested to give their lowest and best prices with their bids.

10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and

original receipt of purchase tender to be attached with the technical bids.

11. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or

proposal. The procuring agency shall upon request may communicate to any bidder, the grounds

for its rejection of all bids of proposal, but shall not be required to justify those grounds.

12. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration

certificate must be provided.

13. For obtaining any further information, list of items or clarification, please contact the person named

below.

(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)

Page 5: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 4 of 238

Bidder Signature & Stamp

(Dr. Muhammad Aslam Tahir)

Medical Superintendent

DHQ Hospital Bahawalnagar.

SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of repute with financially sound

background involved in running institutional business. Pharmacy having a valid NTN for supply

of Medicines, Surgical Disposable items (Day to Day Basis Local Purchase/LP Bulk), and Dialysis

items. Tenders should be sent in the name of the MEDICAL SUPERINTENDENT DHQ

HOSPITAL BAHAWALNAGAR along with the following documents.

Page 6: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 5 of 238

Bidder Signature & Stamp

KNOCKOUT CLAUSES OF TENDER Sr.

No.

Parameters YES/

NO

Page No

01. Original Receipt for purchase of tender and signed copy of bidding

document

02. Copy of qualified person (pharmacist) and proprietor’s CNIC.

03. Bid Security 2% of total estimated cost in the favor of Medical

Superintendent DHQ Hospital Bahawalnagar, should be attached with

financial bid & photocopy of the same attached with technical proposal.

Technical bid as demanded in bidding document.

04 Computerized Pharmacy license (Category-A) in case of L.P. Medicines

(Day to Day) & LP Bulk only for medicine tender. as per described in

the clause (VI) in policy and Operational Guidelines for local

Purchase of Medicine by the Government of the Punjab Primary &

Secondary Healthcare Punjab Lahore “

(Distributors & Wholesalers are not allowed to participate in the

tender)

05 National tax number & General Sales Tax Number Certificate.

06 Warranty Certificate as per Drug Act 1976/DRAP ACT 2012 on company

letterhead

07 All bids should be submitted in tape binding. All

documents should contain proper page marking, attached in sequence as

indicated for evaluation in the bidding documents and signatures of

authorized person. Moreover, signing and stamping on each page of

bidding documents/form is mandatory.

08 Company Profile (Company Introduction, Organogram, Complete HR list

including pharmacist, attached CV’s of all working employed and other

strength etc.)

09 Undertaking regarding that our firm shell be Pharmacy and not a

Distributor /Wholesaler on the legal stamp paper of Rs. 100/-

10 The Pharmacy will provide a certificate regarding size as per Drug act that

size of Pharmacy is not less than 140SQFT x8Ftx8Ft Height & Breadth as

per drug act rule No. 19.D (the covered area of the premises of pharmacy be not less than

140 Sq Ft with minimum breadth of 8 Ft and height of 8 Ft). on the legal stamp paper of

Rs. 100/-

11 Price Responsibility Certificate: The Bidder must submit an affidavit on

judicial paper of Rs. 100 that they have not supplied these items at lower

rate than the price quoted in the tender to any other Govt Institute in current

financial year

Page 7: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 6 of 238

Bidder Signature & Stamp

12 Undertaking regarding the firm never black listed, uninterrupted

supply of items on the legal stamp paper of Rs. 100/- Person having

registered more than one companies with FBR must ensure that none of his

company is been ever blacklisted by the FBR, in lieu of Income Tax &

Sales Tax.

13 Undertaking with the version that the bidder understands and agrees to all

terms and conditions of bidding document, shall abide by all rules,

regulations, and all general and special clauses of this bidding document

and all information given by bidder in the bidding document is correct to

the best of my knowledge on the legal stamp paper of Rs.100.

GENERAL TERMS & CONDITIONS 1. All the procurement procedures will be done strictly in accordance with the PPRA Rules

(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The

envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.

Page 8: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 7 of 238

Bidder Signature & Stamp

2. The envelope must also clearly show the bid title and bidder’s name and address. Failure to

comply with this requirement may result in rejection of the bid and the committee decision in this

regard shall be final. Bids submitted after the prescribed time shall not be entertained.

3. Only Technical Proposal will be opened by the tender opening committee. The financial proposal

will be opened by tender opening committee of responsive/technically successful bidders later on

the declared time place & date. Financial proposal of the non-responsive/ technically unsuccessful

bidders will be returned as such to them on that date without opening their financial offers as per

PPRA Rules 2014 (amended till to date).

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

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

6. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed will

not be entertained.

7. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as non-

responsive. Extendable equal to the period of the original bid validity.

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

9. Contract will be awarded to the bidder offering maximum discount to the MS DHQ Hospital

Bahawalnagar

10. The validity of the contract will be till 30-06-2020, extendable for three (03) months if needed.

11. The offered discounts shall be from the maximum retail prices of medicines fixed by the

Government of the Pakistan or manufacturers (where government has permitted to do so) or

sole importers.

12. For the calculation of maximum retail price of those items where price is not printed on the

product the retail price will be finalized after survey.

13. The supplier/tenderer’s background should be financially sound based on authentic bank

statement.

14. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at

all times strictly in accordance with the provision of law and will be responsible for the quality

/quantity of items supplied be him/her.

15. For L.P Medicines separate discounts should be given for National, Multinational, Dialysis &

Surgical disposable items. The L.P. policy and operational Guidelines for local purchase of

Medicine (Day to Day) P&SHCD shall be strictly followed by the bidders.

16. The supplier/tenderer should ensure the availability of wide range of items. No alternate shall be

acceptable.

In case of default, the administration may take appropriate action including fine to be

decided by the administration.

17. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids has been

submitted however the procuring agency may seek and accept clarification to the bid that do not

change the substance of the bid.

18. Limitation on Negotiations: There shall be no negotiation with the bidder.

19. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award

of contract without assigning any reason.

20. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law, rules

regulations or policy of the Government of Punjab, shall be awarded the procurement award.

Page 9: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 8 of 238

Bidder Signature & Stamp

21. Performance Guarantee: The successful bidder shall furnish performance security 05% of total

estimated cost in addition to bid security already deposited by the firm. The performance security

shall be deposited in the shape of cash deposit receipt.

22. Qualification of suppliers and Contractors: The procuring agency at any stage of the

procurement proceeding may requires the suppliers or contractors to provide information

concerning their professional, technical, financial, legal or managerial competence whether already

prequalified or not.

23. No Offer will Be Considered if:

o It is submitted without call deposit by the registered firm in the name of Medical

Superintendent DHQ Hospital Bahawalnagar. o It is received after the date and time fixed for it’s receipt.

o It is unsigned.

o It is ambiguous.

o It is not written on the firm’s letter head.

o It is over written.

o It is conditional.

o It is given by the black listed, suspended and removed firm from the approval list of the

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

Federal Government.

o It is received with a validity period shorter than 30 June 2020.

o Does not confirm to the general conditions of the tender.

o It is received without earnest money as specified in the tender.

o Bidding document are not attached with bids.

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

25. Successful bidder is bound to supply the quantities of all the desired brands.

26. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if

not found as per specification as required of the demand. In case of non-supply the same will be

purchased from the local market and the amount will be recovered from the contractor, If supplier

showed non-compliance of terms and conditions, Procuring Agency will cancel the contract

at any time without giving any advance notice. Unregistered

/substandard/spurious/misbranded/expired drug will be forfeited by the authority and legal

action will be taken against the contractor. The contractor shall be responsible for providing

standard quality items.

27. In case of any dispute the decision of the Medical superintendent DHQ Hospital Bahawalnagar will

be final.

28. The Supplier will be responsible to mention details of medicine in the bill like Generic Name of

Medicine, Brand Name of Medicine/ Manufacturer, Date of manufacturing, & Date of Expiry.

29. In Case of non-supply of any item within stipulated period as per contract, risk purchase may be

done from any other reputable Pharmacy and difference shall be deducted from the performance

guarantee of contractor.

30. The firm will be fully responsible to supply the store as per requirement of DDO as per supply

order.

31. Warranty of medicines supplied as per tender specification of Quality & Quantity

(Comprehensive).

32. The firm will be wholly & solely responsible if it failed to supply medicines in the stipulated

time frame as per Purchase Order /Telephonic Directions of the Medical

Superintendent/Management of the Hospital. Bidder also responsible to maintain handsome

quantity of medicines to meet any sort of emergency requirements of the procuring agency.

Page 10: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 9 of 238

Bidder Signature & Stamp

33. The Medical Superintendent shall notify the supplier in writing for any claim arising under the

warranty. Upon receipt of such notice, the supplier shall replace the medicine within Seven (7)

days, inclusive of, where applicable, the cost of inland delivery.

34. Delivery and Payment

I. The Indent of drug and its receiving shall be made as per prescribed mechanism of hospital. A

responsible hospital pharmacist send indent to supplier usually for patient L.P.

II. Drugs should be received defaced and issued from store as per prescribed mechanism of hospital and

must be entered into acknowledgement register.

III. The authorized pharmacist shall verify the bills in comparison to entries in register as per prescribed

mechanism of hospital.

IV. In case of delayed supply the risk purchase should be made from the security deposit of contractor. In

case of constant default the process of risk purchase should be repeated and tenders may be re-called

for fresh competition.

V. The contractor will submit the bills on monthly basis for payment. The contractor will provide an

authentic price list of medicine if and when required for verification of bills.

VI. In case, contractor charges excess rates the difference will be recovered from contractor either from

his bills or security.

VII. All applicable taxes shall be deducted as per prescribed rules (affidavit required).

VIII. The supplied drugs shall be accompanied with warranty certificate as per the Drug Act, 1976/ DRAP

Act, 2012. Moreover, the contractor will be bound to provide the invoice of his source of purchase if

and when required.

35. Local purchase patient record I. Patient who receives medicine should be registered at the central point and should be allocated

registration number etc.

II. Treatment register should be maintained encompassing name, registration number, address, diagnosis

and description of medicines etc.

III. Local Purchase should not be for more than seven days for one patient.

IV. Local purchase of only those drugs should be done which are included in formularies and minimum

level of doctor recommending the local purchase should be Senior Registrar, Assistant Professor,

Consultant, APMO, Senior Medical Officer/Senior Woman Medical Officer.

GENERAL CONDITIONS 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as

indicated:

(a) “The Contract” means the agreement entered into between

the Purchaser and the Supplier, as recorded in the

Agreement signed by the Parties, including all attachments

and appendices thereto and all documents incorporated by

reference therein.

Page 11: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 10 of 238

Bidder Signature & Stamp

(b) “The Contract Price” means the price payable to the

Supplier under the Contract for the full and proper

performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier

is required to supply to the Purchaser under the Contract.

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

of above goods, such as printing of special instructions on

the label and packing, design and logo of the Government

of Punjab, transportation of goods up to the desired

destinations and other such obligations of the Supplier

covered under the Contract.

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

contained in this section.

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

(g) “The Purchaser” means the Government of Punjab, , itself

and Director General Health Services Punjab, Program

Managers/Project Director of Vertical Programs, all

EDOs (Health) & Medical Superintendents working under

.

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

goods under this Contract.

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are

not superseded by provisions of other parts of the Contract.

3. Source of

Import

3.1 All goods and related services to be supplied under the contract

that are required to be imported in Pakistan shall have their origin

in eligible source countries as prescribed by the commercial

policies of the Federal Government of Pakistan and all

expenditures made under the contract shall be limited to such

goods and services.

3.2 For purposes of this clause, “origin” means the place where the

goods are produced, or the place from which the related services

are supplied. Goods are produced when, through manufacturing

or processing.

4. Standards 4.1

4.2

The goods supplied under this Contract shall conform to the

standards mentioned in the Technical Specifications.

In consideration of the payments to be made by the Purchaser to

the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the Goods and Services

and to remedy defects therein in conformity in all respects with

the provisions of this Contract.

Page 12: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 11 of 238

Bidder Signature & Stamp

4.3

4.4

If the Supplier provide substandard item and fail to provide the

fresh supply, the payment of risk purchase (which will be

purchased by the Purchaser) the price difference shall be paid by

the Supplier.

In case of supply of substandard product the cost associated with

disposal/destruction or associated handling shall be borne by the

Supplier i.e., removal from purchaser’s premises, burning,

dumping, or incineration.

5. Use of Contract

Documents and

Information.

5.1

5.2

5.3

5.4

The Supplier shall not, without the Purchaser’s prior written

consent, disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information

furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the

Supplier in the performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall

extend only so far as may be necessary for purposes of such

performance.

The Supplier shall not, without the Purchaser’s prior written

consent, make use of any document or information enumerated

in GCC Clause 5.1 except for purposes of performing the

Contract.

Any document, other than the Contract itself, enumerated in GCC

Clause 5.1 shall remain the property of the Purchaser and shall

be returned (all copies) to the Purchaser on completion of the

Supplier’s performance under the Contract if so required by the

Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier’s

accounts and records relating to the performance of the Supplier.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

country.

7. Submission of

Samples

7.1 Before commencing supplies, the Supplier shall provide samples

free of cost, if and as specified in the Schedule of Requirements

of the product to the designated office or staff, as the case may

be.

Page 13: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 12 of 238

Bidder Signature & Stamp

8. Ensuring storage

arrangements

8.1 To ensure storage arrangements for the intended supplies, the

Supplier shall inform the Purchaser at least 0ne (01) week in

advance. However, in case no space is available at the

Purchaser’s premises at the time of supply, the Purchaser shall,

at least 02 days prior to such situation, shall inform the Supplier,

in writing, of the possible time frame of availability of space by

which the supplies can be made. In case the Supplier abides by

the given time frame it shall not be penalized for delay.

9. Inspections and

Tests

9.1 The Purchaser or its representative shall have the right to inspect

and / or to test the goods in accordance with the procedure given

in the SCC to confirm their conformity to the Contract

specifications at no extra cost to the Purchaser.

9.2 All costs associated with testing shall be borne by the Supplier.

9.3

The Purchaser’s right to inspect, test and, where necessary, reject

the goods after the goods either at Supplier’s premises or upon

arrival at Purchaser’s destinations shall in no way be limited or

waived by reason of the goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to

the goods delivery from the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier

from any warranty or other obligations under this Contract.

10. Delivery and

Documents

10.1

10.2

10.3

The Supplier in accordance with the terms and manner specified

in the Schedule of Requirements shall make delivery of the

goods.

The Supplier shall furnish all necessary documentation necessary

for completion of the delivery, at the time of delivery and in the

manner prescribed.

The goods supplied under the Contract shall be delivered on free

delivery of consignee’s end basis under which risk is transferred

to the buyer after the Goods having been delivered;

11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the

Goods subject to the contract.

12.Transportation 12.1

12.2

The Supplier shall arrange such transportation of the goods as is

required to prevent their damage or deterioration during transit to

their final destination and in accordance with the terms and

manner prescribed in the Schedule of Requirement/bidding

document.

All costs associated with the transportation of the goods subject

to this contract shall be borne by the Supplier.

Page 14: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 13 of 238

Bidder Signature & Stamp

13. Incidental

Services

13.1

The Supplier shall be required to provide the incidental services

as specified in the SCC and the cost of which is included in the

total bid price.

14. Warranty 14.1

14.2

All goods subject to this contract shall be accompanied by the

necessary warranty in the manner prescribed in the SCC.

The Purchaser shall promptly notify the Supplier in writing of

any claims arising under this warranty.

15. Payment 15.1

15.2

The purchaser shall make payments to the Supplier in accordance

with the conditions set forth in the Payment Schedule agreed and

annexed to this contract.

The currency of payment shall be Pakistan Rupees.

16. Prices 16.1 Prices charged by the Supplier for goods delivered under the

Contract shall not vary from the prices quoted by the Supplier in

its bid and shall remain the same till the expiry of the contract

unless the Parties to this contract mutually agree to vary the

prices.

17. Contract

Amendments

17.1 No variation in or modification of the terms of the Contract shall

be made except by written amendment signed by the Parties.

18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations

to perform under this Contract, except with the Purchaser’s prior

written consent.

19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award

subcontracts under this Contract.

20. Delays in the

Supplier’s

Performance

20.1

20.2

20.3

Delivery of the goods shall be made by the Supplier in

accordance with the time schedule prescribed by the Purchaser in

the Schedule of Requirements.

If at any time during performance of the Contract, the Supplier

encounters conditions impeding timely delivery of the goods, the

Supplier shall promptly notify the Purchaser in writing of the fact

of the delay, its likely duration and its cause(s). As soon as

practicable after receipt of the Supplier’s notice, the Purchaser

shall evaluate the situation and may at its discretion extend the

Supplier’s time for performance, with liquidated damages, in

which case the extension shall be ratified by the Parties by an

amendment to the Contract.

Except as provided under GCC Clause 20, a delay by the Supplier

in the performance of its delivery obligations shall render the

Supplier liable to the imposition of liquidated damages as

prescribed in the SCC, unless the parties to this contract mutually

agree for extension of time.

Page 15: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 14 of 238

Bidder Signature & Stamp

21. Termination for

Default

21.1 The Purchaser, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of

the goods within the period(s) specified in the signed

contract, and subsequent contract/Purchase order or

within any extension thereof granted by the Purchaser

pursuant to GCC Clause 20; or

(b) if the Supplier fails to perform any other obligation(s)

under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has

engaged in corrupt or fraudulent practices in competing

for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent

practices means:

“the offering, giving, receiving, or soliciting of anything

of value to influence the action of a public official or the

contractor in the procurement process or in contract

execution to the detriment of the procuring agency; or

misrepresentation of facts in order to influence a

procurement process or the execution of a contract,

collusive practices among bidders (prior to or after bid

submission) designed to establish bid prices at artificial,

non-competitive levels and to deprive the procuring

agency of the benefits of free and open competition and

any request for, or solicitation of anything of value by

any public official in the course of the exercise of his

duty; it may include any of the following practices:

(i) coercive practice by impairing or harming, or

threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence the actions

of a party to achieve a wrongful gain or to cause a

wrongful loss to another party;

(ii) collusive practice by arrangement between two or

more parties to the procurement process or contract

execution, designed to achieve with or without the

knowledge of the procuring agency to establish prices at

artificial, noncompetitive levels for any wrongful gain;

(iii) corrupt practice by offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence the acts of another party for wrongful gain;

(iv) fraudulent practice by any act or omission, including

a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

Page 16: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 15 of 238

Bidder Signature & Stamp

(v) obstructive practice by harming or threatening to

harm, directly or indirectly, persons or their property to

influence their participation in a procurement process,

or affect the execution of a contract or deliberately

destroying, falsifying, altering or concealing of evidence

material to the investigation or making false statements

before investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing

or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or

from pursuing the investigation, or acts intended to

materially impede the exercise of inspection and audit

rights;

Corrupt or

Fraudulent

Practices and

Mechanism to

Debar/Blacklist

the Defaulted

Bidder.

21.2 The following are the events which would lead to initiate under

Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process;

i. Submission of false fabricated / forged documents for

procurement in tender.

ii. Not attaining required quality of work.

iii. Inordinate tardiness in accomplishment of

assigned/agreed responsibilities / contractual

obligations resulting loss to procuring agency /

Government.

iv. Non execution of work as per terms & condition of

contract.

v. Any unethical or unlawful professional or business

behavior detrimental to good conduct and integrity of

the public procurement process.

vi. Involvement in any sort of tender fixing.

vii. Persistent and intentional violation of important

conditions of contract

viii. Non-adherence to quality specification despite being

importunately pointed out.

ix. Security consideration of the State i.e., any action that

jeopardizes the security of the State or good repute of

the procuring agency.

PROCEDURE: As per Rule-21 of the Punjab Procurement

Rules 2014.

22. Force Majeure 22.1

Notwithstanding the provisions of GCC Clauses 20 and 21, the

Supplier shall not be liable for forfeiture of its Performance

Guaranty, or termination/ blacklisting for default if and to the

extent that it’s delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force

Page 17: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 16 of 238

Bidder Signature & Stamp

22.2

22.3

Majeure. For the purposes of this clause Force Majeure means an

act of God or an event beyond the control of the Supplier and not

involving the Supplier’s fault or negligence directly or indirectly

purporting to mis-planning, mismanagement and/or lack of

foresight to handle the situation. Such events may include but are

not restricted to acts of the Purchaser in its sovereign capacity,

wars or revolutions, fires, floods, earthquakes, strikes, epidemics,

quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing with sufficient and valid evidence

of such condition and the cause thereof. The Purchaser shall

examine the merits of the case and all reasonable alternative

means for completion of the purchase order under the signed

contract and inform the Supplier of its findings promptly.

Unless Purchaser informs the Supplier in writing of its agreement

on the application of force majeure, the Supplier shall continue

to perform its obligations under the Contract as far as is

reasonably practical and shall seek reasonable alternative means

for performance not prevented by the Force Majeure event.

23. Termination

for Insolvency

23.1 The Purchaser may at any time terminate the Contract by giving

written notice of one month time to the Supplier if the Supplier

becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier,

provided that such termination shall not prejudice or affect any

right of action or remedy which has accrued or shall accrue

thereafter to the Parties.

24. Arbitration and

Resolution of

Disputes

24.1

24.2

24.3

The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the

Contract.

If, after thirty (30) days from the commencement of such

informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred to the Arbitrator for resolution

through arbitration.

In case of any dispute concerning the interpretation and/or

application of this Contract shall be settled through arbitration

under the Arbitration Act of 1940 (As amended from time to

time).

25. Governing

Language

25.1 The Contract shall be written in English language. Subject to

GCC Clause 26, the version of the Contract written in the

specified language shall govern its interpretation. All

correspondence and other documents pertaining to the Contract,

which are exchanged by the Parties, shall be written in English.

Page 18: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 17 of 238

Bidder Signature & Stamp

29. Blacklisting

Mechanism 29.1 The procuring agency may, on information received from any resource, issue

show cause notice to a bidder or contractor.

29.2 The show cause notice shall contain:

(a) Precise allegation, against the bidder or contractor;

(b) The maximum period for which the procuring agency proposes to debar

the bidder or contractor from participating in any public procurement of the

procuring agency; and

(c) The statement, if needed, about the intention of the procuring agency to

make a request to the Authority for debarring the bidder or contractor from

participating in public procurements of all the procuring agencies.

29.3 The procuring agency shall give minimum of seven days to bidder or

contractor for submission of written reply of the show cause notice.

29.4 In case, the bidder or contractor fails to submit written reply within the

requisite time, the procuring agency may issue notice for personal hearing

to the bidder or contractor/ authorize representative of the bidder or

contractor and the procuring agency shall decide the matter on the basis of

available record and personal hearing, if availed.

29.5 In case the bidder or contractor submits written reply of the

Show cause notice, the procuring agency may decide to file the matter or

direct issuance of a notice to the bidder or contractor for personal hearing.

29.6 The procuring agency shall give minimum of days to the bidder or contractor

for appearance before the specified officer of the procuring agency for

personal hearing.

29.7 The procuring agency shall decide the matter on the basis of the available

record and personal hearing of the bidder or

Contractor, if availed.

29.8 The procuring agency shall decide the matter within fifteen days from the date

of personal hearing unless the personal hearing is adjourned to a next date and

in such an eventuality, the period of personal hearing shall be reckoned from

the last date of personal hearing.

29.9 The procuring agency shall communicate to the bidder or

Contractor the order of debarring the bidder or contractor from participating

in any public procurement with a statement that the bidder or contractor may,

within thirty days, prefer a representation against the order before the

Managing Director of the Authority.

26. Applicable

Law

26.1 This Contract shall be governed by the Laws of Pakistan and the

courts of Pakistan shall have exclusive jurisdiction.

27. Notices

28.Taxation

27.1

27.2

28.1

Any Notice given by one party to the other pursuant to this

Contract shall be sent to the other party in writing and on the

others address specified in SCC.

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

effective date, whichever is later.

All taxation, whether International, Federal, Provincial or Local,

shall be borne by the Supplier.

Page 19: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 18 of 238

Bidder Signature & Stamp

29.10The procuring agency shall, as soon as possible, communicate the order of

blacklisting to the Authority with the request to upload the information on its

website.

29.11 If the procuring agency wants the Authority to debar the bidder or contractor

from participating in any public procurement of all procuring agencies, the

procuring agency shall specify reasons for such dispensation.

29.12 The Authority shall immediately publish the information and

Decision of blacklisting on its website.

29.13 In case of request of a procuring agency under para 11 or

Representation of any aggrieved person under rule 21, the

Managing Director shall issue a notice for personal hearing to the parties and

call for record of proceedings of blacklisting. The parties may file written

statements and documents in support of their contentions.

29.14 In case of representation of any aggrieved person or procuring agency under

rule 21, the Chairperson shall issue a notice for personal hearing to the parties

and may call for the record of the proceedings. The parties may file written

statements and documents in support of their contentions.

29.15 In every order of blacklisting under rule 21, the procuring

Agency shall record reasons of blacklisting and also reasons for short, long

or medium period of blacklisting.

29.16 The Authority shall upload all the decisions under rule 21,

Available with it, on its website. But the name of a bidder or

Contractor shall immediately be removed from the list of

Blacklisted persons on expiry of period of blacklisting or order of the

competent authority to that effect, whichever is earlier?

29.17 An effort shall be made for electronic communication of all the notices and

other documents pursuant to this mechanism or process.

TECHNICAL SPECIFICATIONS OF THE CONTRACT

A). Product Specifications.

(Detailed technical specifications, given in Award of Contract, will be followed)

b). Labeling and Packing

Page 20: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 19 of 238

Bidder Signature & Stamp

i. The manufacturer shall follow the Drugs (Labelling and Packing) Rules 1986, framed under the

Drugs Act, 1976.

ii. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/

written in indelible ink both in English and Urdu on the outer cartons and on each Pack, Bottle,

Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the

drug manufacturing license no., manufacturing date, expiry date, registration No., batch No., retail

price, and Urdu version namely: name of drug, dosage and instructions, should also be written on

the outer carton and on the most inner container in bold letters. All tablets shall be supplied in strip

/ blister pack (one side aluminum and other side PVC/PVD). Expiry date must be printed on each

strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps.

iii. The quality of packing material, its labelling, packing structure and printing will be same as that of

their commercial supply but according to government supply colour scheme.

c) Additional instructions for packing

i. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability

(Including coloration of medicines) of the Drug for human consumption etc. in accordance with the

Drugs Act, 1976/DRAP Act 2012/Punjab Drugs (Amendments) Act 2017 & rules framed

thereunder on judicial paper.

ii. The bidder shall supply the Drugs/Medicines/Items in special green packing with Logo of the

Government of Punjab (exempted for imported items). The following wording/insignia shall be

printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle,

strip / blister, tubes, vial / ampoule etc. In combo Packs the sterilized water for injection / solvent

shall bear the wording/insignia on the vial/ampoules etc.

d). Shelf life

i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported

drugs.

ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty

charges of actual shortfall in shelf life below prescribed limit for locally manufactured and imported

medicines respectively.

iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70%will be

accepted without penalty charges and up to 60%with imposition of 1% penalty charges of actual

shortfall in shelf life below prescribed limit”

e). Testing/Verification Procedures (Bulk)

i. After delivery of drugs and medicines at the Purchaser’s premises, the Consignee shall send the

samples from all batches of each consignment of the supplied store to the Drugs Testing

Laboratory, Punjab, for testing. The Inspection Committee constituted by the Purchaser shall

inspect the quantity, specifications of goods after receipt of standard quality report of each batch of

supplied store issued by DTL concerned under Drugs Act 1976/DRAP Act 2012/ Punjab Drugs

(Amendments) Act 2017 & rules framed thereunder. The cost of the lab tests shall be borne by the

Supplier. The firm shall be bound to provide primary reference standard (s)/traceable

secondary standard (s) to the concerned Drugs Testing Laboratories of Punjab as and when

demanded. In case of secondary reference standard, the certificate of analysis and proof of

traceability shall also be provided by the contractor.

Page 21: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 20 of 238

Bidder Signature & Stamp

ii. In case of Adverse/failure report of any batch, the Supplier has the right to go for appellate

laboratory. If it is again declared substandard, the Supplier will be intimated and they will be bound

to re-supply the entire fresh stock of that batch free of cost within the reasonable time period to

be intimated by the purchaser but not later than 21 days (three weeks) from the date of intimation,

which will be subject to completion of all testing and verification formalities. At the parallel, the

case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act

1976/DRAP Act 2012/Punjab Drugs (Amendments) Act 2017 and disposal of substandard stocks.

iii. The Inspection Committee will carry out detailed physical examination of stocks and can reject,

even if it is declared of standard quality by DTL, if found not according to the approved sample and

other technical specifications like packaging, labeling, printing and quantity etc. Moreover, the

Supplier will also be responsible to replace the unconsumed expired stores without any further

charges.

f) Transportation/Delivery Requirements

i. The Supplier shall arrange such transportation of the drugs and medicines as is required to prevent

their damage or deterioration during transit to their final destination and in accordance with the

terms and manner prescribed in the Schedule of Requirement.

ii. All costs associated with the transportation including loading/unloading of drugs and medicines

and road taxes shall be borne by the Supplier.

iii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for

such types of items. The firm shall be bound to produce batch wise cold chain data from the source

of origin & thermo log data from factory to Consignee’s end.

g) Integrity Pact

The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value

equal to or more than 10 Million Rupees on the prescribed format on judicial stamp paper of Value

Rs:100/- as per Annexure-10.

(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.

No Parameters Detail

Total

Marks Remarks

Page 22: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 21 of 238

Bidder Signature & Stamp

1

Past

Performance

As per Bid

Form

Major institutions served:

Sr.

No

No. of Institution

Served

Score

1 1 3

2 2 to 3 6

3 4 to 5 9

4 6 to 7 12

5 8 and above 15

15

Institution includes

Government Departments and

Registered Private

Organizations.

2

Income tax &

sales tax

registration

1 Income tax registered 5

2 Sale tax registered 5

10

Authorized certificate issued by

the concerned Authority is

required.

3

Product

sample

(Where

Applicable/

Company

goodwill &

reputation

Goodwill will be examined as per

following parameters:

1 Excellent 10

2 V.Good 8

3 Good 5

4 Satisfactory 3

5 Poor 0

* Good means-- no criminal/financial

case pending against the company.

Never ever black listed.

10 Marks obtained/N/A

4 Financial

soundness

1 5-10 Million 10

2 10-15 Million 15

3 Above 15 Million 20

20 Bidders having less than 5

Million are ineligible.

5 Performance

Certificates

1 1 to 3 certificates 5

2 More than 3

certificates

10

10

Performance Certificates/

Satisfactory reports from

serving clients.

6

Technical &

Sales Staff

details

1 Have One pharmacist

& Technical Staff

10

2 Have more than one

pharmacist &

Technical Staff.

15

15 Technical Human Resources

7

Income Tax

& GST

returns

1 For One Year 10

2 For 2 years 15

3 More than 2 years 20

20 Last three years Income Tax

& GST returns

Total marks: 100 Qualifying marks: 50%

FINANCIAL PROPOSAL EVALUATION

i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial

Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue

Page 23: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 22 of 238

Bidder Signature & Stamp

indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or

their authorized representatives shall be allowed to take part in the Financial Proposal(s).

ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended

2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of

duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to

adjust the same in the Financial Proposal.

ANNEX-1

LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)

Page 24: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 23 of 238

Bidder Signature & Stamp

Bid Ref No.

Date of the Opening of Bids

From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}

To: [Medical Superintendent, DHQ Hospital Bahawalnagar]

Dear Sir/Madam,

Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual

Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver

the Goods under the above-named Contract in full conformity with the said bidding documents and at the

rates/unit prices described in the price schedule or such other sums as may be determined in accordance

with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules

attached herewith and are made part of this bid.

We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the

Goods in accordance with the delivery schedule specified in the schedule of requirements.

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,

and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain

binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your written

acceptance of the bid and your notification of award, shall constitute a binding Contract between us.

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

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we

will strictly observe the laws against fraud and corruption in force in Pakistan.

We will pay the testing fee for samples collected from any supply of any district to be tested and will accept

the results to testing by DTLs, Punjab.

We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding

documents.

Dated this [insert: number] day of [insert: month], [insert: year].

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 25: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 24 of 238

Bidder Signature & Stamp

ANNEX- 2

TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal

and the Financial Proposal sealed in two separate envelopes. We have attached

the Technical Bid Form, Check List, Detailed Specifications and the

required supporting documents along with our Technical Bid as per tender

eligibility criteria.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

Page 26: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 25 of 238

Bidder Signature & Stamp

ANNEX- 3

FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir, With Reference to your Tender (title of the Tender). Please find

attached our Financial Proposal for the sum of Rs. (insert amount in words and

figures) this amount is inclusive of all taxes. We have attached the Bid

Security of amount Rs. (insert amount in words and figures) having CNIC No.

along with our Financial Bid.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

Page 27: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 26 of 238

Bidder Signature & Stamp

ANNEX- 4

QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

User Note: This form is to be filled in by the Bidder for quoted items/products

and shall submit with Financial Proposal in individually sealed

envelope for each item in a single main sealed envelope for all

items.

Bidders are required to fill this form for the items they wish to quote

as per detailed specification of items mentioned in Technical

specification of Contract.

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr.No Category Discount

1 National

2 Multinational

3 Surgical Disposable

4 Dialysis Items

Signature: ------------------------------------------------

Designation: ---------------------------------------------

Date: ------------------------------------------------------

Official Stamp: ------------------------------------------

Page 28: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 27 of 238

Bidder Signature & Stamp

ANNEX- 5

PERFORMANCE GUARANTEE

To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract

No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a

Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for

compliance with the Supplier’s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to

a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument,

any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove

or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 201___

Signature and Seal of the Guarantors/ Bank

Address

Date

Page 29: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 28 of 238

Bidder Signature & Stamp

ANNEX- 6 CONTRACT FORM

AGREEMENT

THIS CONTRACT is made at on day of 201__, between

the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as

“Party” and collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)

being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to

supply the required item (s); and

Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;

Item

No. Item Name

Approved

Specifications

Unit Price in PKR

(As per contract) Quantity

Total Cost

(PKR)

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

1. The Contract: The following documents shall be deemed to form and be read and construed as

integral part of this Contract , viz:-

a. This Contract Form

b. The Schedule of Requirements Annex- A

c. Special Conditions of Contract & the Technical Specifications Annex- B

d. Original Price Schedule along with unsolicited discount offered by the firm (if any)

submitted by the Bidder. Annex- C

e. The Notification of Award (AAT) Annex- D

f. Purchase Order Annex-E

g. Payment Schedule Annex-F

h. The General Conditions of Contract Annex-G

i. Performance Guarantee/Security Annex-H

j. Manufacturer’s certificate of warranty under Drugs Act 1976/DRAP Act 2012 & rules

framed thereunder Annex-I

k. The bidding document of Procuring Agency Annex-J

2. Interpretation: In this Contract words and expressions shall have the same meanings as are

respectively assigned to them in the General Conditions of this Contract hereinafter referred to as

“Contract”:

3. The Term of the Contract: This contract shall remain valid for one year from the date of signing,

unless amended by mutual consent.

4. The Supplier declares as under:

Page 30: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 29 of 238

Bidder Signature & Stamp

i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of

any Contract, right, interest, privilege or other obligation or benefit from Government of Punjab

or any administrative subdivision or agency thereof or any other entity owned or controlled by

it (Government of Punjab) through any corrupt business practice.

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants

that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not

given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan

either directly or indirectly through any natural or juridical person, including its affiliate, agent,

associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any

commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or including the procurement of a Contract, right

interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab,

except that which has been expressly declared pursuant hereto.

iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and

arrangements with all persons in respect of or related to the transaction with Government of

Punjab and has not taken any action or shall not take any action to circumvent the above

declaration, representation or warranty.

iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration,

not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. It agrees that any Contract, right,

interest, privilege 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.

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The

Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on

account of its corrupt business practices and further pay compensation to Procuring Agency in

an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee

or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the

procurement of any Contract, right, interest, privilege or other obligation or benefit in

whatsoever form from Procuring Agency.

vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be

settled through arbitration mutually agreed by both parties/ Secretary P&SH Department and/or

his nominee. The decisions taken and/or award made by the sole arbitrator shall be final and

binding on the Parties.

5. Items to be Supplied & Agreed Unit Cost:

(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically

described in the Price Schedule Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and

to the Technical Specification (Annex B) prescribed by the Purchaser against each item

(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs

associated with transportation and other agreed incidental costs.

6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the Goods and Services, as specified in the Schedule of Requirements and Technical

Page 31: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 30 of 238

Bidder Signature & Stamp

Specification in accordance with the Price Schedule submitted by the Supplier, the amount against

the delivered items or such other sum as may become payable under the provisions of this Contract

at the time and in the manner prescribed by this Contract.

7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued

in the name of [supplier’s name].

8. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed

Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of

documentary and codal formalities highlighted in the Payment Schedule at Annex F.

9. Performance Guarantee/Security:

(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a

Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total

Contract amount having validity of one year from its date of issuance from any scheduled bank on

the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be

released to the Supplier upon successful completion of the Contract.

(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &

blacklisting of firm.

10. Penalties/ Liquidated Damages

(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within

the stipulated time frame specified in the Schedule of Requirement, the Contract to the extent of

non-delivered portion of supplies shall stand cancelled.

(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of

Performance Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.

(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s

end, the entire amount of Performance Guaranty/Security shall be forfeited to the Government

account and the firm shall be blacklisted minimum for two years for future participation.

Page 32: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 31 of 238

Bidder Signature & Stamp

(iv) The exact time frame for making supplies with and without penalty shall be indicated in

subsequent contract/purchase order.

(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements

and after issuance of subsequent contract/purchase order by the consignee, a penalty @ (0.067%

per day) of the cost of late delivered supply shall be imposed upon the Supplier.

11. Notices: All notices and correspondences incidental to this contract shall be in English

language and shall be addressed to:

For the Purchaser:___________

For the Supplier:_____________

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed: For The Manufacturer/

Authorized Agent.

Sealed & Signed on behalf of Purchaser

Witnesses-1 on behalf of the Contractor

Witnesses-1 on behalf of the Purchaser

Witnesses-2 on behalf of the Contractor

CC:-

1. ---------------------------------------

2. ---------------------------------------

3. ---------------------------------------

Witnesses-2 on behalf of the Purchaser

Page 33: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 32 of 238

Bidder Signature & Stamp

ANNEX- 7

PAYMENT SCHEDULE

i. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing

Officer (DDO) preferably be central;

a. against satisfactory performance and upon submission of required documents and in

accordance with the procedure mentioned in Rule 64 and other relevant rules of PPR-2014.

b. on production of Inspection Certificate and receipt certificate from Consignee, after

recovery of Government dues (if any) including Professional Tax and DTL Testing Charges.

ii. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be

made after the receipt of complete supply as per schedule mentioned in schedule of requirement within

due time.

ANNEX- 8

Page 34: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 33 of 238

Bidder Signature & Stamp

SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)

The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by

Procuring agency as per following schedule of requirements: -

Respective Consignee’s End:

i. DHQ HOSPITAL BAHAWALNAGAR

Free delivery to Consignee’s end (DDP) basis.

Supply schedule

Delivery of

Quantity without Penalty

(X)

Grace Period (Y)

Immediately after Receiving of

Purchase Order. of LP Bulk

Medicine excluding day to day

Chit system

07 Days 03Days

With penalty @0.067% per day.

After Completion of due delivery period specified against

each installment penalty (0.067% per day) shall be imposed

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 9

Page 35: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 34 of 238

Bidder Signature & Stamp

AFFIDAVIT (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly state that:

1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with

all the terms and conditions of the bidding document.

2) The Bid being submitted by the undersigned complies with the requirements enunciated in the

bidding documents.

3) The Goods that we propose to supply under this contract are eligible goods within the meaning of

Clause 18 of the ITB.

4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.

5) The undersigned are solvent and competent to undertake the subject Contract under the Laws of

Pakistan.

6) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any

official or agent related to this bid or award or contract.

7) The undersigned are not blacklisted or facing debarment from any Government, or its organization

or project.

8) That the prices offered are not more than trade price.

9) I/We, further undertake that I/we will ready to pay the standard charges of testing samples by DTLs

Punjab.

10) I/we further under take to provide the Batch Release Laboratory Test Reports of each batch of the

product on its delivery.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 10

INTEGRITY PACT

Page 36: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 35 of 238

Bidder Signature & Stamp

AFFIDAVIT (RS: 100/- JUDICIAL STAMP PAPER)

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

ANNEX- 11

AFFIDAVIT FOR PRICE RESPONSIBILTY (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that:

Page 37: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 36 of 238

Bidder Signature & Stamp

1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with

all the terms and conditions of the bidding document.

2) That the price offered here in our financial bid are lowest among prices quoted against same

items/brands among other institutes during same fiscal year.

3) That if our offered prices found higher than offered prices of our firm against prescribed items in

other served institutions, we shall remain bound for recovery of high price difference on our firm.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 12

AFFIDAVIT FOR PHARMACY SIZE (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that:

Page 38: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 37 of 238

Bidder Signature & Stamp

1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with

all the terms and conditions of the bidding document.

2) That the size of our Pharmacy is as per drug act rule no. 19-D (the covered area of the premises of

pharmacy be not less than 140 Sq Ft with minimum breadth of 8 Ft and height of 8 Ft).

3) That if our stated size found lower than the required, the procuring agency reserve the right to reject

our bid or may terminate our contract during the contract period.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 13

AFFIDAVIT FOR NON BLACKLISTING (JUDICIAL STAMP PAPER RS.100/-)

Page 39: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 38 of 238

Bidder Signature & Stamp

I/We, the undersigned solemnly declare that:

1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with

all the terms and conditions of the bidding document.

2) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active

filer in terms of both income tax and sales tax.

3) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in

terms of taxation (both income tax and GST) and in terms of violation of any contract with any

Public or semipublic institute.

4) That all firms registered on the name of Person(proprietor) with FBR have never ever been

blacklisted by the FBR, in lieu of Income Tax & Sales Tax.

5) That if any statement as stated above found false or fabricated, procuring agency reserve the right

to reject our bid or may terminate our contract during the contract period

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 14

AFFIDAVIT FOR RETAIL SALES SET UP (JUDICIAL STAMP PAPER RS.100/-)

Page 40: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 39 of 238

Bidder Signature & Stamp

I/We, the undersigned solemnly declare that:

1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with

all the terms and conditions of the bidding document.

2) That our firm is engaged in the pharmacy retail business under pharmacy license category-A and

we are not involved in whole selling or distribution network related to pharmacy items.

3) That if any statement as stated above found false or fabricated, procuring agency reserve the right

to reject our bid or may terminate our contract during the contract period

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 15

CHECK LIST The bidder must attach this list along with the Bid

Packing of the Bid

Page 41: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 40 of 238

Bidder Signature & Stamp

S.No Description Yes/No

01 Bid submitted in 2 envelopes

02 Technical Proposal Envelop A

03 Financial Proposal Envelop B

04 Both envelops packed in single larger envelop

SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, must number all the pages of supporting

documents, provide the page information and arrange the documents in the following order:

Envelope A: Enclosures of Technical Proposal Attached

(Yes/No)

Page No.

1 Check List

2 Covering Letter/Letter of intention

3 Original receipt for purchase of tender and Signed Bidding

Document copy of the Tender

4 Bid Security 2% of total estimated cost in the favor of

Medical Superintendent DHQ Hospital Bahawalnagar,

should attached with financial bid & photocopy of the same

attached with

Technical bid as demanded in bidding document.

5 Valid computerized Drug sale License as mentioned in

bidding document

6 Copy of CNIC of Qualified personal and Proprietor

7 National Tax Number and General Sale Tax number

certificate.

8 Warranty Certificate as per Drug Act 1976/ DRAP Act,

2012

9 Company Profile

10 Schedule of requirements

11 Price Responsibility Affidavit

12 Pharmacy size Affidavit

13 Non Blacklisting Affidavit

14 Non Distributor/Wholesaler Affidavit

15 Bidders Undertaking/Affidavit

16 Integrity Pact Affidavit

Note: All the above documents and any other supporting document must be page number & must be

mentioned in the column specified for the purpose.

*Technical Evaluation Committee can call any firm owner/representative participating in the tender

process for the verification of the documented evidence attached with the technical proposal by the firm.

Total Number of pages attached with the Technical Bid __________Pages

17 Tender Document duly signed and

stamped each page by the bidder must be

attached at the end of the Technical Bid but

Page 42: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 41 of 238

Bidder Signature & Stamp

numbering is not required for this

document.

18 Bank Statement of Firm’s Account

Envelope B : Enclosures of Financial Proposal Attached(Yes/No) Page No

19 Financial Proposal Covering Letter

20 Quoted Price Schedule Rates Form duly

filled, signed and stamped by the bidder

21 Bid Security in shape of CDR

Note:

I. Failure to provide any of the above documents will results in rejection of bid.

II. No reminder or letter will be issued for any missing document.

Page 43: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 42 of 238

Bidder Signature & Stamp

(DHQ HOSPITAL BAHAWALNAGAR)

Page 44: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 43 of 238

Bidder Signature & Stamp

TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.

1 INVITATION FOR BIDS/ADVERTISEMENT 2

2 SPECIAL TERMS & CONDITIONS 5

3 GENERAL TERMS & CONDITIONS 7

4 REJECTION OF BIDS 7

5 ACCEPTANCE OF BIDS 8

6 PERFORMANCE GUARANTEE 8

7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 8

8 NO OFFER WILL BE CONSIDERED IF IT 8

9 INSPECTION AND TEST/ANALYSIS 8

10 DELIVERY AND PAYMENT 9

11 GENERAL CONDITIONS 10

12 TECHNICAL SPECIFICATION OF THE CONTRACT 20

13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 21

14 FINANCIAL EVALUATION 22

15 ANNEX-1 (LETTER OF INTENTION) 23

16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 24

17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 25

18 ANNEX-4 (QOUTATION PRICE SCHEDULE) 26

19 ANNEX-5 (SCHEDULE OF REQUIREMENTS) 27

19 ANNEX-6 (PERFORMANCE GUARANTEE FORM) 28

20 ANNEX-7 (PAYMENT SCHEDULE) 29

21 ANNEX-8 (CONTRACT FORM) 30

22 ANNEX-9 ((BIDDER’S UNDERTAKING ON THE STAMP PAPER) 34

23 ANNEX-10 (INTEGRITY PACT) 35

24 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 36

25 ANNEX-12(NON BLACKLISTING AFFIDAVIT) 37

26 ANNEX-13 (CYLINDER FITNESS CERTIFICATE) 38

27 ANNEX-13 (CHECK LIST) 39

Page 45: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 44 of 238

Bidder Signature & Stamp

INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &

SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,

STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.

The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole

agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02

to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /

Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and

Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary

Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood

Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.

S# NAME OF TENDER BID SECURITY

(2% of Estimated

Cost )

LAST

DATE&

TIME OF

SALE OF

TENDER

LAST DATE

& TIME

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF

TENDER

01 Framework Contract of

LP Medicine (Day to

Day) & LP Bulk

,Surgical Disposable &

Dialysis’s Medicine

2% of Estimated

Cost (Rs.

30,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

02 Framework Contract for

Bio Medical Gases

2% of Estimated

Cost (Rs. 8,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

03 Framework Contract for

Stationary & Printing

Items

2% of Estimated

Cost (Rs.

10,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

04 Framework contract for

General Store items i.e.

(Electric Store/Street

Lights items, General

items, Waste

Management items,

Sanitary items)

2% of Estimated

Cost (Rs.

16,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

05 Framework Contract of

Laboratory Kit &

Chemicals etc.

2% of Estimated

Cost (Rs. 5,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

06 X-Ray Films and

Chemicals

2% of Estimated

Cost (Rs. 7,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

14. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer

under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their

letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each

set of bidding documents & detailed specifications.

15. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last

Date as mentioned in the advertisement during office hours. However, a copy of the bidding

documents is also available for information only on the websites of PPRA

(www.ppra.punjab.gov.pk until the closing date for the submission of bids.

Page 46: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 45 of 238

Bidder Signature & Stamp

16. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received

till the stipulated date & time shall be opened on the same day in the presence of the bidders or their

authorized representatives (who choose to attend) by the purchase committee. Bid Security of the

2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit

from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same

should be attached with technical proposal otherwise bid will be rejected. Bids shall not be

entertained after the mentioned date and time.

17. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as

“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.

Financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

18. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)

19. The bidding documents duly signed by the Medical Superintendent DHQ Hospital

Bahawalnagar will be accepted.

20. All bids should be submitted in tape binding. All documents should contain proper page

marking, attached in sequence as indicated for evaluation in the bidding documents along with

signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

21. In case the date of opening or last date of sale is declared as a public holiday by the government or

non-working day due to any reason, the next official working day shall be deemed to be the date of

sale and submission and opening of tenders accordingly. The time and venue shall remain the same.

22. The bidders are requested to give their lowest and best prices with their bids.

23. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and

original receipt of purchase tender to be attached with the technical bids.

24. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or

proposal. The procuring agency shall upon request may communicate to any bidder, the grounds

for its rejection of all bids of proposal, but shall not be required to justify those grounds.

25. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration

certificate must be provided.

26. For obtaining any further information, list of items or clarification, please contact the person named

below.

(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)

Page 47: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 46 of 238

Bidder Signature & Stamp

(Dr. Muhammad Aslam Tahir)

Medical Superintendent

DHQ Hospital Bahawalnagar.

SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background

and registered with NTN and sales tax for the purchase of Biomedical gases for the financial year 2019-

20 involved in running institutional business/distribution/manufacturing or production of biomedical

gases. Tender should be sent in the name of Medical Superintendent DHQ Hospital Bahawalnagar along

with the following documents.

KNOCKOUT CLAUSES OF TENDER Sr.

No.

Parameters YES/NO Page No

01. Original Receipt for purchase of tender and signed copy of bidding

document

02. Copy of proprietor’s CNIC.

03. Bid Security 2% of total estimated cost in the favor of Medical

Superintendent DHQ Hospital Bahawalnagar, should be attached with

financial bid & photocopy of the same attached with technical proposal.

Technical bid as demanded in bidding document.

04 National tax number & General Sales Tax Number Certificate.

05 Quality checked Certificate for cylinders by the certified Laboratory/

Institution by the Government of Punjab as per specification of the product on

Firm’s letter head.

Page 48: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 47 of 238

Bidder Signature & Stamp

06 All bids should be submitted in tape binding. All

documents should contain proper page marking, attached in sequence as

indicated for evaluation in the bidding documents and signatures of

authorized person. Moreover, signing and stamping on each page of

bidding documents/form is mandatory.

07 Price Responsibility Certificate: The Bidder must submit an affidavit

on judicial paper of Rs. 100 that they have not supplied these items at

lower rate than the price quoted in the tender to any other Govt Institute

in current financial year

08 Undertaking regarding the firm never black listed, uninterrupted supply

of items on the legal stamp paper of Rs. 100/- Person having registered more

than one companies with FBR must ensure that none of his company is been ever

blacklisted by the FBR, in lieu of Income Tax & Sales Tax.

09 Undertaking with the version that the bidder understands and agrees to

all terms and conditions of bidding document, shall abide by all rules,

regulations, and all general and special clauses of this bidding document

and all information given by bidder in the bidding document is correct to

the best of my knowledge on the legal stamp paper of Rs.100.

10 Bidder should be authorized partner/distributor of a well reputed national

level gas manufacturing/production company (in case the bidder itself is

not the manufacturer). Partnership or distribution deed should be signed

by the Bidder and Manufacturer on judicial stamp paper of Rs.100. This

deed must be attested by notary public.

11 Bidder must produce an evidence (in case of non-manufacturer) on

judicial stamp paper of Rs. 100 that he has obtained an empty cylinder

stock of minimum 100 cylinders in his ownership from the

manufacturing company. Such paper must have been countersigned by

the issuing company (as acknowledgement) with whom the partnership

deed has been signed by the bidder. This deed must be attested by notary

public.

Page 49: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 48 of 238

Bidder Signature & Stamp

GENERAL TERMS & CONDITIONS

36. All the procurement procedures will be done strictly in accordance with the PPRA Rules

(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The

envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.

37. The envelope must also clearly show the bid title and bidder’s name and address. Failure to

comply with this requirement may result in rejection of the bid and the committee decision in this

regard shall be final. Bids submitted after the prescribed time shall not be entertained.

38. Only Technical Proposal will be opened by the tender opening committee. The financial proposal

will be opened by tender opening committee of responsive/technically successful bidders later on

the declared time place & date. Financial proposal of the non-responsive/ technically unsuccessful

bidders will be returned as such to them on that date without opening their financial offers as per

PPRA Rules 2014 (amended till to date).

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

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

41. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed will not

be entertained.

42. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as non-

responsive. Extendable equal to the period of the original bid validity.

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

44. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital

Bahawalnagar

45. The validity of the contract will be till 30-06-2020, extendable for three (03) months if needed.

46. The supplier/tenderer’s background should be financially sound based on authentic bank

statement.

47. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at

all times strictly in accordance with the provision of law and regulations as prescribed by PPRA

(amended till date) and will be responsible for the quality/quantity of cylinders supplied by

him/her.

48. The supplier/tenderer should ensure the availability of wide range of items. No alternate shall be

acceptable.

In case of default, the administration may take appropriate action including fine to be decided

by the administration.

Page 50: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 49 of 238

Bidder Signature & Stamp

49. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids has been

submitted however the procuring agency may seek and accept clarification to the bid that do not

change the substance of the bid.

50. Limitation on Negotiations: There shall be no negotiation with the bidder. 51. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

52. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law, rules

regulations or policy of the Government of Punjab, shall be awarded the procurement award.

53. Performance Guarantee: The successful bidder shall furnish performance security 05% of total

estimated cost in addition to bid security already deposited by the firm. The performance security

shall be deposited in the shape of cash deposit receipt.

54. Qualification of suppliers and Contractors: The procuring agency, at any stage of the

procurement proceeding, may require the suppliers or contractors to provide information

concerning their professional, technical, financial, legal or managerial competence whether already

prequalified or not.

55. No Offer will Be Considered if:

o It is submitted without call deposit by the registered firm in the name of Medical

Superintendent DHQ Hospital Bahawalnagar. o It is submitted without call deposit by the registered firm in the name of Medical

Superintendent DHQ Hospital Bahawalnagar. o It is received after the date and time fixed for its receipt.

o It is unsigned.

o It is ambiguous.

o It is not written on the firm’s letter head.

o It is over written.

o It is conditional.

o It is given by the black listed, suspended and removed firm from the approval list of the

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

Federal Government.

o It is received with a validity period shorter than 30 June 2020.

o Does not confirm to the general conditions of the tender.

o It is received without earnest money as specified in the tender.

o Bidding document are not attached with bids.

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

57. Successful bidder is bound to supply the quantities as per demand of biomedical gas.

58. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if

not found as per specification as required of the demand. In case of non-supply the same will be

purchased from the local market and the amount will be recovered from the contractor, if supplier

showed non-compliance of terms and conditions, Procuring Agency will cancel the contract

at any time without giving any advance notice. In case of any dispute the decision of the Medical

superintendent DHQ Hospital Bahawalnagar will be final.

59. The Supplier will be responsible to enter details in the bill of items like Generic Name of item,

Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry of the item should

be mentioned in the invoice/ Bills.

60. The Supplier will be responsible to mentions details of items in the bill like Generic Name of item,

Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.

61. The firm will be fully responsible to supply the store as per requirement of DDO as per supply

order.

Page 51: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 50 of 238

Bidder Signature & Stamp

62. Warranty of biomedical gases supplied as per tender specification of Quality & Quantity (Comprehensive).

63. The firm will be wholly & solely responsible if it failed to supply cylinders in the stipulated time

frame as per Purchase Order /Telephonic Directions of the Medical Superintendent/Management

of the Hospital. Bidder also responsible to maintain handsome quantity of biomedical gases cylinder

(thresh hold) to meet any sort of emergency requirements of the procuring agency. 64. The required cylinders will be supplied on required Quality & Quantity as per the specification of tender.

65. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt

of such notice, the supplier shall replace the cylinders within Seven (7) days, inclusive of, where applicable, the cost

of inland delivery

66. Delivery and Payment

IX. The successful bidder/supplier will be bound to maintain a minimum cylinder stock for 3 days (Based on daily average

consumption of cylinders), each time available in Hospital stock.

X. After placement of order through any mode of communication, supplier shall be bound to provide

stock within 48 hours, in which a further 24 hours shall be given as grace period and after the lapse

of 72 hours in case if the supply is not received, penalty shall be imposed on supplier as per law

and risk purchase shall be made from security deposit of the bidder.

XI. The authorized committee members/Storekeeper/Logistic Officer shall verify the bills as per

prescribed mechanism of hospital.

XII. In case delayed supply the risk purchase should be made from the security deposit of contractor. In

case of constant default the process of risk purchase should be repeated and tenders may be re-

called for fresh competition.

XIII. The contractor will submit the bills on monthly basis for payment. The contractor will provide an

authentic price list of items if and when required for verification of bills.

XIV. In case, contractor charges excess rates the difference will be recovered from contractor either from

his bills or security.

XV. All applicable taxes shall be deducted as per prescribed rules (affidavit required).

GENERAL CONDITIONS

Page 52: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 51 of 238

Bidder Signature & Stamp

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

indicated:

(a) “The Contract” means the agreement entered into between

the Purchaser and the Supplier, as recorded in the

Agreement signed by the Parties, including all attachments

and appendices thereto and all documents incorporated by

reference therein.

(b) “The Contract Price” means the price payable to the

Supplier under the Contract for the full and proper

performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier

is required to supply to the Purchaser under the Contract.

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

of above goods, such as printing of special instructions on

the label and packing, design and logo of the Government

of Punjab, transportation of goods up to the desired

destinations and other such obligations of the Supplier

covered under the Contract.

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

contained in this section.

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

(g) “The Purchaser” means the Government of Punjab, , itself

and Director General Health Services Punjab, Program

Managers/Project Director of Vertical Programs, all

EDOs (Health) & Medical Superintendents working under

.

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

goods under this Contract.

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are

not superseded by provisions of other parts of the Contract.

3. Source of

Import

3.1 All goods and related services to be supplied under the contract

that are required to be imported in Pakistan shall have their origin

in eligible source countries as prescribed by the commercial

policies of the Federal Government of Pakistan and all

expenditures made under the contract shall be limited to such

goods and services.

3.2 For purposes of this clause, “origin” means the place where the

goods are produced, or the place from which the related services

Page 53: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 52 of 238

Bidder Signature & Stamp

are supplied. Goods are produced when, through manufacturing

or processing.

4. Standards 4.1

4.2

4.3

4.4

The goods supplied under this Contract shall conform to the

standards mentioned in the Technical Specifications.

In consideration of the payments to be made by the Purchaser to

the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the Goods and Services

and to remedy defects therein in conformity in all respects with

the provisions of this Contract.

If the Supplier provide substandard item and fail to provide the

fresh supply, the payment of risk purchase (which will be

purchased by the Purchaser) the price difference shall be paid by

the Supplier.

In case of supply of substandard product the cost associated with

disposal/destruction or associated handling shall be borne by the

Supplier i.e., removal from purchaser’s premises, burning,

dumping, or incineration.

5. Use of Contract

Documents and

Information.

5.1

5.2

5.3

5.4

The Supplier shall not, without the Purchaser’s prior written

consent, disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information

furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the

Supplier in the performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall

extend only so far as may be necessary for purposes of such

performance.

The Supplier shall not, without the Purchaser’s prior written

consent, make use of any document or information enumerated

in GCC Clause 5.1 except for purposes of performing the

Contract.

Any document, other than the Contract itself, enumerated in GCC

Clause 5.1 shall remain the property of the Purchaser and shall

be returned (all copies) to the Purchaser on completion of the

Supplier’s performance under the Contract if so required by the

Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier’s

accounts and records relating to the performance of the Supplier.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

country.

7. Submission of

Samples

7.1 Before commencing supplies, the Supplier shall provide samples

free of cost, if and as specified in the Schedule of Requirements

Page 54: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 53 of 238

Bidder Signature & Stamp

of the product to the designated office or staff, as the case may

be.

8. Ensuring storage

arrangements

8.1 To ensure storage arrangements for the intended supplies, the

Supplier shall inform the Purchaser at least 0ne (01) week in

advance. However, in case no space is available at the

Purchaser’s premises at the time of supply, the Purchaser shall,

at least 02 days prior to such situation, shall inform the Supplier,

in writing, of the possible time frame of availability of space by

which the supplies can be made. In case the Supplier abides by

the given time frame it shall not be penalized for delay.

9. Inspections and

Tests

9.1 The Purchaser or its representative shall have the right to inspect

and / or to test the goods in accordance with the procedure given

in the SCC to confirm their conformity to the Contract

specifications at no extra cost to the Purchaser.

9.2 All costs associated with testing shall be borne by the Supplier.

9.3

The Purchaser’s right to inspect, test and, where necessary, reject

the goods after the goods either at Supplier’s premises or upon

arrival at Purchaser’s destinations shall in no way be limited or

waived by reason of the goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to

the goods delivery from the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier

from any warranty or other obligations under this Contract.

10. Delivery and

Documents

10.1

10.2

10.3

The Supplier in accordance with the terms and manner specified

in the Schedule of Requirements shall make delivery of the

goods.

The Supplier shall furnish all necessary documentation necessary

for completion of the delivery, at the time of delivery and in the

manner prescribed.

The goods supplied under the Contract shall be delivered on free

delivery of consignee’s end basis under which risk is transferred

to the buyer after the Goods having been delivered;

11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the

Goods subject to the contract.

12.Transportation 12.1

12.2

The Supplier shall arrange such transportation of the goods as is

required to prevent their damage or deterioration during transit to

their final destination and in accordance with the terms and

manner prescribed in the Schedule of Requirement/bidding

document.

All costs associated with the transportation of the goods subject

to this contract shall be borne by the Supplier.

Page 55: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 54 of 238

Bidder Signature & Stamp

13. Incidental

Services

13.1

The Supplier shall be required to provide the incidental services

as specified in the SCC and the cost of which is included in the

total bid price.

14. Warranty 14.1

14.2

All goods subject to this contract shall be accompanied by the

necessary warranty in the manner prescribed in the SCC.

The Purchaser shall promptly notify the Supplier in writing of

any claims arising under this warranty.

15. Payment 15.1

15.2

The purchaser shall make payments to the Supplier in accordance

with the conditions set forth in the Payment Schedule agreed and

annexed to this contract.

The currency of payment shall be Pakistan Rupees.

16. Prices 16.1 Prices charged by the Supplier for goods delivered under the

Contract shall not vary from the prices quoted by the Supplier in

its bid and shall remain the same till the expiry of the contract

unless the Parties to this contract mutually agree to vary the

prices.

17. Contract

Amendments

17.1 No variation in or modification of the terms of the Contract shall

be made except by written amendment signed by the Parties.

18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations

to perform under this Contract, except with the Purchaser’s prior

written consent.

19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award

subcontracts under this Contract.

20. Delays in the

Supplier’s

Performance

20.1

20.2

20.3

Delivery of the goods shall be made by the Supplier in

accordance with the time schedule prescribed by the Purchaser in

the Schedule of Requirements.

If at any time during performance of the Contract, the Supplier

encounters conditions impeding timely delivery of the goods, the

Supplier shall promptly notify the Purchaser in writing of the fact

of the delay, its likely duration and its cause(s). As soon as

practicable after receipt of the Supplier’s notice, the Purchaser

shall evaluate the situation and may at its discretion extend the

Supplier’s time for performance, with liquidated damages, in

which case the extension shall be ratified by the Parties by an

amendment to the Contract.

Except as provided under GCC Clause 20, a delay by the Supplier

in the performance of its delivery obligations shall render the

Supplier liable to the imposition of liquidated damages as

prescribed in the SCC, unless the parties to this contract mutually

agree for extension of time.

Page 56: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 55 of 238

Bidder Signature & Stamp

21. Termination for

Default

21.1 The Purchaser, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of

the goods within the period(s) specified in the signed

contract, and subsequent contract/Purchase order or

within any extension thereof granted by the Purchaser

pursuant to GCC Clause 20; or

(b) if the Supplier fails to perform any other obligation(s)

under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has

engaged in corrupt or fraudulent practices in competing

for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent

practices means:

“the offering, giving, receiving, or soliciting of anything

of value to influence the action of a public official or the

contractor in the procurement process or in contract

execution to the detriment of the procuring agency; or

misrepresentation of facts in order to influence a

procurement process or the execution of a contract,

collusive practices among bidders (prior to or after bid

submission) designed to establish bid prices at artificial,

non-competitive levels and to deprive the procuring

agency of the benefits of free and open competition and

any request for, or solicitation of anything of value by

any public official in the course of the exercise of his

duty; it may include any of the following practices:

(i) coercive practice by impairing or harming, or

threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence the actions

of a party to achieve a wrongful gain or to cause a

wrongful loss to another party;

(ii) collusive practice by arrangement between two or

more parties to the procurement process or contract

execution, designed to achieve with or without the

knowledge of the procuring agency to establish prices at

artificial, noncompetitive levels for any wrongful gain;

(iii) corrupt practice by offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence the acts of another party for wrongful gain;

(iv) fraudulent practice by any act or omission, including

a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

Page 57: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 56 of 238

Bidder Signature & Stamp

(v) obstructive practice by harming or threatening to

harm, directly or indirectly, persons or their property to

influence their participation in a procurement process,

or affect the execution of a contract or deliberately

destroying, falsifying, altering or concealing of evidence

material to the investigation or making false statements

before investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing

or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or

from pursuing the investigation, or acts intended to

materially impede the exercise of inspection and audit

rights;

Corrupt or

Fraudulent

Practices and

Mechanism to

Debar/Blacklist

the Defaulted

Bidder.

21.2 The following are the events which would lead to initiate under

Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; x. Submission of false fabricated / forged documents for

procurement in tender.

xi. Not attaining required quality of work.

xii. Inordinate tardiness in accomplishment of assigned/agreed

responsibilities / contractual obligations resulting loss to

procuring agency / Government.

xiii. Non execution of work as per terms & condition of contract.

xiv. Any unethical or unlawful professional or business behavior

detrimental to good conduct and integrity of the public

procurement process.

xv. Involvement in any sort of tender fixing.

xvi. Persistent and intentional violation of important conditions of

contract

xvii. Non-adherence to quality specification despite being

importunately pointed out.

xviii. Security consideration of the State i.e., any action that

jeopardizes the security of the State or good repute of the

procuring agency.

PROCEDURE: As per Rule-21 of the Punjab Procurement

Rules 2014.

22. Force Majeure 22.1

Notwithstanding the provisions of GCC Clauses 20 and 21, the

Supplier shall not be liable for forfeiture of its Performance

Guaranty, or termination/ blacklisting for default if and to the

extent that it’s delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force

Majeure. For the purposes of this clause Force Majeure means an

act of God or an event beyond the control of the Supplier and not

involving the Supplier’s fault or negligence directly or indirectly

purporting to mis-planning, mismanagement and/or lack of

foresight to handle the situation. Such events may include but are

not restricted to acts of the Purchaser in its sovereign capacity,

Page 58: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 57 of 238

Bidder Signature & Stamp

22.2

22.3

wars or revolutions, fires, floods, earthquakes, strikes, epidemics,

quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing with sufficient and valid evidence

of such condition and the cause thereof. The Purchaser shall

examine the merits of the case and all reasonable alternative

means for completion of the purchase order under the signed

contract and inform the Supplier of its findings promptly.

Unless Purchaser informs the Supplier in writing of its agreement

on the application of force majeure, the Supplier shall continue

to perform its obligations under the Contract as far as is

reasonably practical and shall seek reasonable alternative means

for performance not prevented by the Force Majeure event.

23. Termination

for Insolvency

23.1 The Purchaser may at any time terminate the Contract by giving

written notice of one month time to the Supplier if the Supplier

becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier,

provided that such termination shall not prejudice or affect any

right of action or remedy which has accrued or shall accrue

thereafter to the Parties.

24. Arbitration and

Resolution of

Disputes

24.1

24.2

24.3

The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the

Contract.

If, after thirty (30) days from the commencement of such

informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred to the Arbitrator for resolution

through arbitration.

In case of any dispute concerning the interpretation and/or

application of this Contract shall be settled through arbitration

under the Arbitration Act of 1940 (As amended from time to

time).

25. Governing

Language

25.1 The Contract shall be written in English language. Subject to

GCC Clause 26, the version of the Contract written in the

specified language shall govern its interpretation. All

correspondence and other documents pertaining to the Contract,

which are exchanged by the Parties, shall be written in English.

26. Applicable

Law

26.1 This Contract shall be governed by the Laws of Pakistan and the

courts of Pakistan shall have exclusive jurisdiction.

27. Notices

27.1

Any Notice given by one party to the other pursuant to this

Contract shall be sent to the other party in writing and on the

others address specified in SCC.

Page 59: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 58 of 238

Bidder Signature & Stamp

29.

Blacklisting

Mechanism 29.1 The procuring agency may, on information received from any resource, issue

show cause notice to a bidder or contractor.

29.2 The show cause notice shall contain:

(a) Precise allegation, against the bidder or contractor;

(b) The maximum period for which the procuring agency proposes to debar

the bidder or contractor from participating in any public procurement of the

procuring agency; and

(c) The statement, if needed, about the intention of the procuring agency to

make a request to the Authority for debarring the bidder or contractor from

participating in public procurements of all the procuring agencies.

29.3 The procuring agency shall give minimum of seven days to bidder or

contractor for submission of written reply of the show cause notice.

29.4 In case, the bidder or contractor fails to submit written reply within the

requisite time, the procuring agency may issue notice for personal hearing

to the bidder or contractor/ authorize representative of the bidder or

contractor and the procuring agency shall decide the matter on the basis of

available record and personal hearing, if availed.

29.5 In case the bidder or contractor submits written reply of the

Show cause notice, the procuring agency may decide to file the matter or

direct issuance of a notice to the bidder or contractor for personal hearing.

29.6 The procuring agency shall give minimum of days to the bidder or contractor

for appearance before the specified officer of the procuring agency for

personal hearing.

29.7 The procuring agency shall decide the matter on the basis of the available

record and personal hearing of the bidder or

Contractor, if availed.

29.8 The procuring agency shall decide the matter within fifteen days from the date

of personal hearing unless the personal hearing is adjourned to a next date and

in such an eventuality, the period of personal hearing shall be reckoned from

the last date of personal hearing.

29.9 The procuring agency shall communicate to the bidder or

Contractor the order of debarring the bidder or contractor from participating

in any public procurement with a statement that the bidder or contractor may,

within thirty days, prefer a representation against the order before the

Managing Director of the Authority.

29.10The procuring agency shall, as soon as possible, communicate the order of

blacklisting to the Authority with the request to upload the information on its

website.

29.11 If the procuring agency wants the Authority to debar the bidder or contractor

from participating in any public procurement of all procuring agencies, the

procuring agency shall specify reasons for such dispensation.

29.12 The Authority shall immediately publish the information and

Decision of blacklisting on its website.

28.Taxation

27.2

28.1

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

effective date, whichever is later.

All taxation, whether International, Federal, Provincial or Local,

shall be borne by the Supplier.

Page 60: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 59 of 238

Bidder Signature & Stamp

29.13 In case of request of a procuring agency under para 11 or

Representation of any aggrieved person under rule 21, the

Managing Director shall issue a notice for personal hearing to the parties and

call for record of proceedings of blacklisting. The parties may file written

statements and documents in support of their contentions.

29.14 In case of representation of any aggrieved person or procuring agency under

rule 21, the Chairperson shall issue a notice for personal hearing to the parties

and may call for the record of the proceedings. The parties may file written

statements and documents in support of their contentions.

29.15 In every order of blacklisting under rule 21, the procuring

Agency shall record reasons of blacklisting and also reasons for short, long

or medium period of blacklisting.

29.16 The Authority shall upload all the decisions under rule 21,

Available with it, on its website. But the name of a bidder or

Contractor shall immediately be removed from the list of

Blacklisted persons on expiry of period of blacklisting or order of the

competent authority to that effect, whichever is earlier?

29.17 An effort shall be made for electronic communication of all the notices and

other documents pursuant to this mechanism or process.

Page 61: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 60 of 238

Bidder Signature & Stamp

TECHNICAL SPECIFICATIONS OF THE CONTRACT

A). Product Specifications.

(Detailed technical specifications, given in Award of Contract, will be followed)

Sr.No Type of

Biomedical

Gas

Size of

Cylinder

Weight Pressure Specification

01 Oxygen Gas MM 6.80 cm3

2000 Psi

Oxygen Purity

99.5% (Min)

02 Oxygen Gas MF 1.70 cm3

2000 Psi

Moisture

< 67 vpm

03 Nitrous

Oxide Gas

XM 16200 Litter

(30 kg)

Carbon Dioxide

< 300 vpm

Carbon Monoxide

< 5 vpm

Odour

None

e). Testing/Verification Procedures

iv. The Inspection Committee will carry out detailed physical examination of stocks and can reject,

even if it is declared of standard quality, if found not according to the approved sample and other

technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier

will also be responsible to replace the unconsumed expired items without any further charges.

f) Transportation/Delivery Requirements iv. The Supplier shall arrange such transportation of the cylinders as is required to prevent their damage

or deterioration during transit to their final destination and in accordance with the terms and manner

prescribed in the Schedule of Requirement.

v. All costs associated with the transportation including loading/unloading of cylinders and road taxes shall be borne by

the Supplier.

vi. The successful bidder/supplier will be bound to provide a minimum cylinder stock for 5 days (Based on daily average

consumption of cylinders)

g) Integrity Pact

The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than

10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.

Page 62: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 61 of 238

Bidder Signature & Stamp

(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.

No Parameters Detail

Total

Marks Remarks

1 Past

Performance

Sales Revenue in terms of gas supply to

Govt Institutes in last 2 years.

Sr.

No

Sales Revenue in

Millions

Score

1 1 Million 3

2 2 to 3 Million 6

3 3 to 4 Million 9

4 4 to 5 Million 12

5 5 and Above 15

15

Attested Purchase

orders/supply orders of

institutes be attached

2

Income tax &

sales tax

registration

1 Income tax registered 5

2 Sale tax registered 5

10

Authorized certificate issued by

the concerned Authority is

required.

3

Product

sample

(Where

Applicable/

Company

goodwill &

reputation

Goodwill will be examined as per

following parameters:

1 Excellent 10

2 V.Good 8

3 Good 5

4 Satisfactory 3

5 Poor 0

* Good means-- no criminal/financial

case pending against the company.

Never ever black listed.

10 Marks obtained/N/A

4 Financial

soundness

1 5-10 Million 10

2 10-20 Million 15

3 Above 20 Million 20

20 Bidders having less than 5

Million are ineligible.

5 Performance

Certificates

1 1 to 3 certificates 5

2 More than 3

certificates

10

10

Performance Certificates/

Satisfactory reports from

serving clients.

6

Company

profile with

details of

technical and

sales staff

1 Have up to 05 persons 10

2 Have more than 10

persons.

15

15 Technical Human Resources

and company profile.

7

Income Tax

& GST

returns

1 For One Year 10

2 For 2 years 15

3 More than 2 years 20

20 Last three years Income Tax

& GST returns

Total marks: 100

Qualifying marks: 50%

Page 63: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 62 of 238

Bidder Signature & Stamp

FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial

Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue

indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or

their authorized representatives shall be allowed to take part in the Financial Proposal(s).

ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended

2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of

duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to

adjust the same in the Financial Proposal.

ANNEX-1

LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)

Bid Ref No.

Date of the Opening of Bids

From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}

To: [Medical Superintendent, DHQ Hospital Bahawalnagar]

Dear Sir/Madam,

Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual

Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver

the Goods under the above-named Contract in full conformity with the said bidding documents and at the

rates/unit prices described in the price schedule or such other sums as may be determined in accordance

Page 64: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 63 of 238

Bidder Signature & Stamp

with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules

attached herewith and are made part of this bid.

We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the

Goods in accordance with the delivery schedule specified in the schedule of requirements.

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,

and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain

binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your written

acceptance of the bid and your notification of award, shall constitute a binding Contract between us.

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

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we

will strictly observe the laws against fraud and corruption in force in Pakistan.

Dated this [insert: number]day of [insert: month], [insert: year].

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 65: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 64 of 238

Bidder Signature & Stamp

ANNEX- 2

TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial

Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,

Detailed Specifications and the required supporting documents along with our Technical Bid as per

tender eligibility criteria.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 3

Page 66: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 65 of 238

Bidder Signature & Stamp

FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal

for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have

attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along

with our Financial Bid.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 4

QOUTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with

Financial Proposal in individually sealed envelope for each item in a single main sealed

envelope for all items.

Bidders are required to fill this form for the items they wish to quote as per detailed

specification of items mentioned in Technical specification of Contract.

Page 67: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 66 of 238

Bidder Signature & Stamp

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr.

No

Type of

Biomedical Gas

Size of

Cylinder

Weight Pressur

e

Specification Quoted

Price

01 Oxygen Gas MM 6.80 cm3

2000 Psi

Oxygen Purity

99.5% (Min)

02 Oxygen Gas MF 1.70 cm3

2000 Psi

Moisture

< 67 vpm

03 Nitrous Oxide Gas XM 16200

Litter (30

kg)

Carbon

Dioxide

< 300 vpm

Carbon

Monoxide

< 5 vpm

Odour

None

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

ANNEX- 5

SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)

The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by

Procuring agency as per following schedule of requirements: -

Respective Consignee’s End:

ii. DHQ HOSPITAL BAHAWALNAGAR

Free delivery to Consignee’s end (DDP) basis.

Page 68: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 67 of 238

Bidder Signature & Stamp

Supply schedule

Delivery of

Quantity without Penalty

(X)

Grace Period (Y)

Immediately after Receiving of

Purchase Order.

02 Days 01Days

With penalty @0.067% per day.

After Completion of due delivery period specified against

each installment penalty (0.067% per day) shall be imposed

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 6

PERFORMANCE GUARANTEE

To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract

No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a

Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for

compliance with the Supplier’s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to

a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument,

any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove

or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 201___

Page 69: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 68 of 238

Bidder Signature & Stamp

Signature and Seal of the Guarantors/ Bank

Address

Date

ANNEX- 7

PAYMENT SCHEDULE

ii. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably

be central;

c. against satisfactory performance and upon submission of required documents and in accordance with the

procedure mentioned in Rule 64 and other relevant rules of PPR-2014.

d. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government

dues (if any) including Professional Tax

iii. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the

receipt of complete supply as per schedule mentioned in schedule of requirement within due time.

Page 70: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 69 of 238

Bidder Signature & Stamp

ANNEX- 8

CONTRACT FORM AGREEMENT

THIS CONTRACT is made at on day of 201__, between

the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as

“Party” and collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)

being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to

supply the required item (s); and

Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;

Item

No. Item Name

Approved

Specifications

Unit Price in PKR

(As per contract) Quantity

Total Cost

(PKR)

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

2. The Contract: The following documents shall be deemed to form and be read and construed as

integral part of this Contract , viz:-

a. This Contract Form

b. The Schedule of Requirements Annex- A

c. Special Conditions of Contract & the Technical Specifications Annex- B

d. Original Price Schedule along with unsolicited discount offered by the firm (if any)

submitted by the Bidder. Annex- C

e. The Notification of Award (AAT) Annex- D

f. Purchase Order Annex-E

g. Payment Schedule Annex-F

h. The General Conditions of Contract Annex-G

i. Performance Guarantee/Security Annex-H

j. The bidding document of Procuring Agency Annex-J

Page 71: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 70 of 238

Bidder Signature & Stamp

2. Interpretation: In this Contract words and expressions shall have the same meanings as are

respectively assigned to them in the General Conditions of this Contract hereinafter referred to as

“Contract”: 12. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless

amended by mutual consent.

13. The Supplier declares as under:

i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,

interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or

agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business

practice.

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or

other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly

declared pursuant hereto.

iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all

persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall

not take any action to circumvent the above declaration, representation or warranty.

iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any Contract, right, interest, privilege 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.

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to

indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and

further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or

inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever

form from Procuring Agency.

vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken

and/or award made by the sole arbitrator shall be final and binding on the Parties.

14. Items to be Supplied & Agreed Unit Cost:

(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the

Price Schedule Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical

Specification (Annex B) prescribed by the Purchaser against each item

(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with

transportation and other agreed incidental costs.

15. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the Goods and Services, as specified in the Schedule of Requirements and Technical

Specification in accordance with the Price Schedule submitted by the Supplier, the amount against

the delivered items or such other sum as may become payable under the provisions of this Contract

at the time and in the manner prescribed by this Contract.

16. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued

in the name of [supplier’s name].

Page 72: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 71 of 238

Bidder Signature & Stamp

17. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed

Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of

documentary and codal formalities highlighted in the Payment Schedule at Annex F.

18. Performance Guarantee/Security:

(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a

Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total

Contract amount having validity of one year from its date of issuance from any scheduled bank on

the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be

released to the Supplier upon successful completion of the Contract.

(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &

blacklisting of firm.

19. Penalties/ Liquidated Damages

(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time

frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall

stand cancelled.

(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance

Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.

(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount

of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted

minimum for two years for future participation.

(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent

contract/purchase order.

(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance

of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered

supply shall be imposed upon the Supplier.

20. Notices: All notices and correspondences incidental to this contract shall be in English

language and shall be addressed to:

For the Purchaser:___________

For the Supplier:_____________

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the

place) and shall enter into force on the day, month and year first above mentioned.

Page 73: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 72 of 238

Bidder Signature & Stamp

Signed/ Sealed: For The Manufacturer/

Authorized Agent.

Sealed & Signed on behalf of Purchaser

Witnesses-1 on behalf of the Contractor

Witnesses-1 on behalf of the Purchaser

Witnesses-2 on behalf of the Contractor

CC:-

4. ---------------------------------------

5. ---------------------------------------

6. ---------------------------------------

Witnesses-2 on behalf of the Purchaser

ANNEX- 9

AFFIDAVIT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly state that: 11) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

12) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.

13) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.

14) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.

15) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.

16) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related

to this bid or award or contract.

17) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

18) That the prices offered are not more than trade price.

19)

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

Page 74: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 73 of 238

Bidder Signature & Stamp

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 10

INTEGRITY PACT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

ANNEX- 11

AFFIDAVIT FOR PRICE RESPONSIBILTY (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

Page 75: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 74 of 238

Bidder Signature & Stamp

I/We, the undersigned solemnly declare that: 4) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

5) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other

institutes during same fiscal year.

6) That if our offered prices found higher than offered prices of our firm against prescribed items in other served

institutions, we shall remain bound for recovery of high price difference on our firm.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 12

AFFIDAVIT FOR NON BLACKLISTING (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 6) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

7) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active filer in terms of both

income tax and sales tax.

8) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation

(both income tax and GST) and in terms of violation of any contract with any Public or semi public institute.

9) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in

lieu of Income Tax & Sales Tax.

10) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or

may terminate our contract during the contract period

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Page 76: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 75 of 238

Bidder Signature & Stamp

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 13

CYLINDER FITNESS CERTIFICATE (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON JUDICIAL PAPER OF RS.100)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir,

I________________________s/o________________bearing CNIN No.______________

R/O___________________________on behalf of M/S_________________________________

Hereby declare that on the behalf of firm i/we shall ensure the cylinders provided to DHQ Hospital

Bahawalnagar shall meet the fitness criteria of PCSIR, and shall be responsible for any loss incurred due

to mal fitness of cylinders.

We further declare that we shall ensure time to time checking of fitness of cylinders and shall ensure

repair/replacement of cylinders (if needed) at our own cost.

We further declare that biomedical gases shall be provided in accordance to standards of PPRA, and we

shall be responsible for any loss arising out of substandard supply.

Yours sincerely,

Page 77: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 76 of 238

Bidder Signature & Stamp

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 14

CHECK LIST The bidder must attach this list along with the Bid

Packing of the Bid

S.No Description Yes/No

01 Bid submitted in 2 envelopes

02 Technical Proposal Envelop A

03 Financial Proposal Envelop B

04 Both envelops packed in single larger envelop

SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, must number all the pages of supporting

documents, provide the page information and arrange the documents in the following order:

Envelope A: Enclosures of Technical Proposal Attached

(Yes/No)

Page No.

1 Check List

2 Covering Letter/Letter of intention

3 Original receipt for purchase of tender and Signed

Bidding Document copy of the Tender

4 Bid Security 2% of total estimated cost in the favor of

Medical Superintendent DHQ Hospital Bahawalnagar,

should attached with financial bid & photocopy of the

same attached with

Technical bid as demanded in bidding document.

5 Company Profile

6 Copy of CNIC of Proprietor

7 National Tax Number and General Sale Tax number

certificate.

8 Schedule of requirements

9 Partnership Deed on stamp paper(In case of non-

manufacturer)

10 Empty cylinder stock deed on stamp paper(In case of

non-manufacturer)

11 Price Responsibility Affidavit

Page 78: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 77 of 238

Bidder Signature & Stamp

12 Non Blacklisting Affidavit

13 Bidders Undertaking/Affidavit

14 Integrity Pact Affidavit

15 Cylinder Fitness Certificate

Note: All the above documents and any other supporting document must be page number & must

be mentioned in the column specified for the purpose.

*Technical Evaluation Committee can call any firm owner/representative participating in the

tender process for the verification of the documented evidence attached with the technical proposal

by the firm.

Total Number of pages attached with the Technical Bid __________Pages

16 Tender Document duly signed and

stamped each page by the bidder must

be attached at the end of the Technical

Bid but numbering is not required for

this document.

17 Bank Statement of Firm’s bank

Account

Envelope B : Enclosures of Financial

Proposal

Attached(Yes/No) Page No

18 Financial Proposal Covering Letter

19 Quoted Price Schedule Rates Form duly

filled, signed and stamped by the bidder

20 Bid Security in shape of CDR

Note:

I. Failure to provide any of the above documents will result in rejection of bid.

II. No reminder or letter will be issued for any missing document.

Page 79: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 78 of 238

Bidder Signature & Stamp

(DHQ HOSPITAL BAHAWALNAGAR)

Page 80: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 79 of 238

Bidder Signature & Stamp

TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.

1 INVITATION FOR BIDS/ADVERTISEMENT 2

2 SPECIAL TERMS & CONDITIONS 5

3 GENERAL TERMS & CONDITIONS 6

4 REJECTION OF BIDS 6

5 ACCEPTANCE OF BIDS 7

6 PERFORMANCE GUARANTEE 7

7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7

8 NO OFFER WILL BE CONSIDERED IF IT 7

9 INSPECTION AND TEST/ANALYSIS 7

10 DELIVERY AND PAYMENT 8

11 GENERAL CONDITIONS 9

12 TECHNICAL SPECIFICATION OF THE CONTRACT 19

13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 23

14 FINANCIAL EVALUATION 24

15 ANNEX-1 (LETTER OF INTENTION) 25

16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 26

17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 27

18 ANNEX-4 (QOUTATION PRICE SCHEDULE) 28

19 ANNEX-5 (SCHEDULE OF REQUIREMENTS) 31

19 ANNEX-6 (PERFORMANCE GUARANTEE FORM) 32

20 ANNEX-7 (PAYMENT SCHEDULE) 33

21 ANNEX-8 (CONTRACT FORM) 34

22 ANNEX-9 ((BIDDER’S UNDERTAKING ON THE STAMP PAPER) 38

23 ANNEX-10 (INTEGRITY PACT) 39

24 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 40

25 ANNEX-12(NON BLACKLISTING AFFIDAVIT) 41

26 ANNEX-13 (CHECK LIST) 42

INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &

SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,

STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.

Page 81: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 80 of 238

Bidder Signature & Stamp

The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole

agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02

to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /

Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and

Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary

Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood

Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.

S# NAME OF TENDER BID SECURITY

(2% of Estimated

Cost )

LAST

DATE&

TIME OF

SALE OF

TENDER

LAST DATE

& TIME

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF

TENDER

01 Framework Contract of

LP Medicine (Day to

Day) & LP Bulk

,Surgical Disposable &

Dialysis’s Medicine

2% of Estimated

Cost (Rs.

30,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

02 Framework Contract for

Bio Medical Gases

2% of Estimated

Cost (Rs. 8,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

03 Framework Contract for

Stationary & Printing

Items

2% of Estimated

Cost (Rs.

10,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

04 Framework contract for

General Store items i.e.

(Electric Store/Street

Lights items, General

items, Waste

Management items,

Sanitary items)

2% of Estimated

Cost (Rs.

16,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

05 Framework Contract of

Laboratory Kit &

Chemicals etc.

2% of Estimated

Cost (Rs. 5,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

06 X-Ray Films and

Chemicals

2% of Estimated

Cost (Rs. 7,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

27. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer

under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their

letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each

set of bidding documents & detailed specifications.

28. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last

Date as mentioned in the advertisement during office hours. However, a copy of the bidding

documents is also available for information only on the websites of PPRA

(www.ppra.punjab.gov.pk until the closing date for the submission of bids.

29. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received

till the stipulated date & time shall be opened on the same day in the presence of the bidders or their

authorized representatives (who choose to attend) by the purchase committee. Bid Security of the

Page 82: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 81 of 238

Bidder Signature & Stamp

2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit

from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same

should be attached with technical proposal otherwise bid will be rejected. Bids shall not be

entertained after the mentioned date and time.

30. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as

“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.

Financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

31. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)

32. The bidding documents duly signed by the Medical Superintendent DHQ Hospital

Bahawalnagar will be accepted.

33. All bids should be submitted in tape binding. All documents should contain proper page

marking, attached in sequence as indicated for evaluation in the bidding documents along with

signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

34. In case the date of opening or last date of sale is declared as a public holiday by the government or

non-working day due to any reason, the next official working day shall be deemed to be the date of

sale and submission and opening of tenders accordingly. The time and venue shall remain the same.

35. The bidders are requested to give their lowest and best prices with their bids.

36. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and

original receipt of purchase tender to be attached with the technical bids.

37. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or

proposal. The procuring agency shall upon request may communicate to any bidder, the grounds

for its rejection of all bids of proposal, but shall not be required to justify those grounds.

38. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration

certificate must be provided.

39. For obtaining any further information, list of items or clarification, please contact the person named

below.

(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)

(Dr. Muhammad Aslam Tahir)

Medical Superintendent

DHQ Hospital Bahawalnagar.

Page 83: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 82 of 238

Bidder Signature & Stamp

SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background

and registered with NTN and sales tax for the purchase of Stationary & Printing items for the financial

year 2019-20 involved in running institutional business/distribution/manufacturing or production of

Stationary & Printing items. Tender should be sent in the name of Medical Superintendent DHQ Hospital

Bahawalnagar along with the following documents.

KNOCKOUT CLAUSES OF TENDER Sr.

No.

Parameters YES/NO Page No

01. Original Receipt for purchase of tender and signed copy of bidding

document

02. Copy of proprietor’s CNIC.

03. Bid Security 2% of total estimated cost in the favor of Medical

Superintendent DHQ Hospital Bahawalnagar, should be attached with

financial bid & photocopy of the same attached with technical proposal.

Technical bid as demanded in bidding document.

04 National tax number & General Sales Tax Number Certificate (Attested

Copies)

05 All bids should be submitted in tape binding. All

documents should contain proper page marking, attached in sequence as

indicated for evaluation in the bidding documents and signatures of

authorized person. Moreover, signing and stamping on each page of

bidding documents/form is mandatory.

06 Price Responsibility Certificate: The Bidder must submit an affidavit

on judicial paper of Rs. 100 that they have not supplied these items at

lower rate than the price quoted in the tender to any other Govt. Institute

in current financial year

Page 84: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 83 of 238

Bidder Signature & Stamp

07 Undertaking regarding the firm never black listed, uninterrupted supply

of items on the legal stamp paper of Rs. 100/- Person having registered more

than one companies with FBR must ensure that none of his company is been ever

blacklisted by the FBR, in lieu of Income Tax & Sales Tax.

08 Undertaking with the version that the bidder understands and agrees to

all terms and conditions of bidding document, shall abide by all rules,

regulations, and all general and special clauses of this bidding document

and all information given by bidder in the bidding document is correct to

the best of my knowledge on the legal stamp paper of Rs.100.

09 Bidder should be authorized partner/distributor of a well reputed printing

press recognized by provincial/federal Govt body (in case the bidder

itself is not the owner of printing press,). Partnership or distribution deed

should be signed by the Bidder and owner on judicial stamp paper of

Rs.100. This deed must be attested by notary public.(This clause shall

only be valid for those bidders who intend to participate in quotation of

printing items only, whereas for stationary items, this clause shall be

excluded)

GENERAL TERMS & CONDITIONS

67. All the procurement procedures will be done strictly in accordance with the PPRA Rules

(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The

envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.

68. The envelope must also clearly show the bid title and bidder’s name and address. Failure to

comply with this requirement may result in rejection of the bid and the committee decision in this

regard shall be final. Bids submitted after the prescribed time shall not be entertained.

69. Only Technical Proposal will be opened by the tender opening committee. The financial proposal

will be opened by tender opening committee of responsive/technically successful bidders later on

the declared time place & date. Financial proposal of the non-responsive/ technically unsuccessful

bidders will be returned as such to them on that date without opening their financial offers as per

PPRA Rules 2014 (amended till to date).

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

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

72. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed will not

be entertained.

73. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as non-

responsive. Extendable equal to the period of the original bid validity.

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

75. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital

Bahawalnagar

Page 85: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 84 of 238

Bidder Signature & Stamp

76. The validity of the contract will be till 30-06-2020, extendable for three (03) months if needed.

77. The supplier/tenderer’s background should be financially sound based on authentic bank

statement.

78. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at

all times strictly in accordance with the provision of law and regulations as prescribed by PPRA

(amended till date) and will be responsible for the quality/quantity of items supplied by him/her.

79. The supplier/tenderer should ensure the availability of wide range of items. No alternate shall be

acceptable.

In case of default, the administration may take appropriate action including fine to be decided

by the administration.

80. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids has been

submitted however the procuring agency may seek and accept clarification to the bid that do not

change the substance of the bid.

81. Limitation on Negotiations: There shall be no negotiation with the bidder. 82. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

83. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law, rules

regulations or policy of the Government of Punjab, shall be awarded the procurement award.

84. Performance Guarantee: The successful bidder shall furnish performance security 05% of total

estimated cost in addition to bid security already deposited by the firm. The performance security

shall be deposited in the shape of cash deposit receipt.

85. Qualification of suppliers and Contractors: The procuring agency, at any stage of the

procurement proceeding, may require the suppliers or contractors to provide information

concerning their professional, technical, financial, legal or managerial competence whether already

prequalified or not.

86. No Offer will Be Considered if:

• It is submitted without call deposit by the registered firm in the name of Medical Superintendent

DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.

• It is unsigned.

• It is ambiguous.

• It is not written on the firm’s letter head.

• It is over written.

• It is conditional.

• It is given by the black listed, suspended and removed firm from the approval list of the Health

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

Government.

• It is received with a validity period shorter than 30 June 2020.

• Does not confirm to the general conditions of the tender.

• It is received without earnest money as specified in the tender.

• Bidding document are not attached with bids.

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

88. Successful bidder is bound to supply the quantities of all the desired brands.

89. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if

not found as per specification as required of the demand. In case of non-supply the same will be

purchased from the local market and the amount will be recovered from the contractor, if supplier

Page 86: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 85 of 238

Bidder Signature & Stamp

showed non-compliance of terms and conditions, Procuring Agency will cancel the contract

at any time without giving any advance notice.

90. In case of any dispute the decision of the Medical superintendent DHQ Hospital Bahawalnagar will

be final.

91. The Supplier will be responsible to mentions details of items in the bill like Generic Name of item,

Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.

92. In Case of non-supply of any item within stipulated period as per contract, risk purchase may be

done from any other reputable institute and difference shall be deducted from the performance

guarantee of contractor.

93. The firm will be fully responsible to supply the store as per requirement of DDO as per supply

order. 94. Warranty of stationary and printing items supplied as per tender specification of Quality & Quantity

(Comprehensive).

95. The required stationary and printing items will be supplied on required Quality & Quantity as per the specification of

tender.

96. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt

of such notice, the supplier shall replace the items within Seven (7) days, inclusive of, where applicable, the cost of

inland delivery

97. Delivery and Payment

XVI. The order for purchase of stationary and printing items shall be placed through Medical

Superintendent DHQ Hospital Bahawalnagar.

XVII. The authorized committee members/Storekeeper/Logistic Officer shall verify the bills as per

prescribed mechanism of hospital.

XVIII. In case delayed supply the risk purchase should be made from the security deposit of contractor. In

case of constant default the process of risk purchase should be repeated and tenders may be re-

called for fresh competition.

XIX. The contractor will submit the bills on monthly basis for payment.

XX. The contractor will provide an authentic price list of items if and when required for verification of

bills.

XXI. In case, contractor charges excess rates the difference will be recovered from contractor either from

his bills or security.

XXII. All applicable taxes shall be deducted as per prescribed rules (affidavit required).

Page 87: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 86 of 238

Bidder Signature & Stamp

GENERAL CONDITIONS

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

indicated:

(a) “The Contract” means the agreement entered into between

the Purchaser and the Supplier, as recorded in the

Agreement signed by the Parties, including all attachments

and appendices thereto and all documents incorporated by

reference therein.

(b) “The Contract Price” means the price payable to the

Supplier under the Contract for the full and proper

performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier

is required to supply to the Purchaser under the Contract.

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

of above goods, such as printing of special instructions on

the label and packing, design and logo of the Government

of Punjab, transportation of goods up to the desired

destinations and other such obligations of the Supplier

covered under the Contract.

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

contained in this section.

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

(g) “The Purchaser” means the Government of Punjab, , itself

and Director General Health Services Punjab, Program

Managers/Project Director of Vertical Programs, all

Page 88: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 87 of 238

Bidder Signature & Stamp

EDOs (Health) & Medical Superintendents working under

.

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

goods under this Contract.

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are

not superseded by provisions of other parts of the Contract.

3. Source of

Import

3.1 All goods and related services to be supplied under the contract

that are required to be imported in Pakistan shall have their origin

in eligible source countries as prescribed by the commercial

policies of the Federal Government of Pakistan and all

expenditures made under the contract shall be limited to such

goods and services.

3.2 For purposes of this clause, “origin” means the place where the

goods are produced, or the place from which the related services

are supplied. Goods are produced when, through manufacturing

or processing.

4. Standards 4.1

4.2

4.3

4.4

The goods supplied under this Contract shall conform to the

standards mentioned in the Technical Specifications.

In consideration of the payments to be made by the Purchaser to

the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the Goods and Services

and to remedy defects therein in conformity in all respects with

the provisions of this Contract.

If the Supplier provide substandard item and fail to provide the

fresh supply, the payment of risk purchase (which will be

purchased by the Purchaser) the price difference shall be paid by

the Supplier.

In case of supply of substandard product the cost associated with

disposal/destruction or associated handling shall be borne by the

Supplier i.e., removal from purchaser’s premises, burning,

dumping, or incineration.

5. Use of Contract

Documents and

Information.

5.1

5.2

The Supplier shall not, without the Purchaser’s prior written

consent, disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information

furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the

Supplier in the performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall

extend only so far as may be necessary for purposes of such

performance.

The Supplier shall not, without the Purchaser’s prior written

consent, make use of any document or information enumerated

in GCC Clause 5.1 except for purposes of performing the

Contract.

Page 89: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 88 of 238

Bidder Signature & Stamp

5.3

5.4

Any document, other than the Contract itself, enumerated in GCC

Clause 5.1 shall remain the property of the Purchaser and shall

be returned (all copies) to the Purchaser on completion of the

Supplier’s performance under the Contract if so required by the

Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier’s

accounts and records relating to the performance of the Supplier.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

country.

7. Submission of

Samples

7.1 Before commencing supplies, the Supplier shall provide samples

free of cost, if and as specified in the Schedule of Requirements

of the product to the designated office or staff, as the case may

be.

8. Ensuring storage

arrangements

8.1 To ensure storage arrangements for the intended supplies, the

Supplier shall inform the Purchaser at least 0ne (01) week in

advance. However, in case no space is available at the

Purchaser’s premises at the time of supply, the Purchaser shall,

at least 02 days prior to such situation, shall inform the Supplier,

in writing, of the possible time frame of availability of space by

which the supplies can be made. In case the Supplier abides by

the given time frame it shall not be penalized for delay.

9. Inspections and

Tests

9.1 The Purchaser or its representative shall have the right to inspect

and / or to test the goods in accordance with the procedure given

in the SCC to confirm their conformity to the Contract

specifications at no extra cost to the Purchaser.

9.2 All costs associated with testing shall be borne by the Supplier.

9.3

The Purchaser’s right to inspect, test and, where necessary, reject

the goods after the goods either at Supplier’s premises or upon

arrival at Purchaser’s destinations shall in no way be limited or

waived by reason of the goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to

the goods delivery from the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier

from any warranty or other obligations under this Contract.

10. Delivery and

Documents

10.1

10.2

The Supplier in accordance with the terms and manner specified

in the Schedule of Requirements shall make delivery of the

goods.

The Supplier shall furnish all necessary documentation necessary

for completion of the delivery, at the time of delivery and in the

manner prescribed.

Page 90: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 89 of 238

Bidder Signature & Stamp

10.3 The goods supplied under the Contract shall be delivered on free

delivery of consignee’s end basis under which risk is transferred

to the buyer after the Goods having been delivered;

11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the

Goods subject to the contract.

12.Transportation 12.1

12.2

The Supplier shall arrange such transportation of the goods as is

required to prevent their damage or deterioration during transit to

their final destination and in accordance with the terms and

manner prescribed in the Schedule of Requirement/bidding

document.

All costs associated with the transportation of the goods subject

to this contract shall be borne by the Supplier.

13. Incidental

Services

13.1

The Supplier shall be required to provide the incidental services

as specified in the SCC and the cost of which is included in the

total bid price.

14. Warranty 14.1

14.2

All goods subject to this contract shall be accompanied by the

necessary warranty in the manner prescribed in the SCC.

The Purchaser shall promptly notify the Supplier in writing of

any claims arising under this warranty.

15. Payment 15.1

15.2

The purchaser shall make payments to the Supplier in accordance

with the conditions set forth in the Payment Schedule agreed and

annexed to this contract.

The currency of payment shall be Pakistan Rupees.

16. Prices 16.1 Prices charged by the Supplier for goods delivered under the

Contract shall not vary from the prices quoted by the Supplier in

its bid and shall remain the same till the expiry of the contract

unless the Parties to this contract mutually agree to vary the

prices.

17. Contract

Amendments

17.1 No variation in or modification of the terms of the Contract shall

be made except by written amendment signed by the Parties.

18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations

to perform under this Contract, except with the Purchaser’s prior

written consent.

19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award

subcontracts under this Contract.

Page 91: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 90 of 238

Bidder Signature & Stamp

20. Delays in the

Supplier’s

Performance

20.1

20.2

20.3

Delivery of the goods shall be made by the Supplier in

accordance with the time schedule prescribed by the Purchaser in

the Schedule of Requirements.

If at any time during performance of the Contract, the Supplier

encounters conditions impeding timely delivery of the goods, the

Supplier shall promptly notify the Purchaser in writing of the fact

of the delay, its likely duration and its cause(s). As soon as

practicable after receipt of the Supplier’s notice, the Purchaser

shall evaluate the situation and may at its discretion extend the

Supplier’s time for performance, with liquidated damages, in

which case the extension shall be ratified by the Parties by an

amendment to the Contract.

Except as provided under GCC Clause 20, a delay by the Supplier

in the performance of its delivery obligations shall render the

Supplier liable to the imposition of liquidated damages as

prescribed in the SCC, unless the parties to this contract mutually

agree for extension of time.

21. Termination for

Default

21.1 The Purchaser, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of

the goods within the period(s) specified in the signed

contract, and subsequent contract/Purchase order or

within any extension thereof granted by the Purchaser

pursuant to GCC Clause 20; or

(b) if the Supplier fails to perform any other obligation(s)

under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has

engaged in corrupt or fraudulent practices in competing

for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent

practices means:

“the offering, giving, receiving, or soliciting of anything

of value to influence the action of a public official or the

contractor in the procurement process or in contract

execution to the detriment of the procuring agency; or

misrepresentation of facts in order to influence a

procurement process or the execution of a contract,

collusive practices among bidders (prior to or after bid

submission) designed to establish bid prices at artificial,

non-competitive levels and to deprive the procuring

agency of the benefits of free and open competition and

any request for, or solicitation of anything of value by

any public official in the course of the exercise of his

duty; it may include any of the following practices:

Page 92: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 91 of 238

Bidder Signature & Stamp

(i) coercive practice by impairing or harming, or

threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence the actions

of a party to achieve a wrongful gain or to cause a

wrongful loss to another party;

(ii) collusive practice by arrangement between two or

more parties to the procurement process or contract

execution, designed to achieve with or without the

knowledge of the procuring agency to establish prices at

artificial, noncompetitive levels for any wrongful gain;

(iii) corrupt practice by offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence the acts of another party for wrongful gain;

(iv) fraudulent practice by any act or omission, including

a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

(v) obstructive practice by harming or threatening to

harm, directly or indirectly, persons or their property to

influence their participation in a procurement process,

or affect the execution of a contract or deliberately

destroying, falsifying, altering or concealing of evidence

material to the investigation or making false statements

before investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing

or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or

from pursuing the investigation, or acts intended to

materially impede the exercise of inspection and audit

rights;

Corrupt or

Fraudulent

Practices and

Mechanism to

Debar/Blacklist

the Defaulted

Bidder.

21.2 The following are the events which would lead to initiate under

Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xix. Submission of false fabricated / forged documents for

procurement in tender.

xx. Not attaining required quality of work.

xxi. Inordinate tardiness in accomplishment of assigned/agreed

responsibilities / contractual obligations resulting loss to

procuring agency / Government.

xxii. Non execution of work as per terms & condition of contract.

xxiii. Any unethical or unlawful professional or business behavior

detrimental to good conduct and integrity of the public

procurement process.

xxiv. Involvement in any sort of tender fixing.

xxv. Persistent and intentional violation of important conditions of

contract

xxvi. Non-adherence to quality specification despite being

importunately pointed out.

Page 93: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 92 of 238

Bidder Signature & Stamp

xxvii. Security consideration of the State i.e., any action that

jeopardizes the security of the State or good repute of the

procuring agency.

PROCEDURE: As per Rule-21 of the Punjab Procurement

Rules 2014.

22. Force Majeure 22.1

22.2

22.3

Notwithstanding the provisions of GCC Clauses 20 and 21, the

Supplier shall not be liable for forfeiture of its Performance

Guaranty, or termination/ blacklisting for default if and to the

extent that it’s delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force

Majeure. For the purposes of this clause Force Majeure means an

act of God or an event beyond the control of the Supplier and not

involving the Supplier’s fault or negligence directly or indirectly

purporting to mis-planning, mismanagement and/or lack of

foresight to handle the situation. Such events may include but are

not restricted to acts of the Purchaser in its sovereign capacity,

wars or revolutions, fires, floods, earthquakes, strikes, epidemics,

quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing with sufficient and valid evidence

of such condition and the cause thereof. The Purchaser shall

examine the merits of the case and all reasonable alternative

means for completion of the purchase order under the signed

contract and inform the Supplier of its findings promptly.

Unless Purchaser informs the Supplier in writing of its agreement

on the application of force majeure, the Supplier shall continue

to perform its obligations under the Contract as far as is

reasonably practical and shall seek reasonable alternative means

for performance not prevented by the Force Majeure event.

23. Termination

for Insolvency

23.1 The Purchaser may at any time terminate the Contract by giving

written notice of one month time to the Supplier if the Supplier

becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier,

provided that such termination shall not prejudice or affect any

right of action or remedy which has accrued or shall accrue

thereafter to the Parties.

24. Arbitration and

Resolution of

Disputes

24.1

24.2

The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the

Contract.

If, after thirty (30) days from the commencement of such

informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred to the Arbitrator for resolution

through arbitration.

Page 94: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 93 of 238

Bidder Signature & Stamp

29.

Blacklisting

Mechanism 29.1 The procuring agency may, on information received from any resource, issue

show cause notice to a bidder or contractor.

29.2 The show cause notice shall contain:

(a) Precise allegation, against the bidder or contractor;

(b) The maximum period for which the procuring agency proposes to debar

the bidder or contractor from participating in any public procurement of the

procuring agency; and

(c) The statement, if needed, about the intention of the procuring agency to

make a request to the Authority for debarring the bidder or contractor from

participating in public procurements of all the procuring agencies.

29.3 The procuring agency shall give minimum of seven days to bidder or

contractor for submission of written reply of the show cause notice.

29.4 In case, the bidder or contractor fails to submit written reply within the

requisite time, the procuring agency may issue notice for personal hearing

to the bidder or contractor/ authorize representative of the bidder or

contractor and the procuring agency shall decide the matter on the basis of

available record and personal hearing, if availed.

29.5 In case the bidder or contractor submits written reply of the

Show cause notice, the procuring agency may decide to file the matter or

direct issuance of a notice to the bidder or contractor for personal hearing.

29.6 The procuring agency shall give minimum of days to the bidder or contractor

for appearance before the specified officer of the procuring agency for

personal hearing.

29.7 The procuring agency shall decide the matter on the basis of the available

record and personal hearing of the bidder or

Contractor, if availed.

24.3 In case of any dispute concerning the interpretation and/or

application of this Contract shall be settled through arbitration

under the Arbitration Act of 1940 (As amended from time to

time).

25. Governing

Language

25.1 The Contract shall be written in English language. Subject to

GCC Clause 26, the version of the Contract written in the

specified language shall govern its interpretation. All

correspondence and other documents pertaining to the Contract,

which are exchanged by the Parties, shall be written in English.

26. Applicable

Law

26.1 This Contract shall be governed by the Laws of Pakistan and the

courts of Pakistan shall have exclusive jurisdiction.

27. Notices

28.Taxation

27.1

27.2

28.1

Any Notice given by one party to the other pursuant to this

Contract shall be sent to the other party in writing and on the

others address specified in SCC.

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

effective date, whichever is later.

All taxation, whether International, Federal, Provincial or Local,

shall be borne by the Supplier.

Page 95: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 94 of 238

Bidder Signature & Stamp

29.8 The procuring agency shall decide the matter within fifteen days from the date

of personal hearing unless the personal hearing is adjourned to a next date and

in such an eventuality, the period of personal hearing shall be reckoned from

the last date of personal hearing.

29.9 The procuring agency shall communicate to the bidder or

Contractor the order of debarring the bidder or contractor from participating

in any public procurement with a statement that the bidder or contractor may,

within thirty days, prefer a representation against the order before the

Managing Director of the Authority.

29.10The procuring agency shall, as soon as possible, communicate the order of

blacklisting to the Authority with the request to upload the information on its

website.

29.11 If the procuring agency wants the Authority to debar the bidder or contractor

from participating in any public procurement of all procuring agencies, the

procuring agency shall specify reasons for such dispensation.

29.12 The Authority shall immediately publish the information and

Decision of blacklisting on its website.

29.13 In case of request of a procuring agency under para 11 or

Representation of any aggrieved person under rule 21, the

Managing Director shall issue a notice for personal hearing to the parties and

call for record of proceedings of blacklisting. The parties may file written

statements and documents in support of their contentions.

29.14 In case of representation of any aggrieved person or procuring agency under

rule 21, the Chairperson shall issue a notice for personal hearing to the parties

and may call for the record of the proceedings. The parties may file written

statements and documents in support of their contentions.

29.15 In every order of blacklisting under rule 21, the procuring

Agency shall record reasons of blacklisting and also reasons for short, long

or medium period of blacklisting.

29.16 The Authority shall upload all the decisions under rule 21,

Available with it, on its website. But the name of a bidder or

Contractor shall immediately be removed from the list of

Blacklisted persons on expiry of period of blacklisting or order of the

competent authority to that effect, whichever is earlier?

29.17 An effort shall be made for electronic communication of all the notices and

other documents pursuant to this mechanism or process.

TECHNICAL SPECIFICATIONS OF THE CONTRACT

A). Product Specifications. (Printing Items)

(Detailed technical specifications, given in Award of Contract, will be followed)

Sr. No Item Name Specification Requirement

1 Investigation

Form

A5 Size 68 gm 100 Pages

Printing Required with Monogram of

P&SHCD in header and DHQ

Hospital Bahawalnagar in footer of

each page 2 Blood Form

A5 Size 68 gm 100 Pages

3 Admission Slips A4 Size 68 gm 100 Pages

Page 96: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 95 of 238

Bidder Signature & Stamp

4 Discharge Slips A4 Size 68 gm 100 Pages

(Black & White Color only, except

for item No.35 for which mono color

(blue) required.

Printing Required with Monogram of

P&SHCD in header and DHQ

Hospital Bahawalnagar in footer of

each page

(Black & White Color only, except

for item No.35 for which mono color

(blue) required.

5 Bio Chemistry

Form

A5 Size 68 gm 100 Pages

6 Hematology Form A5 Size 68 gm 100 Pages

7 Admission

Register

200 PAGES 68 gm

8 Indent Book 100 Pages 70 gm A4 Size

9 Consent Form A4 Size 68 gm 100 Pages

10 FR-13 L Expense

Register

300 PAGES A4 Size 68 gm

11 FR-14 Expense

Register

300 Pages A4 Size 68 gm

12 FR-12 Stock

Register

300 Pages A4 Size 68 gm

13 OT Register 300 Pages A4 Size 68 gm

14 CT Scan Form A5 Size 100 Pages 68 gm

15 Daily Citizen Feed

Back A4 Size 100 PAGES 68 GM

16 Death Register A4 size Carbon Copy 100 Pages

17 Referral Register A4 size Carbon Copy 100 Pages

18 Cross Match

Register A4 Size 200 Pages 68 gm

19 Donor Register A4 Size 200 Pages 68 gm

20 Daily Medicines

Register A4 size 200 pages 68 gm

21 Receipt Book A5 Size 100 Pages 70 gm

22 Medical Rape

Register A4 Size 200 Pages 70 gm

23 MLC Register Large Size 17*27 100 pages 68

gm

24 Outdoor register Large Size 17*27 200 pages 68

gm

25 Referral Form A4 Size 100 pages 68 gm

26 Hemodialysis

Form A4 Size 100 PAGES 68 GM

27 MSDS Stickers A5 Size (Glue Stickers)

28 Medical Allied

File

A4 Size (18 pages 80 gm) with

file card cover of 200-300 gm.

29 Surgical Allied

File

A4 Size (18 pages 80 gm) with

file card cover of 200-300 gm.

30 Peads Allied File A4 Size (18 pages 80 gm) with

file card cover of 200-300 gm.

Page 97: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 96 of 238

Bidder Signature & Stamp

31 Gynae C Section A4 Size (18 pages 80 gm) with

file card cover of 200-300 gm.

32 Dialysis File A4 Size (8 pages 80 gm) with

file card cover of 200-300 gm.

33 Consent/Willing

form A4 Size 100 pages carbon Copy

34 Emergency OPD

Slips

Both side Printing A4 Size 68

grm, 100 pages each pad.

35 COD Outdoor

Slips

Carbon Copy Pad (each Pad

consists on100 pages) Size 7.5

inch * 6 inch, Mono Color

(Blue)

36 File Cover Printed with Monogram of

P&SHCD and DHQ Hospital

Bahawalnagar

A). Product Specifications. (Stationary Items) Following stationary items would be required as per specification mentioned against each item.

Sr. No Items Name Made in (Local

/Important 1 White Page 17*27 Local 68 gm

2 Paper Rim A4 80 gm Copay Mate

3 Stapler 24/6 Dollar

4 Stapler Pin 24/6 Dollar

5 Common Pin Dollar

6 Blank Register 20 No

7 File Cover As per Sample

8 Stamp Pad Dollar

9 Calculator Citizen

10 Box File China

11 Board Markers Dollar

12 Pointer Black Dollar

13 Ball point Signature Blue

14 Red Pointer Dollar

15 Tags Small & Large Local

16 Pin opener Dollars

17 ECG Rolls 80*20

18 ECG Rolls 63*30

19 Envelope Large Size Local

20 Envelope A4 Size Local

21 Envelope Letter Size Local

22 Bin Card

23 Punch Machines Large Size Dollar

24 Binding Tape Local

25 Binding Sheet A4 Size China

Page 98: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 97 of 238

Bidder Signature & Stamp

26 Binding Sheet Legal Size China

27 Sharp Cutter Dollar

28 Stapler Large Heavy Duty Dollar

29 Stapler Pin Large Heavy Duty Dollar

30 Gum Stick Dollar

31 File Folder Local

32 X-Ray Envelope 14*12 Printed DHQ Hospital

Bahawalnagar 33 Highlighter Dollar

34 Scale Dollar

35 Permeant Color Marker Dollar

36 Led Pencil Dollar

37 Blue Ink Dollar

38 Pencil Sharpener Dollar

39 Dispatch Register Local

40 Carbon Dollar

41 Gel Ball point Uni Ball

42 Flag Tag (File Tag) Local

43 Notice Board Pin Local

b). Testing/Verification Procedures

v. The Inspection Committee will carry out detailed physical examination of stocks and can reject,

even if it is declared of standard quality, if found not according to the approved sample and other

technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier

will also be responsible to replace the unconsumed expired items without any further charges.

c) Transportation/Delivery Requirements vii. The Supplier shall arrange such transportation of the items as is required to prevent their damage

or deterioration during transit to their final destination and in accordance with the terms and manner

prescribed in the Schedule of Requirement.

viii. All costs associated with the transportation including loading/unloading of items and road taxes shall be borne by the

Supplier.

d) Integrity Pact

The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than

10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.

Page 99: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 98 of 238

Bidder Signature & Stamp

(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.

No Parameters Detail

Total

Marks Remarks

1 Past

Performance

Sales Revenue in terms of relevant

supply to Govt Institutes in last 2 years.

Sr.

No

Sales Revenue in

Millions

Score

1 1 Million 3

2 2 to 3 Million 6

3 3 to 4 Million 9

4 4 to 5 Million 12

5 5 and Above 15

15

Attested Purchase

orders/supply orders of

institutes be attached

2

Income tax &

sales tax

registration

1 Income tax registered 5

2 Sale tax registered 5

10

Authorized certificate issued

by the concerned Authority is

required.

3

Product

sample

(Where

Applicable/

Company

goodwill &

reputation

Goodwill will be examined as per

following parameters:

1 Excellent 10

2 V.Good 8

3 Good 5

4 Satisfactory 3

5 Poor 0

* Good means-- no criminal/financial

case pending against the company.

Never ever black listed.

10 Marks obtained/N/A

4 Financial

soundness

1 5-10 Million 10

2 10-20 Million 15

3 Above 20 Million 20

20 Bidders having less than 5

Million are ineligible.

5

Manufacturer‟s

Authorization

status of the

bidder for

Stationary

Store Items

1 Authorized

partner/distributor

5

2 Owner/Proprietor of

Printing Press

10

10

Partnership deed or affidavit

of ownership required on

Judicial paper

6

Company

profile with

details of

technical and

sales staff

1 Have up to 05 persons 10

2 Have more than 10

persons.

15

15 Technical Human Resources

and company profile.

Page 100: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 99 of 238

Bidder Signature & Stamp

7

Income Tax

& GST

returns

1 For One Year 10

2 For 2 years 15

3 More than 2 years 20

20 Last three years Income Tax

& GST returns

Total marks: 100

Qualifying marks: 50%

FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial

Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue

indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or their

authorized representatives shall be allowed to take part in the Financial Proposal(s).

ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended

2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of

duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to adjust

the same in the Financial Proposal.

ANNEX-1

LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)

Bid Ref No.

Date of the Opening of Bids

From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}

To: [Medical Superintendent, DHQ Hospital Bahawalnagar]

Page 101: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 100 of 238

Bidder Signature & Stamp

Dear Sir/Madam,

Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual

Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver

the Goods under the above-named Contract in full conformity with the said bidding documents and at the

rates/unit prices described in the price schedule or such other sums as may be determined in accordance

with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules

attached herewith and are made part of this bid.

We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the

Goods in accordance with the delivery schedule specified in the schedule of requirements.

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,

and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain

binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your written

acceptance of the bid and your notification of award, shall constitute a binding Contract between us.

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

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we

will strictly observe the laws against fraud and corruption in force in Pakistan.

Dated this [insert: number] day of [insert: month], [insert: year].

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 102: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 101 of 238

Bidder Signature & Stamp

ANNEX- 2

TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial

Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,

Detailed Specifications and the required supporting documents along with our Technical Bid as per

tender eligibility criteria.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 3

Page 103: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 102 of 238

Bidder Signature & Stamp

FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal

for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have

attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along with

our Financial Bid.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 4

QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with

Financial Proposal in individually sealed envelope for each item in a single main sealed

envelope for all items.

Page 104: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 103 of 238

Bidder Signature & Stamp

Bidders are required to fill this form for the items of printing they wish to quote as per

detailed specification of items mentioned in Technical specification of Contract.

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr. No Item Name

Quantity/

Unit

Price

without

Tax

GST/PST Price with

GST/PST

Total

Price with

GST/PST

1 Investigation Form

2 Blood Form

3 Admission Slips

4 Discharge Slips

5 Bio Chemistry Form

6 Hematology Form

7 Admission Register

8 Indent Book

9 Consent Form

10 FR-13 L Expense

Register

11 FR-14 Expense

Register

12 FR-12 Stock

Register

13 OT Register

14 CT Scan Form

15 Daily Citizen Feed

Back

16 Death Register

17 Referral Register

18 Cross Match

Register

19 Donor Register

20 Daily Medicines

Register

21 Receipt Book

22 Medical Rape

Register

23 MLC Register

24 Outdoor register

25 Referral Form

26 Hemodialysis Form

27 MSDS Stickers

28 Medical Allied File

29 Surgical Allied File

30 Peads Allied File

31 Gynae C Section

32 Dialysis File

Page 105: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 104 of 238

Bidder Signature & Stamp

33 Consent/Willing

form

34 Emergency OPD

Slips

35 COD Outdoor Slips

36 File Cover

User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with

Financial Proposal in individually sealed envelope for each item in a single main sealed

envelope for all items.

Bidders are required to fill this form for stationary items they wish to quote as per detailed

specification of items mentioned in Technical specification of Contract.

Sr. No Items Name

Quantity/

Unit

Price

without

Tax

GST/PST Price

with

GST/PST

Total

Price

with

GST/PST 1 White Page 17*27

2 Paper Rim A4 80

gm

3 Stapler 24/6

4 Stapler Pin 24/6

5 Common Pin

6 Blank Register

7 File Cover

8 Stamp Pad

9 Calculator

10 Box File

11 Board Markers

12 Pointer Black

13 Ball point

14 Red Pointer

15 Tags Small & Large

16 Pin opener

17 ECG Rolls

18 ECG Rolls

19 Envelope Large Size

20 Envelope A4 Size

21 Envelope Letter Size

22 Bin Card

23 Punch Machines

Large Size

24 Binding Tape

25 Binding Sheet A4

Size

26 Binding Sheet Legal

Size

27 Sharp Cutter

28 Stapler Large Heavy

Duty

29 Stapler Pin Large

Heavy Duty

30 Gum Stick

31 File Folder

Page 106: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 105 of 238

Bidder Signature & Stamp

32 X-Ray Envelope

14*12

33 Highlighter

34 Scale

35 Permeant Color

Marker

36 Led Pencil

37 Blue Ink

38 Pencil Sharpener

39 Dispatch Register

40 Carbon

41 Gel Ball point

42 Flag Tag (File Tag)

43 Notice Board Pin

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

ANNEX- 5

SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)

The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by

Procuring agency as per following schedule of requirements: -

Respective Consignee’s End:

iii. DHQ HOSPITAL BAHAWALNAGAR

Page 107: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 106 of 238

Bidder Signature & Stamp

Free delivery to Consignee’s end (DDP) basis.

Supply schedule

Delivery of

Quantity without Penalty

(X)

Grace Period (Y)

Immediately after Receiving of

Purchase Order.

07 Days 03Days

With penalty @0.067% per day.

After Completion of due delivery period specified against

each installment penalty (0.067% per day) shall be imposed

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 6

PERFORMANCE GUARANTEE

To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract

No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a

Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for

compliance with the Supplier’s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to

a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument,

any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove

or to show grounds or reasons for your demand or the sum specified therein.

Page 108: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 107 of 238

Bidder Signature & Stamp

This guarantee is valid until the____________ day of_________, 201___

Signature and Seal of the Guarantors/ Bank

Address

Date

ANNEX- 7

PAYMENT SCHEDULE

iii. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably

be central;

e. against satisfactory performance and upon submission of required documents and in accordance with the

procedure mentioned in Rule 64 and other relevant rules of PPR-2014.

f. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government

dues (if any) including Professional Tax

iv. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the

receipt of complete supply as per schedule mentioned in schedule of requirement within due time.

Page 109: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 108 of 238

Bidder Signature & Stamp

ANNEX- 8

CONTRACT FORM AGREEMENT

THIS CONTRACT is made at on day of 201__, between

the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as

“Party” and collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)

being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to

supply the required item (s); and

Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;

Item

No. Item Name

Approved

Specifications

Unit Price in PKR

(As per contract) Quantity

Total Cost

(PKR)

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

3. The Contract: The following documents shall be deemed to form and be read and construed as

integral part of this Contract , viz:-

a. This Contract Form

b. The Schedule of Requirements Annex- A

c. Special Conditions of Contract & the Technical Specifications Annex- B

d. Original Price Schedule along with unsolicited discount offered by the firm (if any)

submitted by the Bidder. Annex- C

e. The Notification of Award (AAT) Annex- D

f. Purchase Order Annex-E

g. Payment Schedule Annex-F

h. The General Conditions of Contract Annex-G

i. Performance Guarantee/Security Annex-H

Page 110: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 109 of 238

Bidder Signature & Stamp

j. The bidding document of Procuring Agency Annex-J

2. Interpretation: In this Contract words and expressions shall have the same meanings as are

respectively assigned to them in the General Conditions of this Contract hereinafter referred to as

“Contract”: 21. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless

amended by mutual consent.

22. The Supplier declares as under:

i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,

interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or

agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business

practice.

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or

other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly

declared pursuant hereto.

iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all

persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall

not take any action to circumvent the above declaration, representation or warranty.

iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any Contract, right, interest, privilege 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.

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to

indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and

further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or

inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever

form from Procuring Agency.

vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken

and/or award made by the sole arbitrator shall be final and binding on the Parties.

23. Items to be Supplied & Agreed Unit Cost:

(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the

Price Schedule Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical

Specification (Annex B) prescribed by the Purchaser against each item

(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with

transportation and other agreed incidental costs.

24. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the Goods and Services, as specified in the Schedule of Requirements and Technical

Specification in accordance with the Price Schedule submitted by the Supplier, the amount against

the delivered items or such other sum as may become payable under the provisions of this Contract

at the time and in the manner prescribed by this Contract.

Page 111: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 110 of 238

Bidder Signature & Stamp

25. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued

in the name of [supplier’s name].

26. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed

Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of

documentary and codal formalities highlighted in the Payment Schedule at Annex F.

27. Performance Guarantee/Security:

(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a

Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total

Contract amount having validity of one year from its date of issuance from any scheduled bank on

the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be

released to the Supplier upon successful completion of the Contract.

(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &

blacklisting of firm.

28. Penalties/ Liquidated Damages

(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time

frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall

stand cancelled.

(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance

Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.

(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount

of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted

minimum for two years for future participation.

(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent

contract/purchase order.

(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance

of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered

supply shall be imposed upon the Supplier.

29. Notices: All notices and correspondences incidental to this contract shall be in English

language and shall be addressed to:

For the Purchaser:___________

Page 112: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 111 of 238

Bidder Signature & Stamp

For the Supplier:_____________

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed: For The Manufacturer/

Authorized Agent.

Sealed & Signed on behalf of Purchaser

Witnesses-1 on behalf of the Contractor

Witnesses-1 on behalf of the Purchaser

Witnesses-2 on behalf of the Contractor

CC:-

7. ---------------------------------------

8. ---------------------------------------

9. ---------------------------------------

Witnesses-2 on behalf of the Purchaser

ANNEX- 9

AFFIDAVIT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly state that: 20) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

21) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.

22) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.

23) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.

24) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.

25) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related

to this bid or award or contract.

26) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

27) That the prices offered are not more than trade price.

Page 113: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 112 of 238

Bidder Signature & Stamp

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 10

INTEGRITY PACT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

Page 114: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 113 of 238

Bidder Signature & Stamp

ANNEX- 11

AFFIDAVIT FOR PRICE RESPONSIBILTY (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 7) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

8) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other

institutes during same fiscal year.

9) That if our offered prices found higher than offered prices of our firm against prescribed items in other served

institutions, we shall remain bound for recovery of high price difference on our firm.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 12

AFFIDAVIT FOR NON BLACKLISTING (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 11) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

12) That our firm and proprietor both are registered with FBR in lieu of NTN and GST, and are active filer in terms of both

income tax and sales tax.

Page 115: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 114 of 238

Bidder Signature & Stamp

13) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation

(both income tax and GST) and in terms of violation of any contract with any Public or semi public institute.

14) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in

lieu of Income Tax & Sales Tax.

15) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or

may terminate our contract during the contract period

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 13

CHECK LIST The bidder must attach this list along with the Bid

Packing of the Bid

S.No Description Yes/No

01 Bid submitted in 2 envelopes

02 Technical Proposal Envelop A

03 Financial Proposal Envelop B

04 Both envelops packed in single larger envelop

SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, must number all the pages of supporting

documents, provide the page information and arrange the documents in the following order:

Envelope A: Enclosures of Technical Proposal Attached

(Yes/No)

Page No.

1 Check List

2 Covering Letter/Letter of intention

3 Original receipt for purchase of tender and Signed

Bidding Document copy of the Tender

4 Bid Security 2% of total estimated cost in the favor of

Medical Superintendent DHQ Hospital Bahawalnagar,

Page 116: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 115 of 238

Bidder Signature & Stamp

should attached with financial bid & photocopy of the

same attached with

Technical bid as demanded in bidding document.

5 Company Profile

6 Copy of CNIC of Proprietor

7 National Tax Number and General Sale Tax number

certificate.

8 Schedule of requirements

9 Partnership Deed on stamp paper for evidence of

ownership or partnership with printing press)

10 Price Responsibility Affidavit

11 Non Blacklisting Affidavit

12 Bidders Undertaking/Affidavit

13 Integrity Pact Affidavit

Note: All the above documents and any other supporting document must be page number &

must be mentioned in the column specified for the purpose.

*Technical Evaluation Committee can call any firm owner/representative participating in the

tender process for the verification of the documented evidence attached with the technical

proposal by the firm.

Total Number of pages attached with the Technical Bid __________Pages

14 Tender Document duly signed and

stamped each page by the bidder must

be attached at the end of the Technical

Bid but numbering is not required for

this document.

15 Bank Statement of Firm’s bank

Account

Envelope B : Enclosures of Financial

Proposal

Attached(Yes/No) Page No

16 Financial Proposal Covering Letter

17 Quoted Price Schedule Rates Form

duly filled, signed and stamped by the

bidder

18 Bid Security in shape of CDR

Note:

I. Failure to provide any of the above documents will result in rejection of bid.

II. No reminder or letter will be issued for any missing document.

Page 117: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 116 of 238

Bidder Signature & Stamp

(DHQ HOSPITAL BAHAWALNAGAR)

Page 118: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 117 of 238

Bidder Signature & Stamp

TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.

1 INVITATION FOR BIDS/ADVERTISEMENT 2

2 SPECIAL TERMS & CONDITIONS 5

3 GENERAL TERMS & CONDITIONS 6

4 REJECTION OF BIDS 6

5 ACCEPTANCE OF BIDS 7

6 PERFORMANCE GUARANTEE 7

7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7

8 NO OFFER WILL BE CONSIDERED IF IT 7

9 INSPECTION AND TEST/ANALYSIS 7

10 DELIVERY AND PAYMENT 8

11 GENERAL CONDITIONS 9

12 TECHNICAL SPECIFICATION OF THE CONTRACT 19

13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 27

14 FINANCIAL EVALUATION 28

15 ANNEX-1 (LETTER OF INTENTION) 29

16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 30

17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 31

18 ANNEX-4 (QOUTATION PRICE SCHEDULE) 32

19 ANNEX-5 (SCHEDULE OF REQUIREMENTS) 40

19 ANNEX-6 (PERFORMANCE GUARANTEE FORM) 41

20 ANNEX-7 (PAYMENT SCHEDULE) 42

21 ANNEX-8 (CONTRACT FORM) 43

22 ANNEX-9 ((BIDDER’S UNDERTAKING ON THE STAMP PAPER) 47

23 ANNEX-10 (INTEGRITY PACT) 48

24 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 49

25 ANNEX-12(NON BLACKLISTING AFFIDAVIT) 50

26 ANNEX-13 (CHECK LIST) 51

INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &

SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,

STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.

Page 119: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 118 of 238

Bidder Signature & Stamp

The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole

agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02

to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /

Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and

Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary

Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood

Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.

S# NAME OF TENDER BID SECURITY

(2% of Estimated

Cost )

LAST

DATE&

TIME OF

SALE OF

TENDER

LAST DATE

& TIME

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF

TENDER

01 Framework Contract of

LP Medicine (Day to

Day) & LP Bulk

,Surgical Disposable &

Dialysis’s Medicine

2% of Estimated

Cost (Rs.

30,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

02 Framework Contract for

Bio Medical Gases

2% of Estimated

Cost (Rs. 8,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

03 Framework Contract for

Stationary & Printing

Items

2% of Estimated

Cost (Rs.

10,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

04 Framework contract for

General Store items i.e.

(Electric Store/Street

Lights items, General

items, Waste

Management items,

Sanitary items)

2% of Estimated

Cost (Rs.

16,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

05 Framework Contract of

Laboratory Kit &

Chemicals etc.

2% of Estimated

Cost (Rs. 5,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

06 X-Ray Films and

Chemicals

2% of Estimated

Cost (Rs. 7,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

40. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer

under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their

letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each

set of bidding documents & detailed specifications.

41. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last

Date as mentioned in the advertisement during office hours. However, a copy of the bidding

documents is also available for information only on the websites of PPRA

(www.ppra.punjab.gov.pk until the closing date for the submission of bids.

42. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received

till the stipulated date & time shall be opened on the same day in the presence of the bidders or their

authorized representatives (who choose to attend) by the purchase committee. Bid Security of the

Page 120: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 119 of 238

Bidder Signature & Stamp

2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit

from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same

should be attached with technical proposal otherwise bid will be rejected. Bids shall not be

entertained after the mentioned date and time.

43. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as

“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.

Financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

44. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)

45. The bidding documents duly signed by the Medical Superintendent DHQ Hospital

Bahawalnagar will be accepted.

46. All bids should be submitted in tape binding. All documents should contain proper page

marking, attached in sequence as indicated for evaluation in the bidding documents along with

signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

47. In case the date of opening or last date of sale is declared as a public holiday by the government or

non-working day due to any reason, the next official working day shall be deemed to be the date of

sale and submission and opening of tenders accordingly. The time and venue shall remain the same.

48. The bidders are requested to give their lowest and best prices with their bids.

49. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and

original receipt of purchase tender to be attached with the technical bids.

50. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or

proposal. The procuring agency shall upon request may communicate to any bidder, the grounds

for its rejection of all bids of proposal, but shall not be required to justify those grounds.

51. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration

certificate must be provided.

52. For obtaining any further information, list of items or clarification, please contact the person named

below.

(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)

(Dr. Muhammad Aslam Tahir)

Medical Superintendent

DHQ Hospital Bahawalnagar.

Page 121: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 120 of 238

Bidder Signature & Stamp

SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background

and registered with NTN and sales tax for the purchase of General items for the financial year 2019-20

involved in running institutional business/distribution/manufacturing or production of General items.

Tender should be sent in the name of Medical Superintendent DHQ Hospital Bahawalnagar along with the

following documents.

KNOCKOUT CLAUSES OF TENDER Sr.

No.

Parameters YES/N

O

Page No

01. Original Receipt for purchase of tender and signed copy of bidding document.

02. Copy of proprietor’s CNIC.

03. Bid Security 2% of total estimated cost in the favor of Medical Superintendent

DHQ Hospital Bahawalnagar, should be attached with financial bid &

photocopy of the same attached with technical proposal.

Technical bid as demanded in bidding document.

04 National tax number & General Sales Tax Number Certificate.

05 All bids should be submitted in tape binding. All

documents should contain proper page marking, attached in sequence as

indicated for evaluation in the bidding documents and signatures of authorized

person. Moreover, signing and stamping on each page of bidding

documents/form is mandatory.

Page 122: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 121 of 238

Bidder Signature & Stamp

06 Price Responsibility Certificate: The Bidder must submit an affidavit on

judicial paper of Rs. 100 that they have not supplied these items at lower rate

than the price quoted in the tender to any other Govt Institute in current

financial year

07 Undertaking regarding the firm never black listed, uninterrupted supply of

items on the legal stamp paper of Rs. 100/- Person having registered more than one

companies with FBR must ensure that none of his company is been ever blacklisted by the

FBR, in lieu of Income Tax & Sales Tax.

08

Undertaking with the version that the bidder understands and agrees to all terms

and conditions of bidding document, shall abide by all rules, regulations, and

all general and special clauses of this bidding document and all information

given by bidder in the bidding document is correct to the best of my knowledge

on the legal stamp paper of Rs.100.

GENERAL TERMS & CONDITIONS

98. All the procurement procedures will be done strictly in accordance with the PPRA Rules

(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The

envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.

99. The envelope must also clearly show the bid title and bidder’s name and address. Failure to

comply with this requirement may result in rejection of the bid and the committee decision in this

regard shall be final. Bids submitted after the prescribed time shall not be entertained.

100. Only Technical Proposal will be opened by the tender opening committee. The financial

proposal will be opened by tender opening committee of responsive/technically successful

bidders later on the declared time place & date. Financial proposal of the non-responsive/

technically unsuccessful bidders will be returned as such to them on that date without opening

their financial offers as per PPRA Rules 2014 (amended till to date).

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

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

103. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed

will not be entertained.

104. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as

non-responsive. Extendable equal to the period of the original bid validity.

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

Page 123: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 122 of 238

Bidder Signature & Stamp

106. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital

Bahawalnagar

107. The validity of the contract will be till 30-06-2020, extendable for three (03) months if

needed.

108. The supplier/tenderer’s background should be financially sound based on authentic bank

statement.

109. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at

all times strictly in accordance with the provision of law and regulations as prescribed by PPRA

(amended till date) and will be responsible for the quality/quantity of items supplied by him/her.

110. The supplier/tenderer should ensure the availability of wide range of items. No alternate

shall be acceptable.

In case of default, the administration may take appropriate action including fine to be decided

by the administration.

111. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids

has been submitted however the procuring agency may seek and accept clarification to the bid that

do not change the substance of the bid.

112.Limitation on Negotiations: There shall be no negotiation with the bidder. 113. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

114. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law,

rules regulations or policy of the Government of Punjab, shall be awarded the procurement award.

115. Performance Guarantee: The successful bidder shall furnish performance security 05%

of total estimated cost in addition to bid security already deposited by the firm. The performance

security shall be deposited in the shape of cash deposit receipt.

116. Qualification of suppliers and Contractors: The procuring agency, at any stage of the

procurement proceeding, may require the suppliers or contractors to provide information

concerning their professional, technical, financial, legal or managerial competence whether already

prequalified or not.

117. No Offer will Be Considered if:

• It is submitted without call deposit by the registered firm in the name of Medical Superintendent

DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.

• It is unsigned.

• It is ambiguous.

• It is not written on the firm’s letter head.

• It is over written.

• It is conditional.

• It is given by the black listed, suspended and removed firm from the approval list of the Health

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

Government.

• It is received with a validity period shorter than 30 June 2020.

• Does not confirm to the general conditions of the tender.

• It is received without earnest money as specified in the tender.

• Bidding document are not attached with bids.

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

119. Successful bidder is bound to supply the quantities of all the desired brands.

Page 124: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 123 of 238

Bidder Signature & Stamp

120. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if

not found as per specification as required of the demand. In case of non-supply the same will be

purchased from the local market and the amount will be recovered from the contractor, If supplier

showed non-compliance of terms and conditions, Procuring Agency will cancel the contract

at any time without giving any advance notice.

121. In case of any dispute the decision of the Medical superintendent DHQ Hospital

Bahawalnagar will be final.

122. The Supplier will be responsible to mentions details of items in the bill like Generic Name

of item, Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.

123. In Case of non-supply of any item within stipulated period as per contract, risk purchase

may be done from any other reputable institute and difference shall be deducted from the

performance guarantee of contractor.

124. The firm will be fully responsible to supply the store as per requirement of DDO as per

supply order. 125. Warranty of General items supplied as per tender specification Quality & Quantity (Comprehensive). Supplier shall

be bound to provide new items under warranty, warranty period shall be mention on bill by the supplier. During

inspection if any used and without warranty item is found, such consignment shall be considered rejected and may lead

to cancellation of contract.

126. The Medical Superintendent shall notify the supplier in writing for any claim under warranty. Upon receipt of such

notice, the supplier shall replace the items within Seven (7) days, inclusive of, where applicable, the cost of inland

delivery.

127. Delivery and Payment

XXIII. The order for purchase of General items shall be placed through Medical Superintendent DHQ

Hospital Bahawalnagar.

XXIV. The authorized committee members/Storekeeper/Logistic Officer shall verify the bills as per

prescribed mechanism of hospital.

XXV. In case of delayed supply the risk purchase should be made from the security deposit of contractor.

In case of constant default the process of risk purchase should be repeated and tenders may be re-

called for fresh competition.

XXVI. The contractor will submit the bills on monthly basis for payment. The contractor will provide an

authentic price list of items if and when required for verification of bills.

XXVII. In case, contractor charges excess rates the difference will be recovered from contractor either from

his bills or security.

XXVIII. All applicable taxes shall be deducted as per prescribed rules (affidavit required).

Page 125: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 124 of 238

Bidder Signature & Stamp

GENERAL CONDITIONS

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

indicated:

(a) “The Contract” means the agreement entered into between

the Purchaser and the Supplier, as recorded in the

Agreement signed by the Parties, including all attachments

and appendices thereto and all documents incorporated by

reference therein.

(b) “The Contract Price” means the price payable to the

Supplier under the Contract for the full and proper

performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier

is required to supply to the Purchaser under the Contract.

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

of above goods, such as printing of special instructions on

the label and packing, design and logo of the Government

of Punjab, transportation of goods up to the desired

destinations and other such obligations of the Supplier

covered under the Contract.

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

contained in this section.

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

Page 126: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 125 of 238

Bidder Signature & Stamp

(g) “The Purchaser” means the Government of Punjab, , itself

and Director General Health Services Punjab, Program

Managers/Project Director of Vertical Programs, all

EDOs (Health) & Medical Superintendents working under

.

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

goods under this Contract.

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are

not superseded by provisions of other parts of the Contract.

3. Source of

Import

3.1 All goods and related services to be supplied under the contract

that are required to be imported in Pakistan shall have their origin

in eligible source countries as prescribed by the commercial

policies of the Federal Government of Pakistan and all

expenditures made under the contract shall be limited to such

goods and services.

3.2 For purposes of this clause, “origin” means the place where the

goods are produced, or the place from which the related services

are supplied. Goods are produced when, through manufacturing

or processing.

4. Standards 4.1

4.2

4.3

4.4

The goods supplied under this Contract shall conform to the

standards mentioned in the Technical Specifications.

In consideration of the payments to be made by the Purchaser to

the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the Goods and Services

and to remedy defects therein in conformity in all respects with

the provisions of this Contract.

If the Supplier provide substandard item and fail to provide the

fresh supply, the payment of risk purchase (which will be

purchased by the Purchaser) the price difference shall be paid by

the Supplier.

In case of supply of substandard product the cost associated with

disposal/destruction or associated handling shall be borne by the

Supplier i.e., removal from purchaser’s premises, burning,

dumping, or incineration.

5. Use of Contract

Documents and

Information.

5.1

5.2

The Supplier shall not, without the Purchaser’s prior written

consent, disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information

furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the

Supplier in the performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall

extend only so far as may be necessary for purposes of such

performance.

Page 127: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 126 of 238

Bidder Signature & Stamp

5.3

5.4

The Supplier shall not, without the Purchaser’s prior written

consent, make use of any document or information enumerated

in GCC Clause 5.1 except for purposes of performing the

Contract.

Any document, other than the Contract itself, enumerated in GCC

Clause 5.1 shall remain the property of the Purchaser and shall

be returned (all copies) to the Purchaser on completion of the

Supplier’s performance under the Contract if so required by the

Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier’s

accounts and records relating to the performance of the Supplier.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

country.

7. Submission of

Samples

7.1 Before commencing supplies, the Supplier shall provide samples

free of cost, if and as specified in the Schedule of Requirements

of the product to the designated office or staff, as the case may

be.

8. Ensuring storage

arrangements

8.1 To ensure storage arrangements for the intended supplies, the

Supplier shall inform the Purchaser at least 0ne (01) week in

advance. However, in case no space is available at the

Purchaser’s premises at the time of supply, the Purchaser shall,

at least 02 days prior to such situation, shall inform the Supplier,

in writing, of the possible time frame of availability of space by

which the supplies can be made. In case the Supplier abides by

the given time frame it shall not be penalized for delay.

9. Inspections and

Tests

9.1 The Purchaser or its representative shall have the right to inspect

and / or to test the goods in accordance with the procedure given

in the SCC to confirm their conformity to the Contract

specifications at no extra cost to the Purchaser.

9.2 All costs associated with testing shall be borne by the Supplier.

9.3

The Purchaser’s right to inspect, test and, where necessary, reject

the goods after the goods either at Supplier’s premises or upon

arrival at Purchaser’s destinations shall in no way be limited or

waived by reason of the goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to

the goods delivery from the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier

from any warranty or other obligations under this Contract.

Page 128: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 127 of 238

Bidder Signature & Stamp

10. Delivery and

Documents

10.1

10.2

10.3

The Supplier in accordance with the terms and manner specified

in the Schedule of Requirements shall make delivery of the

goods.

The Supplier shall furnish all necessary documentation necessary

for completion of the delivery, at the time of delivery and in the

manner prescribed.

The goods supplied under the Contract shall be delivered on free

delivery of consignee’s end basis under which risk is transferred

to the buyer after the Goods having been delivered;

11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the

Goods subject to the contract.

12.Transportation 12.1

12.2

The Supplier shall arrange such transportation of the goods as is

required to prevent their damage or deterioration during transit to

their final destination and in accordance with the terms and

manner prescribed in the Schedule of Requirement/bidding

document.

All costs associated with the transportation of the goods subject

to this contract shall be borne by the Supplier.

13. Incidental

Services

13.1

The Supplier shall be required to provide the incidental services

as specified in the SCC and the cost of which is included in the

total bid price.

14. Warranty 14.1

14.2

All goods subject to this contract shall be accompanied by the

necessary warranty in the manner prescribed in the SCC.

The Purchaser shall promptly notify the Supplier in writing of

any claims arising under this warranty.

15. Payment 15.1

15.2

The purchaser shall make payments to the Supplier in accordance

with the conditions set forth in the Payment Schedule agreed and

annexed to this contract.

The currency of payment shall be Pakistan Rupees.

16. Prices 16.1 Prices charged by the Supplier for goods delivered under the

Contract shall not vary from the prices quoted by the Supplier in

its bid and shall remain the same till the expiry of the contract

unless the Parties to this contract mutually agree to vary the

prices.

17. Contract

Amendments

17.1 No variation in or modification of the terms of the Contract shall

be made except by written amendment signed by the Parties.

18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations

to perform under this Contract, except with the Purchaser’s prior

written consent.

Page 129: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 128 of 238

Bidder Signature & Stamp

19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award

subcontracts under this Contract.

20. Delays in the

Supplier’s

Performance

20.1

20.2

20.3

Delivery of the goods shall be made by the Supplier in

accordance with the time schedule prescribed by the Purchaser in

the Schedule of Requirements.

If at any time during performance of the Contract, the Supplier

encounters conditions impeding timely delivery of the goods, the

Supplier shall promptly notify the Purchaser in writing of the fact

of the delay, its likely duration and its cause(s). As soon as

practicable after receipt of the Supplier’s notice, the Purchaser

shall evaluate the situation and may at its discretion extend the

Supplier’s time for performance, with liquidated damages, in

which case the extension shall be ratified by the Parties by an

amendment to the Contract.

Except as provided under GCC Clause 20, a delay by the Supplier

in the performance of its delivery obligations shall render the

Supplier liable to the imposition of liquidated damages as

prescribed in the SCC, unless the parties to this contract mutually

agree for extension of time.

21. Termination for

Default

21.1 The Purchaser, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of

the goods within the period(s) specified in the signed

contract, and subsequent contract/Purchase order or

within any extension thereof granted by the Purchaser

pursuant to GCC Clause 20; or

(b) if the Supplier fails to perform any other obligation(s)

under the Contract.

(c) If the Supplier, in the judgment of the Purchaser has

engaged in corrupt or fraudulent practices in competing

for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent

practices means:

“the offering, giving, receiving, or soliciting of anything

of value to influence the action of a public official or the

contractor in the procurement process or in contract

execution to the detriment of the procuring agency; or

misrepresentation of facts in order to influence a

procurement process or the execution of a contract,

collusive practices among bidders (prior to or after bid

submission) designed to establish bid prices at artificial,

non-competitive levels and to deprive the procuring

Page 130: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 129 of 238

Bidder Signature & Stamp

agency of the benefits of free and open competition and

any request for, or solicitation of anything of value by

any public official in the course of the exercise of his

duty; it may include any of the following practices:

(i) coercive practice by impairing or harming, or

threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence the actions

of a party to achieve a wrongful gain or to cause a

wrongful loss to another party;

(ii) collusive practice by arrangement between two or

more parties to the procurement process or contract

execution, designed to achieve with or without the

knowledge of the procuring agency to establish prices at

artificial, noncompetitive levels for any wrongful gain;

(iii) corrupt practice by offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence the acts of another party for wrongful gain;

(iv) fraudulent practice by any act or omission, including

a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

(v) obstructive practice by harming or threatening to

harm, directly or indirectly, persons or their property to

influence their participation in a procurement process,

or affect the execution of a contract or deliberately

destroying, falsifying, altering or concealing of evidence

material to the investigation or making false statements

before investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing

or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or

from pursuing the investigation, or acts intended to

materially impede the exercise of inspection and audit

rights;

Corrupt or

Fraudulent

Practices and

Mechanism to

Debar/Blacklist

the Defaulted

Bidder.

21.2 The following are the events which would lead to initiate under

Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xxviii. Submission of false fabricated / forged documents for

procurement in tender.

xxix. Not attaining required quality of work.

xxx. Inordinate tardiness in accomplishment of assigned/agreed

responsibilities / contractual obligations resulting loss to

procuring agency / Government.

xxxi. Non execution of work as per terms & condition of contract.

xxxii. Any unethical or unlawful professional or business behavior

detrimental to good conduct and integrity of the public

procurement process.

xxxiii. Involvement in any sort of tender fixing.

Page 131: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 130 of 238

Bidder Signature & Stamp

xxxiv. Persistent and intentional violation of important conditions of

contract

xxxv. Non-adherence to quality specification despite being

importunately pointed out.

xxxvi. Security consideration of the State i.e., any action that

jeopardizes the security of the State or good repute of the

procuring agency.

PROCEDURE: As per Rule-21 of the Punjab Procurement

Rules 2014.

22. Force Majeure 22.1

22.2

22.3

Notwithstanding the provisions of GCC Clauses 20 and 21, the

Supplier shall not be liable for forfeiture of its Performance

Guaranty, or termination/ blacklisting for default if and to the

extent that it’s delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force

Majeure. For the purposes of this clause Force Majeure means an

act of God or an event beyond the control of the Supplier and not

involving the Supplier’s fault or negligence directly or indirectly

purporting to mis-planning, mismanagement and/or lack of

foresight to handle the situation. Such events may include but are

not restricted to acts of the Purchaser in its sovereign capacity,

wars or revolutions, fires, floods, earthquakes, strikes, epidemics,

quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing with sufficient and valid evidence

of such condition and the cause thereof. The Purchaser shall

examine the merits of the case and all reasonable alternative

means for completion of the purchase order under the signed

contract and inform the Supplier of its findings promptly.

Unless Purchaser informs the Supplier in writing of its agreement

on the application of force majeure, the Supplier shall continue

to perform its obligations under the Contract as far as is

reasonably practical and shall seek reasonable alternative means

for performance not prevented by the Force Majeure event.

23. Termination

for Insolvency

23.1 The Purchaser may at any time terminate the Contract by giving

written notice of one month time to the Supplier if the Supplier

becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier,

provided that such termination shall not prejudice or affect any

right of action or remedy which has accrued or shall accrue

thereafter to the Parties.

24. Arbitration and

Resolution of

Disputes

24.1

24.2

The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the

Contract.

Page 132: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 131 of 238

Bidder Signature & Stamp

29.

Blacklisting

Mechanism 29.1 The procuring agency may, on information received from any resource, issue

show cause notice to a bidder or contractor.

29.2 The show cause notice shall contain:

(a) Precise allegation, against the bidder or contractor;

(b) The maximum period for which the procuring agency proposes to debar

the bidder or contractor from participating in any public procurement of the

procuring agency; and

(c) The statement, if needed, about the intention of the procuring agency to

make a request to the Authority for debarring the bidder or contractor from

participating in public procurements of all the procuring agencies.

29.3 The procuring agency shall give minimum of seven days to bidder or

contractor for submission of written reply of the show cause notice.

29.4 In case, the bidder or contractor fails to submit written reply within the

requisite time, the procuring agency may issue notice for personal hearing

to the bidder or contractor/ authorize representative of the bidder or

contractor and the procuring agency shall decide the matter on the basis of

available record and personal hearing, if availed.

29.5 In case the bidder or contractor submits written reply of the

Show cause notice, the procuring agency may decide to file the matter or

direct issuance of a notice to the bidder or contractor for personal hearing.

24.3

If, after thirty (30) days from the commencement of such

informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred to the Arbitrator for resolution

through arbitration.

In case of any dispute concerning the interpretation and/or

application of this Contract shall be settled through arbitration

under the Arbitration Act of 1940 (As amended from time to

time).

25. Governing

Language

25.1 The Contract shall be written in English language. Subject to

GCC Clause 26, the version of the Contract written in the

specified language shall govern its interpretation. All

correspondence and other documents pertaining to the Contract,

which are exchanged by the Parties, shall be written in English.

26. Applicable

Law

26.1 This Contract shall be governed by the Laws of Pakistan and the

courts of Pakistan shall have exclusive jurisdiction.

27. Notices

28.Taxation

27.1

27.2

28.1

Any Notice given by one party to the other pursuant to this

Contract shall be sent to the other party in writing and on the

others address specified in SCC.

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

effective date, whichever is later.

All taxation, whether International, Federal, Provincial or Local,

shall be borne by the Supplier.

Page 133: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 132 of 238

Bidder Signature & Stamp

29.6 The procuring agency shall give minimum of days to the bidder or contractor

for appearance before the specified officer of the procuring agency for

personal hearing.

29.7 The procuring agency shall decide the matter on the basis of the available

record and personal hearing of the bidder or

Contractor, if availed.

29.8 The procuring agency shall decide the matter within fifteen days from the date

of personal hearing unless the personal hearing is adjourned to a next date and

in such an eventuality, the period of personal hearing shall be reckoned from

the last date of personal hearing.

29.9 The procuring agency shall communicate to the bidder or

Contractor the order of debarring the bidder or contractor from participating

in any public procurement with a statement that the bidder or contractor may,

within thirty days, prefer a representation against the order before the

Managing Director of the Authority.

29.10The procuring agency shall, as soon as possible, communicate the order of

blacklisting to the Authority with the request to upload the information on its

website.

29.11 If the procuring agency wants the Authority to debar the bidder or contractor

from participating in any public procurement of all procuring agencies, the

procuring agency shall specify reasons for such dispensation.

29.12 The Authority shall immediately publish the information and

Decision of blacklisting on its website.

29.13 In case of request of a procuring agency under para 11 or

Representation of any aggrieved person under rule 21, the

Managing Director shall issue a notice for personal hearing to the parties and

call for record of proceedings of blacklisting. The parties may file written

statements and documents in support of their contentions.

29.14 In case of representation of any aggrieved person or procuring agency under

rule 21, the Chairperson shall issue a notice for personal hearing to the parties

and may call for the record of the proceedings. The parties may file written

statements and documents in support of their contentions.

29.15 In every order of blacklisting under rule 21, the procuring

Agency shall record reasons of blacklisting and also reasons for short, long

or medium period of blacklisting.

29.16 The Authority shall upload all the decisions under rule 21,

Available with it, on its website. But the name of a bidder or

Contractor shall immediately be removed from the list of

Blacklisted persons on expiry of period of blacklisting or order of the

competent authority to that effect, whichever is earlier?

29.17 An effort shall be made for electronic communication of all the notices and

other documents pursuant to this mechanism or process.

Page 134: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 133 of 238

Bidder Signature & Stamp

TECHNICAL SPECIFICATIONS OF THE CONTRACT A1). Product Specifications. (General Items)

(Detailed technical specifications, given in Award of Contract, will be followed)

Following General items would be required as per specification mentioned against each

item.

Sr. No Item Name Qty Quality

1 B.P apparatus Stand/Wall Type (Japanese made with SiliconMataaial) No. Import Quality

2 B.P apparatus Mercury Type (Japanese made with Silicon Material) No. Import Quality

3 B.P apparatus Watch Type (Japanese made with Silicon Material) No. Import Quality

4 B.P Cuff with Bladder and Bulb No. Import Quality

5 Stethoscope No. Import Quality

6 Oxygen Regulators for peads No. Import Quality

7 Oxygen Regulators for adults/large cylinders No. Import Quality

8 Wrenches/ Key for oxygen cylinders No. Import Quality

9 Iron Locks with keys (Normal Size) No. Import Quality

10 Nebulizers (Portable) No. Import Quality

Page 135: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 134 of 238

Bidder Signature & Stamp

11 Hot Pack (Physiotherapy Item) No. Import Quality

12 Sterigauge Strips No. Import Quality

13 Sterigauge tape No. Import Quality

14 Chemistry Vial No. Import Quality

15 CBC Vial No. Import Quality

16 Shoe Cover Machine Paper roll No. Import Quality

17 Digital Thermometers for room No. Import Quality

18 Canon 2004n Photocopy tonner No. Import Quality

19 Oxygen Floor Meter No. Import Quality

20 OT. Kit No. Import Quality

21 Autoclave Rubber No. Import Quality

22 Toshiba Photocopy Ink toner No. Import Quality

23 Autoclave Elements No. Import Quality

24 Welding Plant (Small Size) No. Import Quality

25 Wire Lock No. Import Quality

26 water Dispenser No. Import Quality

27 Ragzeen Sheet (Meter) No. Import Quality

28 Macintosh sheet (Meter) No. Import Quality

29 Electric Heater (General Size) No. Import Quality

30 Scanner (HP Jet Pro 3000 s4) No. Import Quality

A2). Product Specifications. (Electrical Items) (Detailed technical specifications, given in Award of Contract, will be followed)

Following electrical items would be required as per specification mentioned against each

item.

Sr.

No

Items Unit Quality

1 Wire 7/0.64 Single Coil Local Made

2 Wire 7/.44 Single Coil Local Made

3 Wire 7/.29 Single Coil Local Made

4 Wire 3/.29 Single Coil Local Made

5 Wire 1/Pair Coil Local Made

6 Wire 7/.52 Double Coil Local Made

7 Switch Piano Dozen Local Made

8 Socket Piano Dozen Local Made

9 Fluch Socket Dozen Local Made

10 Three Pin Sho Dozen Local Made

11 Power Plug 30 Amps Dozen Local Made

Page 136: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 135 of 238

Bidder Signature & Stamp

12 Light Plug Dozen Local Made

13 2 Pin Show Dozen Local Made

14 Solution tape Packet Local Made

15 Fan Dimmer Dozen Local Made

16 Capacitor 3.5 Dozen Local Made

17 Holder B 22 Dozen Local Made

18 Holder E 27 Dozen Local Made

19 Steel Nail 1"+1.5"+2"+2.5"+3"+4"+5"+6" Packet Local Made

20 PVC Pipe 3/4'' Bundle Local Made

21 Band + elbow Packet Local Made

22 Ts 3/4" Packet Local Made

23 Band 1" Packet Local Made

24 Circuit Breaker 10A No. Local Made

25 Circuit Breaker 16A No. Local Made

26 Circuit Breaker 20A No. Local Made

27 Circuit Breaker 32A No. Local Made

28 TP Breaker 60A No. Local Made

29 TP Breaker 100A No. Local Made

30 LED Bulb 40 Watt + 30 Watt +20 Watt+12 Watt No. Local Made

31 LED Light 100Wt No. Local Made

32 Rod 40W No. Local Made

33 Chok 40W Iron No. Local Made

34 Tube Light Complete No. Local Made

35 Sheet 5x10 No. Local Made

36 Sheet 8x5 No. Local Made

37 Frame P Open China No. Local Made

38 Frame L.P Open China No. Local Made

39 Wire 7/0.44 Four Core Meter Local Made

40 Wire 7/0.64 Four Core Meter Local Made

41 Wire 19/0.52 Four Core Meter Local Made

42 Wire 19/0.64 Four Core Meter Local Made

43 Wire 19/0.83 Four Core Meter Local Made

44 Wire 37/0.83 Four Core Meter Local Made

45 Wire 37/0.104 Single Meter Local Made

46 Circuit Breaker 1.5 A No. Local Made

47 Circuit Breaker 6 A No. Local Made

48 Circuit Breaker 63 A No. Local Made

49 Breaker Two Pole 16 A No. Local Made

50 Breaker Two Pole 32 A No. Local Made

51 Breaker Two Pole 63 A No. Local Made

52 TP Breaker 125 A No. Local Made

53 TP Breaker 150 A No. Local Made

Page 137: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 136 of 238

Bidder Signature & Stamp

54 TP Breaker 200 A No. Local Made

55 TP Breaker 225 A No. Local Made

56 TP Breaker 300 A No. Local Made

57 TP Breaker 350 A No. Local Made

58 TP Breaker 400 A No. Local Made

59 TP Breaker 500 A No. Local Made

60 TP Breaker 600 A No. Local Made

61 TP Breaker 1000 A No. Local Made

62 TPN Breaker 60 A No. Local Made

63 TPN Breaker 100 A No. Local Made

64 TPN Breaker 125 A No. Local Made

65 TPN Breaker 200 A No. Local Made

66 TPN Breaker 225 A No. Local Made

67 TPN Breaker 300 A No. Local Made

68 TPN Breaker 350 A No. Local Made

69 TPN Breaker 400 A No. Local Made

70 TPN Breaker 500 A No. Local Made

71 TPN Breaker 600 A No. Local Made

72 TPN Breaker 100 A No. Local Made

73 Thimble 1.5 MM No. Local Made

74 Cable Tie 1" to 12" Packet Local Made

7 Timers + relays 220 Volts for use of ATS Panel with base No. Local Made

76 Magnet Connector 100 Amp No. Local Made

77 LED Ceiling Light 2'×2' No. Local Made

78 LED Ceiling Light 6" No. Local Made

79 Electric Water Pump 20HP No. Local Made

80 Electric Water Pump 2 HP No. Local Made

81 Electric Water Pump 1 HP No. Local Made

82 Starter S-10 No. Local Made

83 Mosquito Killer 2' No. Local Made

84 Mosquito Killer rods 2' No. Local Made

85 Starter S-2 No. Local Made

86 3 Pin Show Dozen Local Made

87 Magnet Connector 200 Amp No. Local Made

88 Magnet Connector 300 Amp No. Local Made

89 Magnet Connector 400 Amp No. Local Made

90 Magnet Connector 600 Amp No. Local Made

91 Thimble 2.5 MM No. Local Made

92 Thimble 4 MM No. Local Made

93 Thimble 6 MM No. Local Made

94 Thimble 8 MM No. Local Made

95 Thimble 10 MM No. Local Made

Page 138: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 137 of 238

Bidder Signature & Stamp

96 Thimble 16 MM No. Local Made

97 Thimble 35 MM No. Local Made

98 Thimble 40 MM No. Local Made

99 Thimble 50 MM No. Local Made

100 Thimble 70 MM No. Local Made

101 Thimble 120 MM No. Local Made

102 Thimble 150 MM No. Local Made

A3). Product Specifications. (Sanitary Items) (Detailed technical specifications, given in Award of Contract, will be followed)

Following electrical items would be required as per specification mentioned against each

item.

NO. Items Qty Make/Quality

1 Sakat.simple.25mm No. Finest Quality

2 T.simple.25mm No. Finest Quality

3 Union.25mm No. Finest Quality

4 Gate wall.25mm No. Finest Quality

5 t.25*1/2 No. Finest Quality

6 Drill machine( hilti) No. Finest Quality

7 Tool kit plumber full No. Finest Quality

8 Cutter blade No. Finest Quality

9 C p cup No. Finest Quality

Page 139: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 138 of 238

Bidder Signature & Stamp

10 C p Nozzle No. Finest Quality

11 Rubber connection 1*1/2 No. Finest Quality

12 Thread tape No. Finest Quality

13 Bibb cook No. Finest Quality

14 Grander MAX No. Finest Quality

15 Side pillar cock No. Finest Quality

16 Sink mixer No. Finest Quality

17 Bassoon mixer No. Finest Quality

18 Waste complain sink No. Finest Quality

19 Waste complain bassoon No. Finest Quality

20 Bolt kit bassoon No. Finest Quality

21 Muslim shower Master No. Finest Quality

22 Double bib cock No. Finest Quality

23 T cock No. Finest Quality

24 Wall shower set Master No. Finest Quality

25 Solution No. Finest Quality

26 Handel wall ½ ¾ No. Finest Quality

27 Pipe nipple ½ 3” No. Finest Quality

28 Pipe nipple ½*6” No. Finest Quality

29 Pipe 25 mm No. Finest Quality

30 L bow simple 25mm No. Finest Quality

31 Socket 25*1/2 No. Finest Quality

32 L bow 25 *1/2 No. Finest Quality

33 Commode Master No. Finest Quality

34 Bassoon No. Finest Quality

35 Flush Tank Master No. Finest Quality

36 Pipe 32 mm No. Finest Quality

37 Elbow 32 mm No. Finest Quality

38 T Simple32 mm No. Finest Quality

39 Socket Simple 32 mm No. Finest Quality

40 Elbow 32 ¾ No. Finest Quality

41 Socket 32 ¾ No. Finest Quality

42 T 32 ¾ No. Finest Quality

43 Gate Wall32 mm No. Finest Quality

44 Pipe Hook No. Finest Quality

45 Pipe GI 4” No. Finest Quality

46 Bend 4” No. Finest Quality

47 Flench 4” No. Finest Quality

48 Jeen 4” No. Finest Quality

49 Nut Bolt 4’ ½” No. Finest Quality

50 Gate Valve 4” No. Finest Quality

51 Flex valve 4” No. Finest Quality

Page 140: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 139 of 238

Bidder Signature & Stamp

52 Flex valve 3” No. Finest Quality

53 Gate Valve 3” No. Finest Quality

54 Geen 3” No. Finest Quality

55 PVC Pipe 6” No. Finest Quality

56 Socket 6” PVC No. Finest Quality

57 PVC Pipe 3” No. Finest Quality

58 Socket 3” No. Finest Quality

59 PVC Pipe 4” No. Finest Quality

60 Socket 4” No. Finest Quality

61 Gate Valve 6” No. Finest Quality

62 Welding Plant 240 watt No. Finest Quality

63 Power Cutter With Blade14” No. Finest Quality

64 PPR Dye No. Finest Quality

65 Pipe Cutter No. Finest Quality

66 Elbow PVC 3” No. Finest Quality

67 Elbow PVC 4” No. Finest Quality

68 Water Pump 100 HD No. Finest Quality

A4). Product Specifications. (Street light Items) (Detailed technical specifications, given in Award of Contract, will be followed)

Following street light items would be required as per specification mentioned against each

item.

Sr.No ITEM NAME Qty QUALITY

1 RAWAL BOLT 2.5" No. FINSET QUALITY

2 TP MAIN SWITCH 60 AMP No. FINSET QUALITY

3 ROOP LIGHT No. FINSET QUALITY

4 ENERGY SEVER 52 WATT WITH ONE YEAR

WARRANTY

No. FINSET QUALITY

5 PIPE 1" No. FINSET QUALITY

6 HOLDER E-27 No. FINSET QUALITY

7 SCREW NUTS No. FINSET QUALITY

8 CLUMPS No. FINSET QUALITY

Page 141: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 140 of 238

Bidder Signature & Stamp

9 CABLE TIE No. FINSET QUALITY

10 CONNECTOR 30 AMP No. FINSET QUALITY

11 WIRE 3/29 SINGLE CORE No. FINSET QUALITY

12 BEND 2" 3.5 FT IRON No. FINSET QUALITY

13 BEND 1" PVC 0.6 FT No. FINSET QUALITY

14 BEND ¾ No. FINSET QUALITY

15 WIRE 1 AMP No. FINSET QUALITY

16 STREET CLUMP SMALL No. FINSET QUALITY

17 WIRE 7/44 No. FINSET QUALITY

18 WIRE 7/64 No. FINSET QUALITY

19 ENERGY SAVER 42 WATT WITH ONE YEAR

WARRANTY

No. FINSET QUALITY

A5). Product Specifications. (Waste Management Items) (Detailed technical specifications, given in Award of Contract, will be followed)

Following electrical items would be required as per specification mentioned against each

item.

Sr.

No.

Item Name Description

of Item/Qty

Made In

(Local/Imported) 1 Sharp Box Plastic/No Local

2 Syringe Cutter Plastic/No Local

3 Bleaching Powder Bag/No Local

4 Examination Gloves Boxes/No Imported

5 Long Shoes Fine

Quality/Pair

Local

6 Uniform Fine

Quality/No

Local

7 Leather Long Gloves Fine

Quality/Pair

Local

8 Plastic Long Gloves Fine

Quality/Pair

Local

9 Safety Glasses Fine

Quality/No

Local

Page 142: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 141 of 238

Bidder Signature & Stamp

10 Safety Helmet Fine

Quality/No

Local

11 Large Drum Plastic Plastic/No Local

12 N95 Mask Boxes/No Imported

13 Yellow Bin with Pedal Small

Size/No

Local

14 Yellow Bin without Pedal Small

Size/No

Local

15 Chlorine Solution Liquid 20% Bottle/No Imported

16 Washing Powder Per KG Local

17 Blue Powder (Neel) Per KG Local

18 Shampoo Soda Per KG Local

19 Washing Soap (Cloth Soap) Per KG Local

b). Testing/Verification Procedures

vi. The Inspection Committee will carry out detailed physical examination of stocks and can reject,

even if it is declared of standard quality, if found not according to the approved sample and other

technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier

will also be responsible to replace the unconsumed expired items without any further charges.

c) Transportation/Delivery Requirements ix. The Supplier shall arrange such transportation of the items as is required to prevent their damage

or deterioration during transit to their final destination and in accordance with the terms and manner

prescribed in the Schedule of Requirement.

x. All costs associated with the transportation including loading/unloading of items and road taxes shall be borne by the

Supplier.

d) Integrity Pact

The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than

10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.

(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.

No Parameters Detail

Total

Marks Remarks

1 Past

Performance

Sales Revenue in terms of relevant

supply to Govt Institutes in last 2 years.

Sr.

No

Sales Revenue in

Millions

Score

1 1 Million 3

2 2 to 3 Million 6

3 3 to 4 Million 9

4 4 to 5 Million 12

5 5 and Above 15

15

Attested Purchase

orders/supply orders of

institutes be attached

2

Income tax &

sales tax

registration

1 Income tax registered 5

2 Sale tax registered 5

10

Authorized certificate issued by

the concerned Authority is

required.

Page 143: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 142 of 238

Bidder Signature & Stamp

3

Product

sample

(Where

Applicable/

Company

goodwill &

reputation

Goodwill will be examined as per

following parameters:

1 Excellent 10

2 V.Good 8

3 Good 5

4 Satisfactory 3

5 Poor 0

* Good means-- no criminal/financial

case pending against the company.

Never ever black listed.

10 Marks obtained/N/A

4 Financial

soundness

1 5-10 Million 10

2 10-20 Million 15

3 Above 20 Million 20

20 Bidders having less than 5

Million are ineligible.

5 Local Market

Business

History

1 1-2 Years 5

2 More than 02 years 10

10 Evidence of year wise business

would be required.

6

Company

profile with

details of

technical and

sales staff

1 Have up to 05 persons 10

2 Have more than 10

persons.

15

15 Technical Human Resources

and company profile.

7

Income Tax

& GST

returns

1 For One Year 10

2 For 2 years 15

3 More than 2 years 20

20 Last three years Income Tax

& GST returns

Total marks: 100

Qualifying marks: 50%

FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial

Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue

indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or their

authorized representatives shall be allowed to take part in the Financial Proposal(s).

ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended

2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of

duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to adjust

the same in the Financial Proposal.

Page 144: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 143 of 238

Bidder Signature & Stamp

ANNEX-1

LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)

Bid Ref No.

Date of the Opening of Bids

From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}

To: [Medical Superintendent, DHQ Hospital Bahawalnagar]

Dear Sir/Madam,

Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual

Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver

the Goods under the above-named Contract in full conformity with the said bidding documents and at the

rates/unit prices described in the price schedule or such other sums as may be determined in accordance

with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules

attached herewith and are made part of this bid.

We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the

Goods in accordance with the delivery schedule specified in the schedule of requirements.

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,

and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain

binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your written

acceptance of the bid and your notification of award, shall constitute a binding Contract between us.

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

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we

will strictly observe the laws against fraud and corruption in force in Pakistan.

Dated this [insert: number]day of [insert: month], [insert: year].

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 145: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 144 of 238

Bidder Signature & Stamp

ANNEX- 2

TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial

Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,

Detailed Specifications and the required supporting documents along with our Technical Bid as per

tender eligibility criteria.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 3

Page 146: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 145 of 238

Bidder Signature & Stamp

FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal

for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have

attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along with

our Financial Bid.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 4

QOUTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with Financial Proposal in individually

sealed envelope for each item in a single main sealed envelope for all items.

Bidders are required to fill this form for the general store items they wish to quote as per detailed specification of items

mentioned in Technical specification of Contract.

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Page 147: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 146 of 238

Bidder Signature & Stamp

Sr. No Item Name Quantity/

Unit

Price

without

Tax

GST/PST Price with

GST/PST

Total

Price with

GST/PST 1 B.P apparatus

Stand/Wall Type

(Japanese made with

Silicon Material)

2 B.P apparatus

Mercury Type

(Japanese made with

Silicon Material)

3 B.P apparatus Watch

Type (Japanese

made with Silicon

Material)

4 B.P Cuff with

Bladder and Bulb

5 Stethoscope

6 Oxygen Regulators

for peads

7 Oxygen Regulators

for adults/large

cylinders

8 Wrenches/ Key for

oxygen cylinders

9 Iron Locks with keys

(Normal Size)

10 Nebulizers

(Portable)

11 Hot Pack

(Physiotherapy Item)

12 Sterigauge Strips

13 Sterigauge tape

14 Chemistry Vial

15 CBC Vial

16 Shoe Cover Machine

Paper roll

17 Digital

Thermometers for

room

18 Canon 2004n

Photocopy tonner

19 Oxygen Floor Meter

20 OT. Kit

21 Autoclave Rubber

22 Toshiba Photocopy

Ink toner

23 Autoclave Elements

24 Welding Plant

(Small Size)

25 Wire Lock

26 water Dispenser

27 Ragzeen Sheet

(Meter)

28 Macintosh sheet

(Meter)

29 Electric Heater

(General Size)

30 Scanner (HP Jet Pro

3000 s4)

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ---------------------------------

Bidders are required to fill this form for the electrical items they wish to quote as per detailed

specification of items mentioned in Technical specification of Contract.

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr. No Item Name Quantity

/Unit

Price

without

Tax

GST/PST Price with

GST/PST

Total

Price with

GST/PST 1 Wire 7/0.64 Single

2 Wire 7/.44 Single

3 Wire 7/.29 Single

Page 148: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 147 of 238

Bidder Signature & Stamp

4 Wire 3/.29 Single

5 Wire 1/Pair

6 Wire 7/.52 Double

7 Switch Piano

8 Socket Piano

9 Fluch Socket

10 Three Pin Sho

11 Power Plug 30 Amps

12 Light Plug

13 2 Pin Show

14 Solution tape

15 Fan Dimmer

16 Capacitor 3.5

17 Holder B 22

18 Holder E 27

19 Steel Nail

1"+1.5"+2"+2.5"+3"+

4"+5"+6"

20 PVC Pipe 3/4''

21 Band + elbow

22 Ts 3/4"

23 Band 1"

24 Circuit Breaker 10A

25 Circuit Breaker 16A

26 Circuit Breaker 20A

27 Circuit Breaker 32A

28 TP Breaker 60A

29 TP Breaker 100A

30 LED Bulb 40 Watt +

30 Watt +20 Watt+12

Watt

31 LED Light 100Wt

32 Rod 40W

33 Chok 40W Iron

34 Tube Light Complete

35 Sheet 5x10

36 Sheet 8x5

37 Frame P Open China

38 Frame L.P Open China

39 Wire 7/0.44 Four Core

40 Wire 7/0.64 Four Core

41 Wire 19/0.52 Four

Core

42 Wire 19/0.64 Four

Core

43 Wire 19/0.83 Four

Core

44 Wire 37/0.83 Four

Core

45 Wire 37/0.104 Single

46 Circuit Breaker 1.5 A

47 Circuit Breaker 6 A

48 Circuit Breaker 63 A

49 Breaker Two Pole 16

A

50 Breaker Two Pole 32

A

Page 149: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 148 of 238

Bidder Signature & Stamp

51 Breaker Two Pole 63

A

52 TP Breaker 125 A

53 TP Breaker 150 A

54 TP Breaker 200 A

55 TP Breaker 225 A

56 TP Breaker 300 A

57 TP Breaker 350 A

58 TP Breaker 400 A

59 TP Breaker 500 A

60 TP Breaker 600 A

61 TP Breaker 1000 A

62 TPN Breaker 60 A

63 TPN Breaker 100 A

64 TPN Breaker 125 A

65 TPN Breaker 200 A

66 TPN Breaker 225 A

67 TPN Breaker 300 A

68 TPN Breaker 350 A

69 TPN Breaker 400 A

70 TPN Breaker 500 A

71 TPN Breaker 600 A

72 TPN Breaker 100 A

73 Thimble 1.5 MM

74 Cable Tie 1" to 12"

75 Timmers + relays 220

Volts for use of ATS

Panel with base

76 Magnet Connector 100

Amp

77 LED Ceiling Light

2'×2'

78 LED Ceiling Light 6"

79 Electric Water Pump

20HP

80 Electric Water Pump 2

HP

81 Electric Water Pump 1

HP

82 Starter S-10

83 Mosquito Killer 2'

84 Mosquito Killer rods 2'

85 Starter S-2

86 3 Pin Show

87 Magnet Connector 200

Amp

88 Magnet Connector 300

Amp

89 Magnet Connector 400

Amp

90 Magnet Connector

600 Amp

91 Thimble 2.5 MM

92 Thimble 4 MM

93 Thimble 6 MM

94 Thimble 8 MM

95 Thimble 10 MM

96 Thimble 16 MM

97 Thimble 35 MM

Page 150: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 149 of 238

Bidder Signature & Stamp

98 Thimble 40 MM

99 Thimble 50 MM

100 Thimble 70 MM

101 Thimble 120 MM

102 Thimble 150 MM

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

Bidders are required to fill this form for the sanitary items they wish to quote as per detailed specification

of items mentioned in Technical specification of Contract.

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr. No Item Name Quantity/

Unit

Price

without

Tax

GST/PST Price with

GST/PST

Total

Price with

GST/PST 1 Sakat.simple.25mm

2 T.simple.25mm

3 Union.25mm

Page 151: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 150 of 238

Bidder Signature & Stamp

4 Gate wall.25mm

5 t.25*1/2

6 Drill machine( hilti)

7 Tool kit plumber full

8 Cutter blade

9 C p cup

10 C p Nozzle

11 Rubber connection

1*1/2

12 Thread tape

13 Bibb cock

14 Grander MAX

15 Side pillar cock

16 Sink mixer

17 Bassoon mixer

18 Waste complain sink

19 Waste complain

bassoon

20 Bolt kit bassoon

21 Muslim shower

Master

22 Double bib cock

23 T cock

24 Wall shower set

Master

25 Solution

26 Handel wall ½ ¾

27 Pipe nipple ½ 3”

28 Pipe nipple ½*6”

29 Pipe 25 mm

30 L bow simple 25mm

31 Socket 25*1/2

32 L bow 25 *1/2

33 Commode Master

34 Bassoon

35 Flush Tank Master

36 Pipe 32 mm

37 Elbow 32 mm

38 T Simple32 mm

39 Socket Simple 32

mm

40 Elbow 32 3/4

41 Socket 32 3/4

42 T 32 3/4

43 Gate Wall32 mm

44 Pipe Hook

45 Pipe GI 4”

46 Bend 4”

47 Flench 4”

48 Jeen 4”

49 Nut Bolt 4’ ½”

50 Gate Valve 4”

Page 152: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 151 of 238

Bidder Signature & Stamp

51 Flex valve 4”

52 Flex valve 3”

53 Gate Valve 3”

54 Geen 3”

55 PVC Pipe 6”

56 Socket 6” PVC

57 PVC Pipe 3”

58 Socket 3”

59 PVC Pipe 4”

60 Socket 4”

61 Gate Valve 6”

62 Welding Plant 240

watt

63 Power Cutter With

Blade14”

64 PPR Dye

65 Pipe Cutter

66 Elbow PVC 3”

67 Elbow PVC 4”

68 Water Pump 100 HD

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

Bidders are required to fill this form for the street light items they wish to quote as per detailed

specification of items mentioned in Technical specification of Contract.

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr. No Item Name Quantity/

Unit

Price

without

Tax

GST/PST Price with

GST/PST

Total

Price with

GST/PST 1 RAWAL BOLT 2.5"

2 TP MAIN SWITCH

60 AMP

3 ROOP LIGHT

4 ENERGY SEVER

52 WATT WITH

ONE YEAR

WARRANTY

5 PIPE 1"

6 HOLDER E-27

7 SCREW NUTS

8 CLUMPS

Page 153: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 152 of 238

Bidder Signature & Stamp

9 CABLE TIE

10 CONNECTOR 30

AMP

11 WIRE 3/29 SINGLE

CORE

12 BEND 2" 3.5 FT

IRON

13 BEND 1" PVC 0.6

FT

14 BEND 3/4

15 WIRE 1 AMP

16 STREET CLUMP

SMALL

17 WIRE 7/44

18 WIRE 7/64

19 ENERGY SAVER

42 WATT WITH

ONE YEAR

WARRANTY

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

Bidders are required to fill this form for the waste management items they wish to quote as per detailed

specification of items mentioned in Technical specification of Contract.

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr. No Item Name

Quantity/

Unit

Price

without

Tax

GST/PST Price with

GST/PST

Total

Price with

GST/PST

1 Sharp Box

2 Syringe Cutter

3 Bleaching Powder

4 Examination Gloves

5 Long Shoes

6 Uniform

7 Leather Long Gloves

8 Plastic Long Gloves

Page 154: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 153 of 238

Bidder Signature & Stamp

9 Safety Glasses

10 Safety Helmet

11 Large Drum Plastic

12 N95 Mask

13 Yellow Bin with

Pedal

14 Yellow Bin without

Pedal

15 Chlorine Solution

Liquid 20%

16 Washing Powder

17 Blue Powder (Neel)

18 Shampoo Soda

19 Washing Soap

(Cloth Soap)

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

ANNEX- 5

SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)

The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by

Procuring agency as per following schedule of requirements: -

Respective Consignee’s End:

iv. DHQ HOSPITAL BAHAWALNAGAR

Free delivery to Consignee’s end (DDP) basis.

Supply schedule

Delivery of

Quantity without Penalty

(X)

Grace Period (Y)

Immediately after Receiving of

Purchase Order.

07 Days 03Days

Page 155: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 154 of 238

Bidder Signature & Stamp

With penalty @0.067% per day.

After Completion of due delivery period specified against

each installment penalty (0.067% per day) shall be imposed

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 6

PERFORMANCE GUARANTEE

To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract

No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a

Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for

compliance with the Supplier’s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to

a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument,

any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove

or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 201___

Signature and Seal of the Guarantors/ Bank

Address

Date

Page 156: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 155 of 238

Bidder Signature & Stamp

ANNEX- 7

PAYMENT SCHEDULE

iv. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably

be central;

g. against satisfactory performance and upon submission of required documents and in accordance with the

procedure mentioned in Rule 64 and other relevant rules of PPR-2014.

h. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government

dues (if any) including Professional Tax

v. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the

receipt of complete supply as per schedule mentioned in schedule of requirement within due time.

Page 157: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 156 of 238

Bidder Signature & Stamp

ANNEX- 8

CONTRACT FORM AGREEMENT

THIS CONTRACT is made at on day of 201__, between

the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as

“Party” and collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)

being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to

supply the required item (s); and

Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;

Item

No. Item Name

Approved

Specifications

Unit Price in PKR

(As per contract) Quantity

Total Cost

(PKR)

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

4. The Contract: The following documents shall be deemed to form and be read and construed as

integral part of this Contract , viz:-

a. This Contract Form

b. The Schedule of Requirements Annex- A

c. Special Conditions of Contract & the Technical Specifications Annex- B

d. Original Price Schedule along with unsolicited discount offered by the firm (if any)

submitted by the Bidder. Annex- C

e. The Notification of Award (AAT) Annex- D

f. Purchase Order Annex-E

g. Payment Schedule Annex-F

h. The General Conditions of Contract Annex-G

i. Performance Guarantee/Security Annex-H

j. The bidding document of Procuring Agency Annex-J

2. Interpretation: In this Contract words and expressions shall have the same meanings as are

respectively assigned to them in the General Conditions of this Contract hereinafter referred to as

“Contract”: 30. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless

amended by mutual consent.

31. The Supplier declares as under:

i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,

interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or

agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business

practice.

Page 158: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 157 of 238

Bidder Signature & Stamp

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or

other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly

declared pursuant hereto.

iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all

persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall

not take any action to circumvent the above declaration, representation or warranty.

iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any Contract, right, interest, privilege 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.

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to

indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and

further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or

inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever

form from Procuring Agency.

vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken

and/or award made by the sole arbitrator shall be final and binding on the Parties.

32. Items to be Supplied & Agreed Unit Cost:

(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the

Price Schedule Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical

Specification (Annex B) prescribed by the Purchaser against each item

(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with

transportation and other agreed incidental costs.

33. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the Goods and Services, as specified in the Schedule of Requirements and Technical

Specification in accordance with the Price Schedule submitted by the Supplier, the amount against

the delivered items or such other sum as may become payable under the provisions of this Contract

at the time and in the manner prescribed by this Contract.

34. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued

in the name of [supplier’s name].

35. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed

Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of

documentary and codal formalities highlighted in the Payment Schedule at Annex F.

36. Performance Guarantee/Security:

Page 159: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 158 of 238

Bidder Signature & Stamp

(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a

Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total

Contract amount having validity of one year from its date of issuance from any scheduled bank on

the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be

released to the Supplier upon successful completion of the Contract.

(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &

blacklisting of firm.

37. Penalties/ Liquidated Damages

(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time

frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall

stand cancelled.

(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance

Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.

(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount

of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted

minimum for two years for future participation.

(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent

contract/purchase order.

(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance

of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered

supply shall be imposed upon the Supplier.

38. Notices: All notices and correspondences incidental to this contract shall be in English

language and shall be addressed to:

For the Purchaser:___________

For the Supplier:_____________

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed: For The Manufacturer/

Authorized Agent.

Sealed & Signed on behalf of Purchaser

Page 160: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 159 of 238

Bidder Signature & Stamp

Witnesses-1 on behalf of the Contractor

Witnesses-1 on behalf of the Purchaser

Witnesses-2 on behalf of the Contractor

CC:-

10. --------------------------------------- 11. --------------------------------------- 12. ---------------------------------------

Witnesses-2 on behalf of the Purchaser

ANNEX- 9

AFFIDAVIT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly state that: 28) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

29) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.

30) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.

31) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.

32) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.

33) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related

to this bid or award or contract.

34) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

35) That the prices offered are not more than trade price.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

Page 161: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 160 of 238

Bidder Signature & Stamp

ANNEX- 10

INTEGRITY PACT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

ANNEX- 11

AFFIDAVIT FOR PRICE RESPONSIBILTY (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 10) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

11) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other

institutes during same fiscal year.

Page 162: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 161 of 238

Bidder Signature & Stamp

12) That if our offered prices found higher than offered prices of our firm against prescribed items in other served

institutions, we shall remain bound for recovery of high price difference on our firm.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 12

AFFIDAVIT FOR NON BLACKLISTING (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 16) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

17) That our firm and proprietor both are registered with FBR in lieu of NTN and GST, and are active filer in terms of both

income tax and sales tax.

18) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation

(both income tax and GST) and in terms of violation of any contract with any Public or semipublic institute.

19) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in

lieu of Income Tax & Sales Tax.

20) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or

may terminate our contract during the contract period

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

Page 163: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 162 of 238

Bidder Signature & Stamp

ANNEX- 13

CHECK LIST The bidder must attach this list along with the Bid

Packing of the Bid

S.No Description Yes/No

01 Bid submitted in 2 envelopes

02 Technical Proposal Envelop A

03 Financial Proposal Envelop B

04 Both envelops packed in single larger envelop

SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, must number all the pages of supporting

documents, provide the page information and arrange the documents in the following order:

Envelope A: Enclosures of Technical Proposal Attached

(Yes/No)

Page No.

1 Check List

2 Covering Letter/Letter of intention

3 Original receipt for purchase of tender and Signed

Bidding Document copy of the Tender

4 Bid Security 2% of total estimated cost in the favor of

Medical Superintendent DHQ Hospital Bahawalnagar,

should attached with financial bid & photocopy of the

same attached with

Technical bid as demanded in bidding document.

5 Company Profile

6 Copy of CNIC of Proprietor

7 National Tax Number and General Sale Tax number

certificate.

8 Schedule of requirements

09 Price Responsibility Affidavit

10 Non Blacklisting Affidavit

11 Bidders Undertaking/Affidavit

12 Integrity Pact Affidavit

Note: All the above documents and any other supporting document must be page number &

must be mentioned in the column specified for the purpose.

Page 164: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 163 of 238

Bidder Signature & Stamp

*Technical Evaluation Committee can call any firm owner/representative participating in the

tender process for the verification of the documented evidence attached with the technical

proposal by the firm.

Total Number of pages attached with the Technical Bid __________Pages

13 Tender Document duly signed and

stamped each page by the bidder must

be attached at the end of the Technical

Bid but numbering is not required for

this document.

14 Bank Statement of Firm’s bank

Account

Envelope B : Enclosures of Financial

Proposal

Attached(Yes/No) Page No

15 Financial Proposal Covering Letter

16 Quoted Price Schedule Rates Form

duly filled, signed and stamped by the

bidder

17 Bid Security in shape of CDR

Note:

I. Failure to provide any of the above documents will result in rejection of bid.

II. No reminder or letter will be issued for any missing document.

Page 165: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 164 of 238

Bidder Signature & Stamp

[DOCUMENT TITLE]

(DHQ HOSPITAL BAHAWALNAGAR)

Page 166: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 165 of 238

Bidder Signature & Stamp

TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.

1 INVITATION FOR BIDS/ADVERTISEMENT 2

2 SPECIAL TERMS & CONDITIONS 5

3 GENERAL TERMS & CONDITIONS 6

4 REJECTION OF BIDS 7

5 ACCEPTANCE OF BIDS 7

6 PERFORMANCE GUARANTEE 7

7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7

8 NO OFFER WILL BE CONSIDERED IF IT 7

9 INSPECTION AND TEST/ANALYSIS 7

10 DELIVERY AND PAYMENT 8

11 GENERAL CONDITIONS 9

12 TECHNICAL SPECIFICATION OF THE CONTRACT 20

13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 25

14 FINANCIAL EVALUATION 26

15 ANNEX-1 (LETTER OF INTENTION) 27

16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 28

17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 29

18 ANNEX-4 (QUOTATION PRICE SCHEDULE) 30

19 ANNEX-5 (PERFORMANCE GUARANTEE FORM) 34

20 ANNEX-6 (CONTRACT FORM) 35

21 ANNEX-7 (PAYMENT SCHEDULE) 39

22 ANNEX-8 (SCHEDULE OF REQUIREMENTS) 40

23 ANNEX-9 (BIDDER’S UNDERTAKING ON THE STAMP PAPER) 41

24 ANNEX-10 (INTEGRITY PACT) 42

25 ANNEX-11 ( PRICE RESPONSIBILITY CERTIFICATE) 43

26 ANNEX-12 (NON BLACKLISTING AFFIDAVIT) 44

27 ANNEX-13 (CHECK LIST) 45

INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &

SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,

STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.

Page 167: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 166 of 238

Bidder Signature & Stamp

The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole

agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02

to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /

Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and

Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary

Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood

Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.

S# NAME OF TENDER BID SECURITY

(2% of Estimated

Cost )

LAST

DATE&

TIME OF

SALE OF

TENDER

LAST DATE

& TIME

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF

TENDER

01 Framework Contract of

LP Medicine (Day to

Day) & LP Bulk

,Surgical Disposable &

Dialysis’s Medicine

2% of Estimated

Cost (Rs.

30,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

02 Framework Contract for

Bio Medical Gases

2% of Estimated

Cost (Rs. 8,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

03 Framework Contract for

Stationary & Printing

Items

2% of Estimated

Cost (Rs.

10,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

04 Framework contract for

General Store items i.e.

(Electric Store/Street

Lights items, General

items, Waste

Management items,

Sanitary items)

2% of Estimated

Cost (Rs.

16,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

05 Framework Contract of

Laboratory Kit &

Chemicals etc.

2% of Estimated

Cost (Rs. 5,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

06 X-Ray Films and

Chemicals

2% of Estimated

Cost (Rs. 7,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

53. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer

under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their

letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each

set of bidding documents & detailed specifications.

54. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last

Date as mentioned in the advertisement during office hours. However, a copy of the bidding

documents is also available for information only on the websites of PPRA

(www.ppra.punjab.gov.pk until the closing date for the submission of bids.

55. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received

till the stipulated date & time shall be opened on the same day in the presence of the bidders or their

authorized representatives (who choose to attend) by the purchase committee. Bid Security of the

Page 168: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 167 of 238

Bidder Signature & Stamp

2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit

from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same

should be attached with technical proposal otherwise bid will be rejected. Bids shall not be

entertained after the mentioned date and time.

56. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as

“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.

Financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

57. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)

58. The bidding documents duly signed by the Medical Superintendent DHQ Hospital

Bahawalnagar will be accepted.

59. All bids should be submitted in tape binding. All documents should contain proper page

marking, attached in sequence as indicated for evaluation in the bidding documents along with

signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

60. In case the date of opening or last date of sale is declared as a public holiday by the government or

non-working day due to any reason, the next official working day shall be deemed to be the date of

sale and submission and opening of tenders accordingly. The time and venue shall remain the same.

61. The bidders are requested to give their lowest and best prices with their bids.

62. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and

original receipt of purchase tender to be attached with the technical bids.

63. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or

proposal. The procuring agency shall upon request may communicate to any bidder, the grounds

for its rejection of all bids of proposal, but shall not be required to justify those grounds.

64. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration

certificate must be provided.

65. For obtaining any further information, list of items or clarification, please contact the person named

below.

(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)

(Dr. Muhammad Aslam Tahir)

Medical Superintendent

DHQ Hospital Bahawalnagar.

Page 169: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 168 of 238

Bidder Signature & Stamp

SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background

and registered with NTN and sales tax for the purchase of Laboratory Items for the financial year 2019-

20 involved in running institutional Pharmacy business/Chain of Pharmacies/Medical Store/distribution

having a valid drug sale license for supply of Laboratory Items. Tender should be sent in the name of

Medical Superintendent DHQ Hospital Bahawalnagar along with the following documents.

KNOCKOUT CLAUSES OF TENDER Sr.

No.

Parameters YES/NO Page No

01. Original Receipt for purchase of tender and signed copy of bidding

document.

02. Copy of proprietor’s CNIC.

03. Bid Security 2% of total estimated cost in the favor of Medical

Superintendent DHQ Hospital Bahawalnagar, should be attached with

financial bid & photocopy of the same attached with technical proposal.

Technical bid as demanded in bidding document.

04 Computerized Valid Drug sale License holder of form 9 or 10 or 11.

05 National tax number & General Sales Tax Number Certificate.

06 Warranty Certificate as per Drug Act 1976/DRAP 2012 on company

letter head

Page 170: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 169 of 238

Bidder Signature & Stamp

07 All bids should be submitted in tape binding. All

documents should contain proper page marking, attached in sequence as

indicated for evaluation in the bidding documents and signatures of

authorized person. Moreover, signing and stamping on each page of

bidding documents/form is mandatory.

08 Price Responsibility Certificate: The Bidder must submit an affidavit on

judicial paper of Rs. 100 that they have not supplied these items at lower

rate than the price quoted in the tender to any other Govt Institute in

current financial year.

09 Undertaking regarding the firm never black listed, uninterrupted supply of

items on the legal stamp paper of Rs. 100/- Person having registered more than

one companies with FBR must ensure that none of his company is been ever blacklisted

by the FBR, in lieu of Income Tax & Sales Tax.

10 Undertaking with the version that the bidder understands and agrees to all

terms and conditions of bidding document, shall abide by all rules,

regulations, and all general and special clauses of this bidding document

and all information given by bidder in the bidding document is correct to

the best of my knowledge on the legal stamp paper of Rs.100.

GENERAL TERMS & CONDITIONS

128. All the procurement procedures will be done strictly in accordance with the PPRA Rules

(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The

envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.

129. The envelope must also clearly show the bid title and bidder’s name and address. Failure

to comply with this requirement may result in rejection of the bid and the committee decision in

this regard shall be final. Bids submitted after the prescribed time shall not be entertained.

130. Only Technical Proposal will be opened by the tender opening committee. The financial

proposal will be opened by tender opening committee of responsive/technically successful

bidders later on the declared time place & date. Financial proposal of the non-responsive/

technically unsuccessful bidders will be returned as such to them on that date without opening

their financial offers as per PPRA Rules 2014 (amended till to date).

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

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

133. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed

will not be entertained.

Page 171: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 170 of 238

Bidder Signature & Stamp

134. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as

non-responsive. Extendable equal to the period of the original bid validity.

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

136. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital

Bahawalnagar

137. The validity of the contract will be till 30-06-2020, extendable for three (03) months if

needed.

138. The supplier/tenderer’s background should be financially sound based on authentic bank

statement.

139. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at

all times strictly in accordance with the provision of the drug act 1976 and drug sales rules

2007/DRAP Act 2012 and will be responsible for the quality/quantity of drugs supplied by

him/her.

140. The supplier/tenderer should ensure the availability of wide range of items. No alternate

shall be acceptable.

In case of default, the administration may take appropriate action including fine to be decided

by the administration.

141. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids

has been submitted however the procuring agency may seek and accept clarification to the bid that

do not change the substance of the bid.

142.Limitation on Negotiations: There shall be no negotiation with the bidder. 143. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

144. Acceptation of Bids: The bidder with the minimum price, of not conflict in any other law,

rules regulations or policy of the Government of Punjab, shall be awarded the procurement award.

145. Performance Guarantee: The successful bidder shall furnish performance security 05%

of total estimated cost in addition to bid security already deposited by the firm. The performance

security shall be deposited in the shape of cash deposit receipt.

146. Qualification of suppliers and Contractors: The procuring agency, at any stage of the

procurement proceeding, may require the suppliers or contractors to provide information

concerning their professional, technical, financial, legal or managerial competence whether already

prequalified or not.

147. No Offer will Be Considered if:

• It is submitted without call deposit by the registered firm in the name of Medical Superintendent

DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.

• It is unsigned.

• It is ambiguous.

• It is not written on the firm’s letter head.

• It is over written.

• It is conditional.

• It is given by the black listed, suspended and removed firm from the approval list of the Health

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

Government.

• It is received with a validity period shorter than 30 June 2020.

Page 172: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 171 of 238

Bidder Signature & Stamp

• Does not confirm to the general conditions of the tender.

• It is received without earnest money as specified in the tender.

• Bidding document are not attached with bids.

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

149. Successful bidder is bound to supply the quantities of all the desired brands.

150. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if

not found as per specification as required of the demand. In case of non-supply the same will be

purchased from the local market and the amount will be recovered from the contractor, If supplier

showed non-compliance of terms and conditions , Procuring Agency will cancel the contract

at any time without giving any advance notice.

151. In case of any dispute the decision of the Medical superintendent DHQ Hospital

Bahawalnagar will be final.

152. The Supplier will be responsible to mentions details of items in the bill like Generic Name

of item, Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.

153. In Case of non-supply of any item within stipulated period as per contract, risk purchase

may be done from any other reputable institute and difference shall be deducted from the

performance guarantee of contractor.

154. The firm will be fully responsible to supply the store as per requirement of DDO as per

supply order. 155. Warranty of Laboratory Items supplied as per tender specification of Quality & Quantity (Comprehensive).

156. The firm will be wholly & solely responsible if it failed to supply Laboratory Items in the

stipulated time frame as per Purchase Order /Telephonic Directions of the Medical

Superintendent/Management of the Hospital. Bidder also responsible to maintain handsome

quantity of Laboratory Items to meet any sort of emergency requirements of the procuring agency. 157. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt

of such notice, the supplier shall replace the Laboratory Items within Seven (7) days, inclusive of, where applicable,

the cost of inland delivery

158. Delivery and Payment

XXIX. Items should be received defaced and issued from store as per prescribed mechanism of hospital

and must be entered into acknowledgement register.

XXX. The authorized pharmacist shall verify the bills in comparison to entries in register as per prescribed

mechanism of hospital.

XXXI. In case delayed supply the risk purchase should be made from the security deposit of contractor. In

case of constant default the process of risk purchase should be repeated and tenders may be re-

called for fresh competition.

XXXII. The contractor will submit the bills on monthly basis for payment. The contractor will provide an

authentic price list of items if and when required for verification of bills.

XXXIII. In case, contractor charges excess rates the difference will be recovered from contractor either from

his bills or security.

XXXIV. The supplied drugs shall be accompanied with warranty certificate as per the Drug Act, 1976/

DRAP Act, 2012. Moreover, the contractor will be bound to provide the invoice of his source of

purchase if and when required.

Page 173: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 172 of 238

Bidder Signature & Stamp

GENERAL CONDITIONS

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

indicated:

(a) “The Contract” means the agreement entered into between

the Purchaser and the Supplier, as recorded in the

Agreement signed by the Parties, including all attachments

and appendices thereto and all documents incorporated by

reference therein.

(b) “The Contract Price” means the price payable to the

Supplier under the Contract for the full and proper

performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier

is required to supply to the Purchaser under the Contract.

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

of above goods, such as printing of special instructions on

the label and packing, design and logo of the Government

of Punjab, transportation of goods up to the desired

destinations and other such obligations of the Supplier

covered under the Contract.

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

contained in this section.

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

Page 174: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 173 of 238

Bidder Signature & Stamp

(g) “The Purchaser” means the Government of Punjab, , itself

and Director General Health Services Punjab, Program

Managers/Project Director of Vertical Programs, all

EDOs (Health) & Medical Superintendents working under

.

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

goods under this Contract.

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are

not superseded by provisions of other parts of the Contract.

3. Source of

Import

3.1 All goods and related services to be supplied under the contract

that are required to be imported in Pakistan shall have their origin

in eligible source countries as prescribed by the commercial

policies of the Federal Government of Pakistan and all

expenditures made under the contract shall be limited to such

goods and services.

3.2 For purposes of this clause, “origin” means the place where the

goods are produced, or the place from which the related services

are supplied. Goods are produced when, through manufacturing

or processing.

4. Standards 4.1

4.2

4.3

4.4

The goods supplied under this Contract shall conform to the

standards mentioned in the Technical Specifications.

In consideration of the payments to be made by the Purchaser to

the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the Goods and Services

and to remedy defects therein in conformity in all respects with

the provisions of this Contract.

If the Supplier provide substandard item and fail to provide the

fresh supply, the payment of risk purchase (which will be

purchased by the Purchaser) the price difference shall be paid by

the Supplier.

In case of supply of substandard product the cost associated with

disposal/destruction or associated handling shall be borne by the

Supplier i.e., removal from purchaser’s premises, burning,

dumping, or incineration.

5. Use of Contract

Documents and

Information.

5.1

5.2

The Supplier shall not, without the Purchaser’s prior written

consent, disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information

furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the

Supplier in the performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall

extend only so far as may be necessary for purposes of such

performance.

Page 175: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 174 of 238

Bidder Signature & Stamp

5.3

5.4

The Supplier shall not, without the Purchaser’s prior written

consent, make use of any document or information enumerated

in GCC Clause 5.1 except for purposes of performing the

Contract.

Any document, other than the Contract itself, enumerated in GCC

Clause 5.1 shall remain the property of the Purchaser and shall

be returned (all copies) to the Purchaser on completion of the

Supplier’s performance under the Contract if so required by the

Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier’s

accounts and records relating to the performance of the Supplier.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

country.

7. Submission of

Samples

7.1 Before commencing supplies, the Supplier shall provide samples

free of cost, if and as specified in the Schedule of Requirements

of the product to the designated office or staff, as the case may

be.

8. Ensuring storage

arrangements

8.1 To ensure storage arrangements for the intended supplies, the

Supplier shall inform the Purchaser at least 0ne (01) week in

advance. However, in case no space is available at the

Purchaser’s premises at the time of supply, the Purchaser shall,

at least 02 days prior to such situation, shall inform the Supplier,

in writing, of the possible time frame of availability of space by

which the supplies can be made. In case the Supplier abides by

the given time frame it shall not be penalized for delay.

9. Inspections and

Tests

9.1 The Purchaser or its representative shall have the right to inspect

and / or to test the goods in accordance with the procedure given

in the SCC to confirm their conformity to the Contract

specifications at no extra cost to the Purchaser.

9.2 All costs associated with testing shall be borne by the Supplier.

9.3

The Purchaser’s right to inspect, test and, where necessary, reject

the goods after the goods either at Supplier’s premises or upon

arrival at Purchaser’s destinations shall in no way be limited or

waived by reason of the goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to

the goods delivery from the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier

from any warranty or other obligations under this Contract.

Page 176: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 175 of 238

Bidder Signature & Stamp

10. Delivery and

Documents

10.1

10.2

10.3

The Supplier in accordance with the terms and manner specified

in the Schedule of Requirements shall make delivery of the

goods.

The Supplier shall furnish all necessary documentation necessary

for completion of the delivery, at the time of delivery and in the

manner prescribed.

The goods supplied under the Contract shall be delivered on free

delivery of consignee’s end basis under which risk is transferred

to the buyer after the Goods having been delivered;

11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the

Goods subject to the contract.

12.Transportation 12.1

12.2

The Supplier shall arrange such transportation of the goods as is

required to prevent their damage or deterioration during transit to

their final destination and in accordance with the terms and

manner prescribed in the Schedule of Requirement/bidding

document.

All costs associated with the transportation of the goods subject

to this contract shall be borne by the Supplier.

13. Incidental

Services

13.1

The Supplier shall be required to provide the incidental services

as specified in the SCC and the cost of which is included in the

total bid price.

14. Warranty 14.1

14.2

All goods subject to this contract shall be accompanied by the

necessary warranty in the manner prescribed in the SCC.

The Purchaser shall promptly notify the Supplier in writing of

any claims arising under this warranty.

15. Payment 15.1

15.2

The purchaser shall make payments to the Supplier in accordance

with the conditions set forth in the Payment Schedule agreed and

annexed to this contract.

The currency of payment shall be Pakistan Rupees.

16. Prices 16.1 Prices charged by the Supplier for goods delivered under the

Contract shall not vary from the prices quoted by the Supplier in

its bid and shall remain the same till the expiry of the contract

unless the Parties to this contract mutually agree to vary the

prices.

17. Contract

Amendments

17.1 No variation in or modification of the terms of the Contract shall

be made except by written amendment signed by the Parties.

18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations

to perform under this Contract, except with the Purchaser’s prior

written consent.

Page 177: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 176 of 238

Bidder Signature & Stamp

19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award

subcontracts under this Contract.

20. Delays in the

Supplier’s

Performance

20.1

20.2

20.3

Delivery of the goods shall be made by the Supplier in

accordance with the time schedule prescribed by the Purchaser in

the Schedule of Requirements.

If at any time during performance of the Contract, the Supplier

encounters conditions impeding timely delivery of the goods, the

Supplier shall promptly notify the Purchaser in writing of the fact

of the delay, its likely duration and its cause(s). As soon as

practicable after receipt of the Supplier’s notice, the Purchaser

shall evaluate the situation and may at its discretion extend the

Supplier’s time for performance, with liquidated damages, in

which case the extension shall be ratified by the Parties by an

amendment to the Contract.

Except as provided under GCC Clause 20, a delay by the Supplier

in the performance of its delivery obligations shall render the

Supplier liable to the imposition of liquidated damages as

prescribed in the SCC, unless the parties to this contract mutually

agree for extension of time.

21. Termination for

Default

21.1 The Purchaser, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of

the goods within the period(s) specified in the signed

contract, and subsequent contract/Purchase order or

within any extension thereof granted by the Purchaser

pursuant to GCC Clause 20; or

(b) if the Supplier fails to perform any other obligation(s)

under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has

engaged in corrupt or fraudulent practices in competing

for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent

practices means:

“the offering, giving, receiving, or soliciting of anything

of value to influence the action of a public official or the

contractor in the procurement process or in contract

execution to the detriment of the procuring agency; or

misrepresentation of facts in order to influence a

procurement process or the execution of a contract,

collusive practices among bidders (prior to or after bid

submission) designed to establish bid prices at artificial,

non-competitive levels and to deprive the procuring

Page 178: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 177 of 238

Bidder Signature & Stamp

agency of the benefits of free and open competition and

any request for, or solicitation of anything of value by

any public official in the course of the exercise of his

duty; it may include any of the following practices:

(i) coercive practice by impairing or harming, or

threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence the actions

of a party to achieve a wrongful gain or to cause a

wrongful loss to another party;

(ii) collusive practice by arrangement between two or

more parties to the procurement process or contract

execution, designed to achieve with or without the

knowledge of the procuring agency to establish prices at

artificial, noncompetitive levels for any wrongful gain;

(iii) corrupt practice by offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence the acts of another party for wrongful gain;

(iv) fraudulent practice by any act or omission, including

a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

(v) obstructive practice by harming or threatening to

harm, directly or indirectly, persons or their property to

influence their participation in a procurement process,

or affect the execution of a contract or deliberately

destroying, falsifying, altering or concealing of evidence

material to the investigation or making false statements

before investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing

or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or

from pursuing the investigation, or acts intended to

materially impede the exercise of inspection and audit

rights;

Corrupt or

Fraudulent

Practices and

Mechanism to

Debar/Blacklist

the Defaulted

Bidder.

21.2 The following are the events which would lead to initiate under

Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xxxvii. Submission of false fabricated / forged documents for

procurement in tender.

xxxviii. Not attaining required quality of work.

xxxix. Inordinate tardiness in accomplishment of assigned/agreed

responsibilities / contractual obligations resulting loss to

procuring agency / Government.

xl. Non execution of work as per terms & condition of contract.

xli. Any unethical or unlawful professional or business behavior

detrimental to good conduct and integrity of the public

procurement process.

xlii. Involvement in any sort of tender fixing.

Page 179: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 178 of 238

Bidder Signature & Stamp

xliii. Persistent and intentional violation of important conditions of

contract

xliv. Non-adherence to quality specification despite being

importunately pointed out.

xlv. Security consideration of the State i.e., any action that

jeopardizes the security of the State or good repute of the

procuring agency.

PROCEDURE: As per Rule-21 of the Punjab Procurement

Rules 2014.

22. Force Majeure 22.1

22.2

22.3

Notwithstanding the provisions of GCC Clauses 20 and 21, the

Supplier shall not be liable for forfeiture of its Performance

Guaranty, or termination/ blacklisting for default if and to the

extent that it’s delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force

Majeure. For the purposes of this clause Force Majeure means an

act of God or an event beyond the control of the Supplier and not

involving the Supplier’s fault or negligence directly or indirectly

purporting to mis-planning, mismanagement and/or lack of

foresight to handle the situation. Such events may include but are

not restricted to acts of the Purchaser in its sovereign capacity,

wars or revolutions, fires, floods, earthquakes, strikes, epidemics,

quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing with sufficient and valid evidence

of such condition and the cause thereof. The Purchaser shall

examine the merits of the case and all reasonable alternative

means for completion of the purchase order under the signed

contract and inform the Supplier of its findings promptly.

Unless Purchaser informs the Supplier in writing of its agreement

on the application of force majeure, the Supplier shall continue

to perform its obligations under the Contract as far as is

reasonably practical and shall seek reasonable alternative means

for performance not prevented by the Force Majeure event.

23. Termination

for Insolvency

23.1 The Purchaser may at any time terminate the Contract by giving

written notice of one month time to the Supplier if the Supplier

becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier,

provided that such termination shall not prejudice or affect any

right of action or remedy which has accrued or shall accrue

thereafter to the Parties.

24. Arbitration and

Resolution of

Disputes

24.1

24.2

The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the

Contract.

Page 180: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 179 of 238

Bidder Signature & Stamp

29.

Blacklisting

Mechanism 29.1 The procuring agency may, on information received from any resource, issue

show cause notice to a bidder or contractor.

29.2 The show cause notice shall contain:

(a) Precise allegation, against the bidder or contractor;

(b) The maximum period for which the procuring agency proposes to debar

the bidder or contractor from participating in any public procurement of the

procuring agency; and

(c) The statement, if needed, about the intention of the procuring agency to

make a request to the Authority for debarring the bidder or contractor from

participating in public procurements of all the procuring agencies.

29.3 The procuring agency shall give minimum of seven days to bidder or

contractor for submission of written reply of the show cause notice.

29.4 In case, the bidder or contractor fails to submit written reply within the

requisite time, the procuring agency may issue notice for personal hearing

to the bidder or contractor/ authorize representative of the bidder or

contractor and the procuring agency shall decide the matter on the basis of

available record and personal hearing, if availed.

29.5 In case the bidder or contractor submits written reply of the

Show cause notice, the procuring agency may decide to file the matter or

direct issuance of a notice to the bidder or contractor for personal hearing.

24.3

If, after thirty (30) days from the commencement of such

informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred to the Arbitrator for resolution

through arbitration.

In case of any dispute concerning the interpretation and/or

application of this Contract shall be settled through arbitration

under the Arbitration Act of 1940 (As amended from time to

time).

25. Governing

Language

25.1 The Contract shall be written in English language. Subject to

GCC Clause 26, the version of the Contract written in the

specified language shall govern its interpretation. All

correspondence and other documents pertaining to the Contract,

which are exchanged by the Parties, shall be written in English.

26. Applicable

Law

26.1 This Contract shall be governed by the Laws of Pakistan and the

courts of Pakistan shall have exclusive jurisdiction.

27. Notices

28.Taxation

27.1

27.2

28.1

Any Notice given by one party to the other pursuant to this

Contract shall be sent to the other party in writing and on the

others address specified in SCC.

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

effective date, whichever is later.

All taxation, whether International, Federal, Provincial or Local,

shall be borne by the Supplier.

Page 181: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 180 of 238

Bidder Signature & Stamp

29.6 The procuring agency shall give minimum of days to the bidder or contractor

for appearance before the specified officer of the procuring agency for

personal hearing.

29.7 The procuring agency shall decide the matter on the basis of the available

record and personal hearing of the bidder or

Contractor, if availed.

29.8 The procuring agency shall decide the matter within fifteen days from the date

of personal hearing unless the personal hearing is adjourned to a next date and

in such an eventuality, the period of personal hearing shall be reckoned from

the last date of personal hearing.

29.9 The procuring agency shall communicate to the bidder or

Contractor the order of debarring the bidder or contractor from participating

in any public procurement with a statement that the bidder or contractor may,

within thirty days, prefer a representation against the order before the

Managing Director of the Authority.

29.10The procuring agency shall, as soon as possible, communicate the order of

blacklisting to the Authority with the request to upload the information on its

website.

29.11 If the procuring agency wants the Authority to debar the bidder or contractor

from participating in any public procurement of all procuring agencies, the

procuring agency shall specify reasons for such dispensation.

29.12 The Authority shall immediately publish the information and

Decision of blacklisting on its website.

29.13 In case of request of a procuring agency under para 11 or

Representation of any aggrieved person under rule 21, the

Managing Director shall issue a notice for personal hearing to the parties and

call for record of proceedings of blacklisting. The parties may file written

statements and documents in support of their contentions.

29.14 In case of representation of any aggrieved person or procuring agency under

rule 21, the Chairperson shall issue a notice for personal hearing to the parties

and may call for the record of the proceedings. The parties may file written

statements and documents in support of their contentions.

29.15 In every order of blacklisting under rule 21, the procuring

Agency shall record reasons of blacklisting and also reasons for short, long

or medium period of blacklisting.

29.16 The Authority shall upload all the decisions under rule 21,

Available with it, on its website. But the name of a bidder or

Contractor shall immediately be removed from the list of

Blacklisted persons on expiry of period of blacklisting or order of the

competent authority to that effect, whichever is earlier?

29.17 An effort shall be made for electronic communication of all the notices and

other documents pursuant to this mechanism or process.

Page 182: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 181 of 238

Bidder Signature & Stamp

TECHNICAL SPECIFICATIONS OF THE CONTRACT

A). Product Specifications.

(Detailed technical specifications, given in Award of Contract, will be followed)

Sr. No Name of Items Specifications

1 Glass slides 1x72 pack

2 Cover slips.

22x22, 18x18, 1x200

Pack

3 Disposable Urine Sampling Containers -

4 Gel Tube 3ml/5ml BD/Biovac/Immued

5 EDTA Tube 3 ml (Purple Top) BD/Biovac/Immued

6 Sodium Floride Tube ( Gray Top) BD/Biovac/Immued

7 Sodium Citrate Tube 2.8 ml ( Light Blue) BD/Biovac/Immued

8 Stool containers sterile with spatula

9 Plastic racks all size for test tubes. -

10 Specimen transport tray stainless steel

11 Micropipettes adjustable 10-100ul Eppendrof/dragon

12 Micropipettes adjustable 100-1000ul Eppendrof/dragon

13 Micropipettes adjustable 2-10ul Eppendrof/dragon

14 Micropipettes Rack plastic rack

15 Micropipettes adjustable 500ul Eppendrof/dragon

16

Gamma GT 1000ml(open channel/ close system regent

base) multinational

17 Calcium (open channel/ close system regent base) multinational

Page 183: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 182 of 238

Bidder Signature & Stamp

18 C-k (open channel/ close system regent base) multinational

19 LDH(open channel/ close system regent base) multinational

20 CKMB(open channel/ close system regent base) multinational

21 HBsAg ELISA Kit (manual Elisa/close system regent base)

Manual/auto close

system

22

Anti HCV ELISA Kit(manual Elisa/close system regent

base)

Manual/auto close

system

23

Triiodothyronine-T3 Total(Manual Elisa / close system

regent base)

Manual/auto close

system

24 TSH (Manual Elisa/ close system regent base)

Manual/auto close

system

25

Thyroxine,T4 Total (Manual Elisa/ close system regent

base)

Manual/auto close

system

26 Zeil Neelson Stain Prepared full set Dysis

27 Urine analysis strips 10 parameters 1x100 Roche/Combe

28 Urine analysis strips 03 parameters 1x100 Roche/Combe

29 Pregnancy Strips (100 Test) immumed

30 ASO kit (100 Test) Merck/Bsm

31 C- Reactive Protein (100 Test) Merck/Bsm

32 RA factor kit.(100 Tests) Merck/Bsm

33 widal 6 antigen set Merck/BSM

34 H. Pylori Antibody SD/DS/Immumed

35 ANA Qualitative (100 Test) Merck/BSM

36 ICT TB (Mycodot) SD/DS/Immumed

37 ICT MP SD/DS/Immumed

38 Typhidot Devices (ICT) sd/ctk/immumed

39 Hepatitis BsAg device (ICT) sd/ds/immumed/accurate

40 Hepatitis C Ab device (ICT) sd/ds/immumed/accurate

41 ESR tubes (westergren's) Westergren's

42 ESR racks (stand for 10 tubes) -

43 Neubauer Counting Chamber Neubauer

44 EDTA Powder Merck 200 gm pack Merck

45 Hb kits 2x 500ml Merck

46 Field's Stain A+B (Ready to use) set Merck

47 Sterile Swab -

48 Prickers 50 PER 1 Pack -

49 Roller mixer -

50 Blood Glucose kit with STD (GOD PAP)

1000ML(1000test) (open channel/ close system regent base) multinational

51 Blood Urea kit with STD (Berthelot) UV 1000ml(500

test)(open channel/ close system regent base) multinational

52 S.Bilirubin kits (open channel/ close system regent base) multinational

53 S.Creatinine kits with STD 1000 ml (1000 test)(open

channel/ close system regent base) multinational

Page 184: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 183 of 238

Bidder Signature & Stamp

54 S.GPT kits 1000 ml(open channel/ close system regent

base) multinational

55 S.GOT kits 500 ml (open channel/ close system regent

base) multinational

56 S. Alkaline Phosph. 500 ml ( 500 test) (open channel/ close

system regent base) multinational

57 S.Cholesterol with STD (open channel/ close system regent

base) multinational

58 S.Triglycerides with STD(open channel/ close system

regent base) multinational

59 Reagent for PT (100 Test) Diamed/ others

60 Reagent for APTT (100 Test) Diamed/others

61 S.Total Protein with STD (open channel/ close system

regent base) multinational

62 S.Albumin with STD (open channel/ close system regent

base) multinational

63 Quality control sera set (Normal, Pathological) multinational

64 S. Uric acid with STD (open channel/ close system regent

base) multinational

65 Blue tips for pipettes 100-1000ul

66 Yellow / white tips for pipettes(1x1000 per pack ) 10-200ul

67 Saniplast 1x100

68 Steel racks for test tubes Small and large

69 Tube cleaning brushes -

70 Glass Marking Pen Diamond pen

71 Slide Tray Plastic -

72 Sticker for slide labelling -

73 WBC/TLC Solution Diasys 500ml

75 Disposable (conical) plastic tube 12x75mm

76 Glass test Tube 12x75mm

77 Tooth picks 1 pack -

78 Ceder wood oil 500 ml National

79 Syphilis ICT Device (VDRL) multinational

80 Anti HIV AIDS device per test multinational

81 HDL 1x80 ml (open channel/ close system regent base) multinational

82 LDL 1x80ml open channel/ close system regent base multinational

83 ESR Solution 500 ml Merck/Diasys

84 Alcohol Swab (200 Pcs) 1x200

85 Cotton roll -

87 Sprit pack 1 Liter Merck/Diasys

88 Tourniquet -

89 N 95 Face Mask 1x50 -

90 Distilled Water (20 L) -

91 CBC Controls 3 level multinational

92 Dengue Test Devices ( ICT) IgG & IgM multinational

Page 185: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 184 of 238

Bidder Signature & Stamp

93 Dengue NS-I

94 Diatron abacus Diluent 20 liter

Diatron Abacus 95 Diatron abacus cleaner 01 liter

96 Diatron abacus lyse 01 liter

97 Geimsa Stain 500ml Bottle Merck/Diasys

98 N/10 Solution 500ml Merck/Diasys

99 Amylase Kit (open channel/ close system regent base) multinational

100 Humalite Electrolytes Regent Set

Humalite 101 Humalite Electrolytes Regent Pack

102 Humalite Electrolytes Control

103 Sysmex Reagent Set

Sysmex (Regent base) 104 Diluent Cell Pack (20liter)

105 Stemolyser (Lyse)

106 Plastic Test tubes 500pack disposable 25 x150mm ST

107 HbA1c (100 test kit)(close system regent base) multinational

b). Labeling and Packing iv. The manufacturer shall follow the Drugs (Labelling and Packing) Rules 1986, framed under the Drugs Act, 1976.

v. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/ written in indelible

ink both in English and Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name

and principal place of business of the Manufacturer, the drug manufacturing license no., manufacturing date, expiry

date, registration No., batch No., retail price, and Urdu version namely: name of drug, dosage and instructions, should

also be written on the outer carton and on the most inner container in bold letters. All tablets shall be supplied in strip

/ blister pack (one side aluminum and other side PVC/PVD). Expiry date must be printed on each strip / blister. The

syrup should be supplied in glass / pet bottle with sealed caps.

vi. The quality of packing material, its labelling, packing structure and printing will be same as that of their commercial

supply but according to government supply colour scheme.

c) Additional instructions for packing iii. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability (Including

coloration of medicines) of the Drug for human consumption etc. in accordance with the Drugs Act, 1976/DRAP Act

2012/Punjab Drugs (Amendments) Act 2017 & rules framed thereunder on judicial paper.

iv. The bidder shall supply the Drugs/Medicines/Items in special green packing with Logo of the Government of Punjab

(exempted for imported items). The following wording/insignia shall be printed in bold letters both in Urdu & English

in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In combo Packs the

sterilized water for injection / solvent shall bear the wording/insignia on the vial/ampoules etc.

d). Shelf life iv. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported drugs.

v. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of actual shortfall

in shelf life below prescribed limit for locally manufactured and imported medicines respectively.

vi. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70%will be accepted without

penalty charges and up to 60%with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed

limit”

e). Testing/Verification Procedures (Bulk) vii. After delivery of drugs and medicines at the Purchaser’s premises, the Consignee shall send the samples from all

batches of each consignment of the supplied store to the Drugs Testing Laboratory, Punjab, for testing. The Inspection

Committee constituted by the Purchaser shall inspect the quantity, specifications of goods after receipt of standard

quality report of each batch of supplied store issued by DTL concerned under Drugs Act 1976/DRAP Act 2012/ Punjab

Page 186: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 185 of 238

Bidder Signature & Stamp

Drugs (Amendments) Act 2017 & rules framed thereunder. The cost of the lab tests shall be borne by the Supplier.

The firm shall be bound to provide primary reference standard (s)/traceable secondary standard (s) to the

concerned Drugs Testing Laboratories of Punjab as and when demanded. In case of secondary reference

standard, the certificate of analysis and proof of traceability shall also be provided by the contractor.

viii. In case of Adverse/failure report of any batch, the Supplier has the right to go for appellate

laboratory. If it is again declared substandard, the Supplier will be intimated and they will be bound

to re-supply the entire fresh stock of that batch free of cost within the reasonable time period to

be intimated by the purchaser but not later than 21 days (three weeks) from the date of intimation,

which will be subject to completion of all testing and verification formalities. At the parallel, the

case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act

1976/DRAP Act 2012/Punjab Drugs (Amendments) Act 2017 and disposal of substandard stocks.

ix. The Inspection Committee will carry out detailed physical examination of stocks and can reject,

even if it is declared of standard quality by DTL, if found not according to the approved sample and

other technical specifications like packaging, labeling, printing and quantity etc. Moreover, the

Supplier will also be responsible to replace the unconsumed expired stores without any further

charges.

f) Transportation/Delivery Requirements xi. The Supplier shall arrange such transportation of the drugs and medicines as is required to prevent

their damage or deterioration during transit to their final destination and in accordance with the

terms and manner prescribed in the Schedule of Requirement.

xii. All costs associated with the transportation including loading/unloading of drugs and medicines and road taxes shall

be borne by the Supplier.

xiii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for such types of items.

The firm shall be bound to produce batch wise cold chain data from the source of origin & thermo log data from factory

to Consignee’s end.

g) Integrity Pact

The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than

10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.

(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.

No Parameters Detail

Total

Marks Remarks

Page 187: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 186 of 238

Bidder Signature & Stamp

1

Past

Performance

As per Bid

Form

Major institutions served:

Sr.

No

No. of Institution

Served

Score

1 1 3

2 2 to 3 6

3 4 to 5 9

4 6 to 7 12

5 8 and above 15

15

Institution includes

Government Departments and

Registered Private

Organizations.

2

Income tax &

sales tax

registration

1 Income tax registered 5

2 Sale tax registered 5

10

Authorized certificate issued by

the concerned Authority is

required.

3

Product

sample

(Where

Applicable/

Company

goodwill &

reputation

Goodwill will be examined as per

following parameters:

1 Excellent 10

2 V. Good 8

3 Good 5

4 Satisfactory 3

5 Poor 0

* Good means-- no criminal/financial

case pending against the company.

Never ever black listed.

10 Marks obtained/N/A

4 Financial

soundness

1 5-10 Million 10

2 10-15 Million 15

3 Above 15 Million 20

20 Bidders having less than 5

Million are ineligible.

5 Performance

Certificates

1 1 to 3 certificates 5

2 More than 3

certificates

10

10

Performance Certificates/

Satisfactory reports from

serving clients.

6

Technical &

Sales Staff

details

1 Have up to 05 persons 10

2 Have more than 10

persons.

15

15 Technical Human Resources

7

Income Tax

& GST

returns

1 For One Year 10

2 For 2 years 15

3 More than 2 years 20

20 Last three years Income Tax

& GST returns

Total marks: 100

Qualifying marks: 50%

FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tendere(s) shall be called for opening of the Financial

Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue

Page 188: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 187 of 238

Bidder Signature & Stamp

indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or

their authorized representatives shall be allowed to take part in the Financial Proposal(s).

ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended

2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of

duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to

adjust the same in the Financial Proposal.

ANNEX-1

LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)

Bid Ref No.

Date of the Opening of Bids

From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}

To: [Medical Superintendent, DHQ Hospital Bahawalnagar]

Dear Sir/Madam,

Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual

Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver

the Goods under the above-named Contract in full conformity with the said bidding documents and at the

rates/unit prices described in the price schedule or such other sums as may be determined in accordance

with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules

attached herewith and are made part of this bid.

We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the

Goods in accordance with the delivery schedule specified in the schedule of requirements.

Page 189: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 188 of 238

Bidder Signature & Stamp

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,

and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain

binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your written

acceptance of the bid and your notification of award, shall constitute a binding Contract between us.

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

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we

will strictly observe the laws against fraud and corruption in force in Pakistan.

We will pay the testing fee for samples collected from any supply of any district to be tested and will accept

the results to testing by DTLs, Punjab.

We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding

documents.

Dated this [insert: number]day of [insert: month], [insert: year].

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 190: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 189 of 238

Bidder Signature & Stamp

ANNEX- 2

TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial

Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,

Detailed Specifications and the required supporting documents along with our Technical Bid as per

tender eligibility criteria.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 3

Page 191: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 190 of 238

Bidder Signature & Stamp

FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal

for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have

attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along

with our Financial Bid.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 4

QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with

Financial Proposal in individually sealed envelope for each item in a single main sealed

envelope for all items.

Bidders are required to fill this form for the items they wish to quote as per detailed

specification of items mentioned in Technical specification of Contract.

Page 192: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 191 of 238

Bidder Signature & Stamp

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr. No Name of Items Specifications Quoted Price

1 Glass slides 1x72 pack

2 Cover slips.

22x22, 18x18, 1x200

Pack

3 Disposable Urine Sampling Containers -

4 Gel Tube 3ml/5ml BD/Biovac/Immued

5 EDTA Tube 3 ml (Purple Top) BD/Biovac/Immued

6 Sodium Floride Tube ( Gray Top) BD/Biovac/Immued

7

Sodium Citrate Tube 2.8 ml ( Light

Blue) BD/Biovac/Immued

8 Stool containers sterile with spatula

9 Plastic racks all size for test tubes. -

10 Specimen transport tray stainless steel

11 Micropipettes adjustable 10-100ul Eppendrof/dragon

12 Micropipettes adjustable 100-1000ul Eppendrof/dragon

13 Micropipettes adjustable 2-10ul Eppendrof/dragon

14 Micropipettes Rack plastic rack

15 Micropipettes adjustable 500ul Eppendrof/dragon

16

Gamma GT 1000ml(open channel/

close system regent base) multinational

17

Calcium (open channel/ close system

regent base) multinational

18

C-k (open channel/ close system regent

base) multinational

19

LDH(open channel/ close system regent

base) multinational

20

CKMB(open channel/ close system

regent base) multinational

21

HBsAg ELISA Kit (manual Elisa/close

system regent base)

Manual/auto close

system

22

Anti HCV ELISA Kit(manual

Elisa/close system regent base)

Manual/auto close

system

23

Triiodothyronine-T3 Total(Manual

Elisa / close system regent base)

Manual/auto close

system

24

TSH (Manual Elisa/ close system

regent base)

Manual/auto close

system

25

Thyroxine,T4 Total (Manual Elisa/

close system regent base)

Manual/auto close

system

26 Zeil Neelson Stain Prepared full set Dysis

27

Urine analysis strips 10 parameters

1x100 Roche/Combe

28

Urine analysis strips 03 parameters

1x100 Roche/Combe

Page 193: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 192 of 238

Bidder Signature & Stamp

29 Pregnancy Strips (100 Test) immumed

30 ASO kit (100 Test) Merck/Bsm

31 C- Reactive Protein (100 Test) Merck/Bsm

32 RA factor kit.(100 Tests) Merck/Bsm

33 widal 6 antigen set Merck/BSM

34 H. Pylori Antibody SD/DS/Immumed

35 ANA Qualitative (100 Test) Merck/BSM

36 ICT TB (Mycodot) SD/DS/Immumed

37 ICT MP SD/DS/Immumed

38 Typhidot Devices (ICT) sd/ctk/immumed

39 Hepatitis BsAg device (ICT) sd/ds/immumed/accurate

40 Hepatitis C Ab device (ICT) sd/ds/immumed/accurate

41 ESR tubes (westergren's) Westergren's

42 ESR racks (stand for 10 tubes) -

43 Neubauer Counting Chamber Neubauer

44 EDTA Powder Merck 200 gm pack Merck

45 Hb kits 2x 500ml Merck

46 Field's Stain A+B (Ready to use) set Merck

47 Sterile Swab -

48 Prickers 50 PER 1 Pack -

49 Roller mixer -

50

Blood Glucose kit with STD (GOD

PAP) 1000ML(1000test) (open

channel/ close system regent base)

multinational

51

Blood Urea kit with STD (Berthelot)

UV 1000ml(500 test)(open channel/

close system regent base)

multinational

52 S.Bilirubin kits (open channel/ close

system regent base) multinational

53

S.Creatinine kits with STD 1000 ml

(1000 test)(open channel/ close system

regent base)

multinational

54 S.GPT kits 1000 ml(open channel/

close system regent base) multinational

55 S.GOT kits 500 ml (open channel/ close

system regent base) multinational

56

S. Alkaline Phosph. 500 ml ( 500 test)

(open channel/ close system regent

base)

multinational

57 S.Cholesterol with STD (open channel/

close system regent base) multinational

58 S.Triglycerides with STD(open

channel/ close system regent base) multinational

59 Reagent for PT (100 Test) Diamed/ others

60 Reagent for APTT (100 Test) Diamed/others

Page 194: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 193 of 238

Bidder Signature & Stamp

61 S.Total Protein with STD (open

channel/ close system regent base) multinational

62 S.Albumin with STD (open channel/

close system regent base) multinational

63 Quality control sera set (Normal,

Pathological) multinational

64 S. Uric acid with STD (open channel/

close system regent base) multinational

65 Blue tips for pipettes 100-1000ul

66

Yellow / white tips for pipettes(1x1000

per pack ) 10-200ul

67 Saniplast 1x100

68 Steel racks for test tubes Small and large

69 Tube cleaning brushes -

70 Glass Marking Pen Diamond pen

71 Slide Tray Plastic -

72 Sticker for slide labelling -

73 WBC/TLC Solution Diasys 500ml

75 Disposable (conical) plastic tube 12x75mm

76 Glass test Tube 12x75mm

77 Tooth picks 1 pack -

78 Ceder wood oil 500 ml National

79 Syphilis ICT Device (VDRL) multinational

80 Anti HIV AIDS device per test multinational

81 HDL 1x80 ml (open channel/ close

system regent base) multinational

82 LDL 1x80ml open channel/ close

system regent base multinational

83 ESR Solution 500 ml Merck/Diasys

84 Alcohol Swab (200 Pcs) 1x200

85 Cotton roll -

87 Sprit pack 1 Liter Merck/Diasys

88 Tourniquet -

89 N 95 Face Mask 1x50 -

90 Distilled Water (20 L) -

91 CBC Controls 3 level multinational

92 Dengue Test Devices ( ICT) IgG &

IgM multinational

93 Dengue NS-I

94 Diatron abacus Diluent 20 liter

Diatron Abacus

95 Diatron abacus cleaner 01 liter

96 Diatron abacus lyse 01 liter

97 Geimsa Stain 500ml Bottle Merck/Diasys

98 N/10 Solution 500ml Merck/Diasys

Page 195: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 194 of 238

Bidder Signature & Stamp

99 Amylase Kit (open channel/ close

system regent base) multinational

100 Humalite Electrolytes Regent Set

Humalite

101 Humalite Electrolytes Regent Pack

102 Humalite Electrolytes Control

103 Sysmex Reagent Set

Sysmex (Regent base)

104 Diluent Cell Pack (20liter)

105 Stemolyser (Lyse)

106 Plastic Test tubes 500pack disposable 25 x150mm ST

107 HbA1c (100 test kit)(close system

regent base) multinational

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

ANNEX- 5

PERFORMANCE GUARANTEE

To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract

No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a

Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for

compliance with the Supplier’s performance obligations in accordance with the Contract.

Page 196: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 195 of 238

Bidder Signature & Stamp

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to

a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument,

any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove

or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 201___

Signature and Seal of the Guarantors/ Bank

Address

Date

ANNEX- 6

CONTRACT FORM AGREEMENT

THIS CONTRACT is made at on day of 201__, between

the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as

“Party” and collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)

being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to

supply the required item (s); and

Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;

Item

No. Item Name

Approved

Specifications

Unit Price in PKR

(As per contract) Quantity

Total Cost

(PKR)

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

Page 197: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 196 of 238

Bidder Signature & Stamp

5. The Contract: The following documents shall be deemed to form and be read and construed as

integral part of this Contract , viz:-

a. This Contract Form

b. The Schedule of Requirements Annex- A

c. Special Conditions of Contract & the Technical Specifications Annex- B

d. Original Price Schedule along with unsolicited discount offered by the firm (if any)

submitted by the Bidder. Annex- C

e. The Notification of Award (AAT) Annex- D

f. Purchase Order Annex-E

g. Payment Schedule Annex-F

h. The General Conditions of Contract Annex-G

i. Performance Guarantee/Security Annex-H

j. Manufacturer’s certificate of warranty under Drugs Act 1976/DRAP Act 2012 & rules

framed thereunder Annex-I

k. The bidding document of Procuring Agency Annex-J

2. Interpretation: In this Contract words and expressions shall have the same meanings as are

respectively assigned to them in the General Conditions of this Contract hereinafter referred to as

“Contract”: 39. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless

amended by mutual consent.

40. The Supplier declares as under:

i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,

interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or

agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business

practice.

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or

other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly

declared pursuant hereto.

iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all

persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall

not take any action to circumvent the above declaration, representation or warranty.

iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any Contract, right, interest, privilege 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.

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to

indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and

further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or

inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever

form from Procuring Agency.

Page 198: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 197 of 238

Bidder Signature & Stamp

vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken

and/or award made by the sole arbitrator shall be final and binding on the Parties.

41. Items to be Supplied & Agreed Unit Cost:

(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the

Price Schedule Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical

Specification (Annex B) prescribed by the Purchaser against each item

(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with

transportation and other agreed incidental costs.

42. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the Goods and Services, as specified in the Schedule of Requirements and Technical

Specification in accordance with the Price Schedule submitted by the Supplier, the amount against

the delivered items or such other sum as may become payable under the provisions of this Contract

at the time and in the manner prescribed by this Contract.

43. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued

in the name of [supplier’s name].

44. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed

Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of

documentary and codal formalities highlighted in the Payment Schedule at Annex F.

45. Performance Guarantee/Security:

(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a

Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total

Contract amount having validity of one year from its date of issuance from any scheduled bank on

the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be

released to the Supplier upon successful completion of the Contract.

(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &

blacklisting of firm.

46. Penalties/ Liquidated Damages

(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time

frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall

stand cancelled.

Page 199: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 198 of 238

Bidder Signature & Stamp

(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance

Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.

(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount

of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted

minimum for two years for future participation.

(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent

contract/purchase order.

(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance

of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered

supply shall be imposed upon the Supplier.

47. Notices: All notices and correspondences incidental to this contract shall be in English

language and shall be addressed to:

For the Purchaser:___________

For the Supplier:_____________

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed: For The

Manufacturer/ Authorized Agent.

Sealed & Signed on behalf of

Purchaser

Witnesses-1 on behalf of the

Contractor

Witnesses-2 on behalf of the

Contractor

CC:-

13. --------------------------------------- 14. --------------------------------------- 15. ---------------------------------------

Witnesses-1 on behalf of the Purchaser

Witnesses-2 on behalf of the

Purchaser

ANNEX- 7

PAYMENT SCHEDULE

v. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably

be central;

i. against satisfactory performance and upon submission of required documents and in accordance with the

procedure mentioned in Rule 64 and other relevant rules of PPR-2014.

Page 200: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 199 of 238

Bidder Signature & Stamp

j. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government

dues (if any) including Professional Tax and DTL Testing Charges.

vi. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the

receipt of complete supply as per schedule mentioned in schedule of requirement within due time.

ANNEX- 8

SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)

The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by

Procuring agency as per following schedule of requirements: -

Respective Consignee’s End:

v. DHQ HOSPITAL BAHAWALNAGAR

Free delivery to Consignee’s end (DDP) basis.

Page 201: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 200 of 238

Bidder Signature & Stamp

Supply schedule

Delivery of

Quantity without Penalty

(X)

Grace Period (Y)

Immediately after Receiving of

Purchase Order.

07 Days 03Days

With penalty @0.067% per day.

After Completion of due delivery period specified against

each installment penalty (0.067% per day) shall be imposed

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 9

AFFIDAVIT (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly state that: 36) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

37) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.

38) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.

39) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.

40) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.

41) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related

to this bid or award or contract.

42) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

43) That the prices offered are not more than trade price.

Page 202: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 201 of 238

Bidder Signature & Stamp

44) I/We, further undertake that I/we will ready to pay the standard charges of testing samples by DTLs Punjab, if needed

or required by the Medical Superintendent DHQ Hospital Bahawalnagar.

45) I/we further under take to provide the Batch Release Laboratory Test Reports of each batch of the product on its

delivery.(If needed for required items)

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 10

INTEGRITY PACT AFFIDAVIT (RS: 100/- JUDICIAL STAMP PAPER)

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

Page 203: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 202 of 238

Bidder Signature & Stamp

ANNEX- 11

AFFIDAVIT FOR PRICE RESPONSIBILITY (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 13) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

14) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other

institutes during same fiscal year.

15) That if our offered prices found higher than offered prices of our firm against prescribed items in other served

institutions, we shall remain bound for recovery of high price difference on our firm.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 12

AFFIDAVIT FOR NON BLACKLISTING (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 21) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

22) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active filer in terms of both

income tax and sales tax.

Page 204: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 203 of 238

Bidder Signature & Stamp

23) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation

(both income tax and GST) and in terms of violation of any contract with any Public or semipublic institute.

24) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in

lieu of Income Tax & Sales Tax.

25) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or

may terminate our contract during the contract period

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 13

CHECK LIST The bidder must attach this list along with the Bid

Packing of the Bid

S.No Description Yes/No

01 Bid submitted in 2 envelopes

02 Technical Proposal Envelop A

03 Financial Proposal Envelop B

04 Both envelops packed in single larger envelop

SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, must number all the pages of supporting

documents, provide the page information and arrange the documents in the following order:

Envelope A: Enclosures of Technical Proposal Attached

(Yes/No)

Page No.

1 Check List

2 Covering Letter/Letter of intention

3 Original receipt for purchase of tender and Signed

Bidding Document copy of the Tender

4 Bid Security 2% of total estimated cost in the favor of

Medical Superintendent DHQ Hospital Bahawalnagar,

should attached with financial bid & photocopy of the

same attached with

Page 205: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 204 of 238

Bidder Signature & Stamp

Technical bid as demanded in bidding document.

5 Valid computerized Drug sale License as mentioned in

bidding document

6 Copy of CNIC of Proprietor

7 National Tax Number and General Sale Tax number

certificate.

8 Warranty Certificate as per Drug Act 1976/ DRAP Act,

2012

9 Company Profile

10 Schedule of requirements

11 Price Responsibility Affidavit

12 Non Blacklisting Affidavit

13 Bidders Undertaking/Affidavit

14 Integrity Pact Affidavit

Note: All the above documents and any other supporting document must be page number & must

be mentioned in the column specified for the purpose.

*Technical Evaluation Committee can call any firm owner/representative participating in the

tender process for the verification of the documented evidence attached with the technical proposal

by the firm.

Total Number of pages attached with the Technical Bid __________Pages

17 Tender Document duly signed and

stamped each page by the bidder must

be attached at the end of the Technical

Bid but numbering is not required for

this document.

18 Bank Statement of Firm’s Bank

Account

Envelope B : Enclosures of Financial

Proposal

Attached(Yes/No) Page No

19 Financial Proposal Covering Letter

20 Quoted Price Schedule Rates Form duly

filled, signed and stamped by the bidder

21 Bid Security in shape of CDR

Note:

I. Failure to provide any of the above documents will results in rejection of bid.

II. No reminder or letter will be issued for any missing document.

Page 206: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 205 of 238

Bidder Signature & Stamp

(DHQ HOSPITAL BAHAWALNAGAR)

Page 207: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 206 of 238

Bidder Signature & Stamp

TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.

1 INVITATION FOR BIDS/ADVERTISEMENT 2

2 SPECIAL TERMS & CONDITIONS 5

3 GENERAL TERMS & CONDITIONS 6

4 REJECTION OF BIDS 6

5 ACCEPTANCE OF BIDS 7

6 PERFORMANCE GUARANTEE 7

7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7

8 NO OFFER WILL BE CONSIDERED IF IT 7

9 INSPECTION AND TEST/ANALYSIS 7

10 DELIVERY AND PAYMENT 8

11 GENERAL CONDITIONS 9

12 TECHNICAL SPECIFICATION OF THE CONTRACT 20

13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 21

14 FINANCIAL EVALUATION 22

15 ANNEX-1 (LETTER OF INTENTION) 23

16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 24

17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 25

18 ANNEX-4 (QUOTATION PRICE SCHEDULE) 25

19 ANNEX-5 (PERFORMANCE GUARANTEE FORM) 27

20 ANNEX-6 (CONTRACT FORM) 28

21 ANNEX-7 (PAYMENT SCHEDULE) 32

22 ANNEX-8 (SCHEDULE OF REQUIREMENTS) 33

23 ANNEX-9 (BIDDER’S UNDERTAKING ON THE STAMP PAPER) 34

24 ANNEX-10 (INTEGRITY PACT) 35

25 ANNEX-11 ( PRICE RESPONSIBILITY CERTIFICATE) 36

26 ANNEX-12 (NON BLACKLISTING AFFIDAVIT) 37

27 ANNEX-13 (CHECK LIST) 38

s

INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &

SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,

STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.

Page 208: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 207 of 238

Bidder Signature & Stamp

The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole

agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02

to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /

Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and

Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary

Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood

Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.

S# NAME OF TENDER BID SECURITY

(2% of Estimated

Cost )

LAST

DATE&

TIME OF

SALE OF

TENDER

LAST DATE

& TIME

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF

TENDER

01 Framework Contract of

LP Medicine (Day to

Day) & LP Bulk

,Surgical Disposable &

Dialysis’s Medicine

2% of Estimated

Cost (Rs.

30,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

02 Framework Contract for

Bio Medical Gases

2% of Estimated

Cost (Rs. 8,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

03 Framework Contract for

Stationary & Printing

Items

2% of Estimated

Cost (Rs.

10,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

04 Framework contract for

General Store items i.e.

(Electric Store/Street

Lights items, General

items, Waste

Management items,

Sanitary items)

2% of Estimated

Cost (Rs.

16,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

05 Framework Contract of

Laboratory Kit &

Chemicals etc.

2% of Estimated

Cost (Rs. 5,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

06 X-Ray Films and

Chemicals

2% of Estimated

Cost (Rs. 7,000,000)

18-11-2019

at 10:00AM

19-11-2019

at10:00AM

19-11-2019

at11:00AM

66. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer

under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their

letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each

set of bidding documents & detailed specifications.

67. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last

Date as mentioned in the advertisement during office hours. However, a copy of the bidding

documents is also available for information only on the websites of PPRA

(www.ppra.punjab.gov.pk until the closing date for the submission of bids.

68. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received

till the stipulated date & time shall be opened on the same day in the presence of the bidders or their

authorized representatives (who choose to attend) by the purchase committee. Bid Security of the

Page 209: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 208 of 238

Bidder Signature & Stamp

2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit

from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same

should be attached with technical proposal otherwise bid will be rejected. Bids shall not be

entertained after the mentioned date and time.

69. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as

“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.

Financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

70. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)

71. The bidding documents duly signed by the Medical Superintendent DHQ Hospital

Bahawalnagar will be accepted.

72. All bids should be submitted in tape binding. All documents should contain proper page

marking, attached in sequence as indicated for evaluation in the bidding documents along with

signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

73. In case the date of opening or last date of sale is declared as a public holiday by the government or

non-working day due to any reason, the next official working day shall be deemed to be the date of

sale and submission and opening of tenders accordingly. The time and venue shall remain the same.

74. The bidders are requested to give their lowest and best prices with their bids.

75. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and

original receipt of purchase tender to be attached with the technical bids.

76. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or

proposal. The procuring agency shall upon request may communicate to any bidder, the grounds

for its rejection of all bids of proposal, but shall not be required to justify those grounds.

77. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration

certificate must be provided.

78. For obtaining any further information, list of items or clarification, please contact the person named

below.

(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)

(Dr. Muhammad Aslam Tahir)

Medical Superintendent

DHQ Hospital Bahawalnagar.

Page 210: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 209 of 238

Bidder Signature & Stamp

SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background

and registered with NTN and sales tax for the purchase of X-Ray Films & Chemicals for the financial

year 2019-20 involved in running institutional business/distribution/manufacturing or production of X-

Ray Films & Chemicals. Tender should be sent in the name of Medical Superintendent DHQ Hospital

Bahawalnagar along with the following documents.

KNOCKOUT CLAUSES OF TENDER Sr.

No.

Parameters YES/NO Page No

01. Original Receipt for purchase of tender and signed copy of bidding

document.

02. Copy of proprietor’s CNIC.

03. Bid Security 2% of total estimated cost in the favor of Medical

Superintendent DHQ Hospital Bahawalnagar, should be attached with

financial bid & photocopy of the same attached with technical proposal.

Technical bid as demanded in bidding document.

04. National tax number & General Sales Tax Number Certificate.

05. All bids should be submitted in tape binding. All

documents should contain proper page marking, attached in sequence as

indicated for evaluation in the bidding documents and signatures of

authorized person. Moreover, signing and stamping on each page of

bidding documents/form is mandatory.

Page 211: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 210 of 238

Bidder Signature & Stamp

06. Price Responsibility Certificate: The Bidder must submit an affidavit on

judicial paper of Rs. 100 that they have not supplied these items at lower

rate than the price quoted in the tender to any other Govt Institute in

current financial year.

07. Undertaking regarding the firm never black listed, uninterrupted supply of

items on the legal stamp paper of Rs. 100/- Person having registered more than

one companies with FBR must ensure that none of his company is been ever blacklisted

by the FBR, in lieu of Income Tax & Sales Tax.

08. Undertaking with the version that the bidder understands and agrees to all

terms and conditions of bidding document, shall abide by all rules,

regulations, and all general and special clauses of this bidding document

and all information given by bidder in the bidding document is correct to

the best of my knowledge on the legal stamp paper of Rs.100.

GENERAL TERMS & CONDITIONS

159. All the procurement procedures will be done strictly in accordance with the PPRA Rules

(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The

envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.

160. The envelope must also clearly show the bid title and bidder’s name and address. Failure

to comply with this requirement may result in rejection of the bid and the committee decision in

this regard shall be final. Bids submitted after the prescribed time shall not be entertained.

161. Only Technical Proposal will be opened by the tender opening committee. The financial

proposal will be opened by tender opening committee of responsive/technically successful

bidders later on the declared time place & date. Financial proposal of the non-responsive/

technically unsuccessful bidders will be returned as such to them on that date without opening

their financial offers as per PPRA Rules 2014 (amended till to date).

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

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

164. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed

will not be entertained.

165. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as

non-responsive. Extendable equal to the period of the original bid validity.

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

Page 212: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 211 of 238

Bidder Signature & Stamp

167. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital

Bahawalnagar

168. The validity of the contract will be till 30-06-2020, extendable for three (03) months if

needed.

169. The supplier/tenderer’s background should be financially sound based on authentic bank

statement.

170. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at

all times.

171. The supplier/tenderer should ensure the availability of wide range of items. No alternate

shall be acceptable.

In case of default, the administration may take appropriate action including fine to be decided

by the administration.

172. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids

has been submitted however the procuring agency may seek and accept clarification to the bid that

do not change the substance of the bid.

173.Limitation on Negotiations: There shall be no negotiation with the bidder. 174. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

175. Acceptation of Bids: The bidder with the minimum price, of not conflict in any other law,

rules regulations or policy of the Government of Punjab, shall be awarded the procurement award.

176. Performance Guarantee: The successful bidder shall furnish performance security 05%

of total estimated cost in addition to bid security already deposited by the firm. The performance

security shall be deposited in the shape of cash deposit receipt.

177. Qualification of suppliers and Contractors: The procuring agency, at any stage of the

procurement proceeding, may require the suppliers or contractors to provide information

concerning their professional, technical, financial, legal or managerial competence whether already

prequalified or not.

178. No Offer will Be Considered if:

• It is submitted without call deposit by the registered firm in the name of Medical Superintendent

DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.

• It is unsigned.

• It is ambiguous.

• It is not written on the firm’s letter head.

• It is over written.

• It is conditional.

• It is given by the black listed, suspended and removed firm from the approval list of the Health

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

Government.

• It is received with a validity period shorter than 30 June 2020.

• Does not confirm to the general conditions of the tender.

• It is received without earnest money as specified in the tender.

• Bidding document are not attached with bids.

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

180. Successful bidder is bound to supply the quantities of all the desired brands.

Page 213: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 212 of 238

Bidder Signature & Stamp

181. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if

not found as per specification as required of the demand. In case of non-supply the same will be

purchased from the local market and the amount will be recovered from the contractor, If supplier

showed non-compliance of terms and conditions, Procuring Agency will cancel the contract

at any time without giving any advance notice.

182. In case of any dispute the decision of the Medical superintendent DHQ Hospital

Bahawalnagar will be final.

183. The Supplier will be responsible to mentions details of items in the bill like Generic Name

of item, Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.

184. In Case of non-supply of any item within stipulated period as per contract, risk purchase

may be done from any other reputable institute and difference shall be deducted from the

performance guarantee of contractor.

185. The firm will be fully responsible to supply the store as per requirement of DDO as per

supply order. 186. Warranty of X-Ray Films & Chemicals supplied as per tender specification of Quality & Quantity (Comprehensive).

187. The firm will be wholly & solely responsible if it failed to supply X-Ray Films & Chemicals

in the stipulated time frame as per Purchase Order /Telephonic Directions of the Medical

Superintendent/Management of the Hospital. Bidder also responsible to maintain handsome

quantity of Items to meet any sort of emergency requirements of the procuring agency. 188. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt

of such notice, the supplier shall replace the Items within Seven (7) days, inclusive of, where applicable, the cost of

inland delivery

189. Delivery and Payment

XXXV. Items should be received defaced and issued from store as per prescribed mechanism of hospital

and must be entered into acknowledgement register.

XXXVI. The authorized pharmacist/Storekeeper shall verify the bills in comparison to entries in register as

per prescribed mechanism of hospital.

XXXVII. In case delayed supply the risk purchase should be made from the security deposit of contractor. In

case of constant default the process of risk purchase should be repeated and tenders may be re-

called for fresh competition.

XXXVIII. The contractor will submit the bills on monthly basis for payment. The contractor will provide an

authentic price list of items if and when required for verification of bills.

XXXIX. In case, contractor charges excess rates the difference will be recovered from contractor either from

his bills or security.

XL. The contractor will be bound to provide the invoice of his source of purchase if and when required.

Page 214: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 213 of 238

Bidder Signature & Stamp

GENERAL CONDITIONS

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

indicated:

(a) “The Contract” means the agreement entered into between

the Purchaser and the Supplier, as recorded in the

Agreement signed by the Parties, including all attachments

and appendices thereto and all documents incorporated by

reference therein.

(b) “The Contract Price” means the price payable to the

Supplier under the Contract for the full and proper

performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier

is required to supply to the Purchaser under the Contract.

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

of above goods, such as printing of special instructions on

the label and packing, design and logo of the Government

of Punjab, transportation of goods up to the desired

destinations and other such obligations of the Supplier

covered under the Contract.

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

contained in this section.

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

Page 215: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 214 of 238

Bidder Signature & Stamp

(g) “The Purchaser” means the Government of Punjab, , itself

and Director General Health Services Punjab, Program

Managers/Project Director of Vertical Programs, all

EDOs (Health) & Medical Superintendents working under

.

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

goods under this Contract.

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are

not superseded by provisions of other parts of the Contract.

3. Source of

Import

3.1 All goods and related services to be supplied under the contract

that are required to be imported in Pakistan shall have their origin

in eligible source countries as prescribed by the commercial

policies of the Federal Government of Pakistan and all

expenditures made under the contract shall be limited to such

goods and services.

3.2 For purposes of this clause, “origin” means the place where the

goods are produced, or the place from which the related services

are supplied. Goods are produced when, through manufacturing

or processing.

4. Standards 4.1

4.2

4.3

4.4

The goods supplied under this Contract shall conform to the

standards mentioned in the Technical Specifications.

In consideration of the payments to be made by the Purchaser to

the Supplier as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser to provide the Goods and Services

and to remedy defects therein in conformity in all respects with

the provisions of this Contract.

If the Supplier provide substandard item and fail to provide the

fresh supply, the payment of risk purchase (which will be

purchased by the Purchaser) the price difference shall be paid by

the Supplier.

In case of supply of substandard product the cost associated with

disposal/destruction or associated handling shall be borne by the

Supplier i.e., removal from purchaser’s premises, burning,

dumping, or incineration.

5. Use of Contract

Documents and

Information.

5.1

5.2

The Supplier shall not, without the Purchaser’s prior written

consent, disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information

furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the

Supplier in the performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall

extend only so far as may be necessary for purposes of such

performance.

Page 216: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 215 of 238

Bidder Signature & Stamp

5.3

5.4

The Supplier shall not, without the Purchaser’s prior written

consent, make use of any document or information enumerated

in GCC Clause 5.1 except for purposes of performing the

Contract.

Any document, other than the Contract itself, enumerated in GCC

Clause 5.1 shall remain the property of the Purchaser and shall

be returned (all copies) to the Purchaser on completion of the

Supplier’s performance under the Contract if so required by the

Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier’s

accounts and records relating to the performance of the Supplier.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

country.

7. Submission of

Samples

7.1 Before commencing supplies, the Supplier shall provide samples

free of cost, if and as specified in the Schedule of Requirements

of the product to the designated office or staff, as the case may

be.

8. Ensuring storage

arrangements

8.1 To ensure storage arrangements for the intended supplies, the

Supplier shall inform the Purchaser at least 0ne (01) week in

advance. However, in case no space is available at the

Purchaser’s premises at the time of supply, the Purchaser shall,

at least 02 days prior to such situation, shall inform the Supplier,

in writing, of the possible time frame of availability of space by

which the supplies can be made. In case the Supplier abides by

the given time frame it shall not be penalized for delay.

9. Inspections and

Tests

9.1 The Purchaser or its representative shall have the right to inspect

and / or to test the goods in accordance with the procedure given

in the SCC to confirm their conformity to the Contract

specifications at no extra cost to the Purchaser.

9.2 All costs associated with testing shall be borne by the Supplier.

9.3

The Purchaser’s right to inspect, test and, where necessary, reject

the goods after the goods either at Supplier’s premises or upon

arrival at Purchaser’s destinations shall in no way be limited or

waived by reason of the goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to

the goods delivery from the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier

from any warranty or other obligations under this Contract.

Page 217: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 216 of 238

Bidder Signature & Stamp

10. Delivery and

Documents

10.1

10.2

10.3

The Supplier in accordance with the terms and manner specified

in the Schedule of Requirements shall make delivery of the

goods.

The Supplier shall furnish all necessary documentation necessary

for completion of the delivery, at the time of delivery and in the

manner prescribed.

The goods supplied under the Contract shall be delivered on free

delivery of consignee’s end basis under which risk is transferred

to the buyer after the Goods having been delivered;

11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the

Goods subject to the contract.

12.Transportation 12.1

12.2

The Supplier shall arrange such transportation of the goods as is

required to prevent their damage or deterioration during transit to

their final destination and in accordance with the terms and

manner prescribed in the Schedule of Requirement/bidding

document.

All costs associated with the transportation of the goods subject

to this contract shall be borne by the Supplier.

13. Incidental

Services

13.1

The Supplier shall be required to provide the incidental services

as specified in the SCC and the cost of which is included in the

total bid price.

14. Warranty 14.1

14.2

All goods subject to this contract shall be accompanied by the

necessary warranty in the manner prescribed in the SCC.

The Purchaser shall promptly notify the Supplier in writing of

any claims arising under this warranty.

15. Payment 15.1

15.2

The purchaser shall make payments to the Supplier in accordance

with the conditions set forth in the Payment Schedule agreed and

annexed to this contract.

The currency of payment shall be Pakistan Rupees.

16. Prices 16.1 Prices charged by the Supplier for goods delivered under the

Contract shall not vary from the prices quoted by the Supplier in

its bid and shall remain the same till the expiry of the contract

unless the Parties to this contract mutually agree to vary the

prices.

17. Contract

Amendments

17.1 No variation in or modification of the terms of the Contract shall

be made except by written amendment signed by the Parties.

18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations

to perform under this Contract, except with the Purchaser’s prior

written consent.

Page 218: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 217 of 238

Bidder Signature & Stamp

19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award

subcontracts under this Contract.

20. Delays in the

Supplier’s

Performance

20.1

20.2

20.3

Delivery of the goods shall be made by the Supplier in

accordance with the time schedule prescribed by the Purchaser in

the Schedule of Requirements.

If at any time during performance of the Contract, the Supplier

encounters conditions impeding timely delivery of the goods, the

Supplier shall promptly notify the Purchaser in writing of the fact

of the delay, its likely duration and its cause(s). As soon as

practicable after receipt of the Supplier’s notice, the Purchaser

shall evaluate the situation and may at its discretion extend the

Supplier’s time for performance, with liquidated damages, in

which case the extension shall be ratified by the Parties by an

amendment to the Contract.

Except as provided under GCC Clause 20, a delay by the Supplier

in the performance of its delivery obligations shall render the

Supplier liable to the imposition of liquidated damages as

prescribed in the SCC, unless the parties to this contract mutually

agree for extension of time.

21. Termination for

Default

21.1 The Purchaser, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of

the goods within the period(s) specified in the signed

contract, and subsequent contract/Purchase order or

within any extension thereof granted by the Purchaser

pursuant to GCC Clause 20; or

(b) if the Supplier fails to perform any other obligation(s)

under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has

engaged in corrupt or fraudulent practices in competing

for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent

practices means:

“the offering, giving, receiving, or soliciting of anything

of value to influence the action of a public official or the

contractor in the procurement process or in contract

execution to the detriment of the procuring agency; or

misrepresentation of facts in order to influence a

procurement process or the execution of a contract,

collusive practices among bidders (prior to or after bid

submission) designed to establish bid prices at artificial,

non-competitive levels and to deprive the procuring

Page 219: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 218 of 238

Bidder Signature & Stamp

agency of the benefits of free and open competition and

any request for, or solicitation of anything of value by

any public official in the course of the exercise of his

duty; it may include any of the following practices:

(i) coercive practice by impairing or harming, or

threatening to impair or harm, directly or indirectly, any

party or the property of the party to influence the actions

of a party to achieve a wrongful gain or to cause a

wrongful loss to another party;

(ii) collusive practice by arrangement between two or

more parties to the procurement process or contract

execution, designed to achieve with or without the

knowledge of the procuring agency to establish prices at

artificial, noncompetitive levels for any wrongful gain;

(iii) corrupt practice by offering, giving, receiving or

soliciting, directly or indirectly, of anything of value to

influence the acts of another party for wrongful gain;

(iv) fraudulent practice by any act or omission, including

a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

(v) obstructive practice by harming or threatening to

harm, directly or indirectly, persons or their property to

influence their participation in a procurement process,

or affect the execution of a contract or deliberately

destroying, falsifying, altering or concealing of evidence

material to the investigation or making false statements

before investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing

or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or

from pursuing the investigation, or acts intended to

materially impede the exercise of inspection and audit

rights;

Corrupt or

Fraudulent

Practices and

Mechanism to

Debar/Blacklist

the Defaulted

Bidder.

21.2 The following are the events which would lead to initiate under

Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xlvi. Submission of false fabricated / forged documents for

procurement in tender.

xlvii. Not attaining required quality of work.

xlviii. Inordinate tardiness in accomplishment of assigned/agreed

responsibilities / contractual obligations resulting loss to

procuring agency / Government.

xlix. Non execution of work as per terms & condition of contract.

l. Any unethical or unlawful professional or business behavior

detrimental to good conduct and integrity of the public

procurement process.

li. Involvement in any sort of tender fixing.

Page 220: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 219 of 238

Bidder Signature & Stamp

lii. Persistent and intentional violation of important conditions of

contract

liii. Non-adherence to quality specification despite being

importunately pointed out.

liv. Security consideration of the State i.e., any action that

jeopardizes the security of the State or good repute of the

procuring agency.

PROCEDURE: As per Rule-21 of the Punjab Procurement

Rules 2014.

22. Force Majeure 22.1

22.2

22.3

Notwithstanding the provisions of GCC Clauses 20 and 21, the

Supplier shall not be liable for forfeiture of its Performance

Guaranty, or termination/ blacklisting for default if and to the

extent that it’s delay in performance or other failure to perform

its obligations under the Contract is the result of an event of Force

Majeure. For the purposes of this clause Force Majeure means an

act of God or an event beyond the control of the Supplier and not

involving the Supplier’s fault or negligence directly or indirectly

purporting to mis-planning, mismanagement and/or lack of

foresight to handle the situation. Such events may include but are

not restricted to acts of the Purchaser in its sovereign capacity,

wars or revolutions, fires, floods, earthquakes, strikes, epidemics,

quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly

notify the Purchaser in writing with sufficient and valid evidence

of such condition and the cause thereof. The Purchaser shall

examine the merits of the case and all reasonable alternative

means for completion of the purchase order under the signed

contract and inform the Supplier of its findings promptly.

Unless Purchaser informs the Supplier in writing of its agreement

on the application of force majeure, the Supplier shall continue

to perform its obligations under the Contract as far as is

reasonably practical and shall seek reasonable alternative means

for performance not prevented by the Force Majeure event.

23. Termination

for Insolvency

23.1 The Purchaser may at any time terminate the Contract by giving

written notice of one month time to the Supplier if the Supplier

becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier,

provided that such termination shall not prejudice or affect any

right of action or remedy which has accrued or shall accrue

thereafter to the Parties.

24. Arbitration and

Resolution of

Disputes

24.1

24.2

The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the

Contract.

Page 221: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 220 of 238

Bidder Signature & Stamp

29.

Blacklisting

Mechanism 29.1 The procuring agency may, on information received from any resource, issue

show cause notice to a bidder or contractor.

29.2 The show cause notice shall contain:

(a) Precise allegation, against the bidder or contractor;

(b) The maximum period for which the procuring agency proposes to debar

the bidder or contractor from participating in any public procurement of the

procuring agency; and

(c) The statement, if needed, about the intention of the procuring agency to

make a request to the Authority for debarring the bidder or contractor from

participating in public procurements of all the procuring agencies.

29.3 The procuring agency shall give minimum of seven days to bidder or

contractor for submission of written reply of the show cause notice.

29.4 In case, the bidder or contractor fails to submit written reply within the

requisite time, the procuring agency may issue notice for personal hearing

to the bidder or contractor/ authorize representative of the bidder or

contractor and the procuring agency shall decide the matter on the basis of

available record and personal hearing, if availed.

29.5 In case the bidder or contractor submits written reply of the

Show cause notice, the procuring agency may decide to file the matter or

direct issuance of a notice to the bidder or contractor for personal hearing.

24.3

If, after thirty (30) days from the commencement of such

informal negotiations, the Purchaser and the Supplier have been

unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred to the Arbitrator for resolution

through arbitration.

In case of any dispute concerning the interpretation and/or

application of this Contract shall be settled through arbitration

under the Arbitration Act of 1940 (As amended from time to

time).

25. Governing

Language

25.1 The Contract shall be written in English language. Subject to

GCC Clause 26, the version of the Contract written in the

specified language shall govern its interpretation. All

correspondence and other documents pertaining to the Contract,

which are exchanged by the Parties, shall be written in English.

26. Applicable

Law

26.1 This Contract shall be governed by the Laws of Pakistan and the

courts of Pakistan shall have exclusive jurisdiction.

27. Notices

28.Taxation

27.1

27.2

28.1

Any Notice given by one party to the other pursuant to this

Contract shall be sent to the other party in writing and on the

others address specified in SCC.

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

effective date, whichever is later.

All taxation, whether International, Federal, Provincial or Local,

shall be borne by the Supplier.

Page 222: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 221 of 238

Bidder Signature & Stamp

29.6 The procuring agency shall give minimum of days to the bidder or contractor

for appearance before the specified officer of the procuring agency for

personal hearing.

29.7 The procuring agency shall decide the matter on the basis of the available

record and personal hearing of the bidder or

Contractor, if availed.

29.8 The procuring agency shall decide the matter within fifteen days from the date

of personal hearing unless the personal hearing is adjourned to a next date and

in such an eventuality, the period of personal hearing shall be reckoned from

the last date of personal hearing.

29.9 The procuring agency shall communicate to the bidder or

Contractor the order of debarring the bidder or contractor from participating

in any public procurement with a statement that the bidder or contractor may,

within thirty days, prefer a representation against the order before the

Managing Director of the Authority.

29.10The procuring agency shall, as soon as possible, communicate the order of

blacklisting to the Authority with the request to upload the information on its

website.

29.11 If the procuring agency wants the Authority to debar the bidder or contractor

from participating in any public procurement of all procuring agencies, the

procuring agency shall specify reasons for such dispensation.

29.12 The Authority shall immediately publish the information and

Decision of blacklisting on its website.

29.13 In case of request of a procuring agency under para 11 or

Representation of any aggrieved person under rule 21, the

Managing Director shall issue a notice for personal hearing to the parties and

call for record of proceedings of blacklisting. The parties may file written

statements and documents in support of their contentions.

29.14 In case of representation of any aggrieved person or procuring agency under

rule 21, the Chairperson shall issue a notice for personal hearing to the parties

and may call for the record of the proceedings. The parties may file written

statements and documents in support of their contentions.

29.15 In every order of blacklisting under rule 21, the procuring

Agency shall record reasons of blacklisting and also reasons for short, long

or medium period of blacklisting.

29.16 The Authority shall upload all the decisions under rule 21,

Available with it, on its website. But the name of a bidder or

Contractor shall immediately be removed from the list of

Blacklisted persons on expiry of period of blacklisting or order of the

competent authority to that effect, whichever is earlier?

29.17 An effort shall be made for electronic communication of all the notices and

other documents pursuant to this mechanism or process.

Page 223: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 222 of 238

Bidder Signature & Stamp

TECHNICAL SPECIFICATIONS OF THE CONTRACT

A). Product Specifications.

(Detailed technical specifications, given in Award of Contract, will be followed)

Sr. No Name of Items Specifications

1 Plain X-Ray Film 8” x 10” Japan

2 Plain X-Ray Film 8” x 10” China

3 Plain X-Ray Film 10” x 12” Japan

4 Plain X-Ray Film 10” x 12” China

5 Plain X-Ray Film 12” x 15” Japan

6 Plain X-Ray Film 12” x 15” China

7 CR X-Ray Film 8” x 10” Konica SD-Q

8 CR X-Ray Film 10” x 12” Konica SD-Q

9 CR X-Ray Film 11” x 14” Konica SD-Q

10 CR X-Ray Film 14” x 17” Konica SD-Q

11 Fixer Salt Japan

12 Developer Salt Japan

13 Fixer Salt China

14 Developer Salt China

15 CT Scan Film 14” x 17” Dry Japan

b). Testing/Verification Procedures

x. The Inspection Committee will carry out detailed physical examination of stocks and can reject,

even if it is declared of standard quality, if found not according to the approved sample and other

Page 224: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 223 of 238

Bidder Signature & Stamp

technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier

will also be responsible to replace the unconsumed expired items without any further charges.

c) Transportation/Delivery Requirements xiv. The Supplier shall arrange such transportation of the items as is required to prevent their damage

or deterioration during transit to their final destination and in accordance with the terms and manner

prescribed in the Schedule of Requirement.

xv. All costs associated with the transportation including loading/unloading of items and road taxes shall be borne by the

Supplier.

d). Integrity Pact

The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than

10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.

(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.

No Parameters Detail

Total

Marks Remarks

1

Past

Performance

As per Bid

Form

Major institutions served:

Sr.

No

No. of Institution

Served

Score

1 1 3

2 2 to 3 6

3 4 to 5 9

4 6 to 7 12

5 8 and above 15

15

Institution includes

Government Departments and

Registered Private

Organizations.

2

Income tax &

sales tax

registration

1 Income tax registered 5

2 Sale tax registered 5

10

Authorized certificate issued by

the concerned Authority is

required.

3

Product

sample

(Where

Applicable/

Company

goodwill &

reputation

Goodwill will be examined as per

following parameters:

1 Excellent 10

2 V. Good 8

3 Good 5

4 Satisfactory 3

5 Poor 0

* Good means-- no criminal/financial

case pending against the company.

Never ever black listed.

10 Marks obtained/N/A

4 Financial

soundness

1 5-10 Million 10

2 10-15 Million 15

3 Above 15 Million 20

20 Bidders having less than 5

Million are ineligible.

Page 225: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 224 of 238

Bidder Signature & Stamp

5 Performance

Certificates

1 1 to 3 certificates 5

2 More than 3

certificates

10

10

Performance Certificates/

Satisfactory reports from

serving clients.

6

Technical &

Sales Staff

details

1 Have up to 05 persons 10

2 Have more than 10

persons.

15

15 Technical Human Resources

7

Income Tax

& GST

returns

1 For One Year 10

2 For 2 years 15

3 More than 2 years 20

20 Last three years Income Tax

& GST returns

Total marks: 100

Qualifying marks: 50%

FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tendere(s) shall be called for opening of the Financial

Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue

indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or

their authorized representatives shall be allowed to take part in the Financial Proposal(s).

ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended

2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of

duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to

adjust the same in the Financial Proposal.

ANNEX-1

Page 226: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 225 of 238

Bidder Signature & Stamp

LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)

Bid Ref No.

Date of the Opening of Bids

From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}

To: [Medical Superintendent, DHQ Hospital Bahawalnagar]

Dear Sir/Madam,

Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual

Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver

the Goods under the above-named Contract in full conformity with the said bidding documents and at the

rates/unit prices described in the price schedule or such other sums as may be determined in accordance

with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules

attached herewith and are made part of this bid.

We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the

Goods in accordance with the delivery schedule specified in the schedule of requirements.

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,

and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain

binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your written

acceptance of the bid and your notification of award, shall constitute a binding Contract between us.

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

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we

will strictly observe the laws against fraud and corruption in force in Pakistan.

We will pay the testing fee for samples collected from any supply of any district to be tested and will accept

the results to testing by DTLs, Punjab.

We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding

documents.

Dated this [insert: number]day of [insert: month], [insert: year].

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 227: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 226 of 238

Bidder Signature & Stamp

ANNEX- 2

TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir,

We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial

Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,

Detailed Specifications and the required supporting documents along with our Technical Bid as per

tender eligibility criteria.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 3

Page 228: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 227 of 238

Bidder Signature & Stamp

FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

To:

The Medical Superintendent

DHQ Hospital Bahawalnagar.

Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal

for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have

attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along

with our Financial Bid.

Yours sincerely,

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 4

QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)

User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with

Financial Proposal in individually sealed envelope for each item in a single main sealed

envelope for all items.

Bidders are required to fill this form for the items they wish to quote as per detailed

specification of items mentioned in Technical specification of Contract.

Page 229: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 228 of 238

Bidder Signature & Stamp

Name of the Firm:

Bid Reference. No:

Date of opening of Bid.

Sr. No Name of Items Specifications Quoted Price

1 Plain X-Ray Film 8” x 10” Japan

2 Plain X-Ray Film 8” x 10” China

3 Plain X-Ray Film 10” x 12” Japan

4 Plain X-Ray Film 10” x 12” China

5 Plain X-Ray Film 12” x 15” Japan

6 Plain X-Ray Film 12” x 15” China

7 CR X-Ray Film 8” x 10” Konica SD-Q

8 CR X-Ray Film 10” x 12” Konica SD-Q

9 CR X-Ray Film 11” x 14” Konica SD-Q

10 CR X-Ray Film 14” x 17” Konica SD-Q

11 Fixer Salt Japan

12 Developer Salt Japan

13 Fixer Salt China

14 Developer Salt China

15 CT Scan Film 14” x 17” Dry Japan

Signature: ----------------------------------------

Designation: -------------------------------------

Date: ----------------------------------------------

Official Stamp: ----------------------------------

ANNEX- 5

PERFORMANCE GUARANTEE

To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract

No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a

Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for

compliance with the Supplier’s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Page 230: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 229 of 238

Bidder Signature & Stamp

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to

a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument,

any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove

or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 201___

Signature and Seal of the Guarantors/ Bank

Address

Date

ANNEX- 6

CONTRACT FORM AGREEMENT

THIS CONTRACT is made at on day of 201__, between

the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as

“Party” and collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)

being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to

supply the required item (s); and

Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;

Item

No. Item Name

Approved

Specifications

Unit Price in PKR

(As per contract) Quantity

Total Cost

(PKR)

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

Page 231: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 230 of 238

Bidder Signature & Stamp

6. The Contract: The following documents shall be deemed to form and be read and construed as

integral part of this Contract , viz:-

a. This Contract Form

b. The Schedule of Requirements Annex- A

c. Special Conditions of Contract & the Technical Specifications Annex- B

d. Original Price Schedule along with unsolicited discount offered by the firm (if any)

submitted by the Bidder. Annex- C

e. The Notification of Award (AAT) Annex- D

f. Purchase Order Annex-E

g. Payment Schedule Annex-F

h. The General Conditions of Contract Annex-G

i. Performance Guarantee/Security Annex-H

j. Manufacturer’s certificate of warranty under Drugs Act 1976/DRAP Act 2012 & rules

framed thereunder Annex-I

k. The bidding document of Procuring Agency Annex-J

2. Interpretation: In this Contract words and expressions shall have the same meanings as are

respectively assigned to them in the General Conditions of this Contract hereinafter referred to as

“Contract”: 48. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless

amended by mutual consent.

49. The Supplier declares as under:

i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,

interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or

agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business

practice.

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully

declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall

not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or

juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor

or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee

or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or

other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly

declared pursuant hereto.

iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all

persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall

not take any action to circumvent the above declaration, representation or warranty.

iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full

disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation

and warranty. It agrees that any Contract, right, interest, privilege 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.

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to

indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and

further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or

inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever

form from Procuring Agency.

Page 232: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 231 of 238

Bidder Signature & Stamp

vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken

and/or award made by the sole arbitrator shall be final and binding on the Parties.

50. Items to be Supplied & Agreed Unit Cost:

(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the

Price Schedule Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical

Specification (Annex B) prescribed by the Purchaser against each item

(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with

transportation and other agreed incidental costs.

51. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision

of the Goods and Services, as specified in the Schedule of Requirements and Technical

Specification in accordance with the Price Schedule submitted by the Supplier, the amount against

the delivered items or such other sum as may become payable under the provisions of this Contract

at the time and in the manner prescribed by this Contract.

52. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued

in the name of [supplier’s name].

53. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed

Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of

documentary and codal formalities highlighted in the Payment Schedule at Annex F.

54. Performance Guarantee/Security:

(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a

Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total

Contract amount having validity of one year from its date of issuance from any scheduled bank on

the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be

released to the Supplier upon successful completion of the Contract.

(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &

blacklisting of firm.

55. Penalties/ Liquidated Damages

(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time

frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall

stand cancelled.

Page 233: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 232 of 238

Bidder Signature & Stamp

(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance

Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.

(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount

of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted

minimum for two years for future participation.

(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent

contract/purchase order.

(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance

of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered

supply shall be imposed upon the Supplier.

56. Notices: All notices and correspondences incidental to this contract shall be in English

language and shall be addressed to:

For the Purchaser:___________

For the Supplier:_____________

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed: For The

Manufacturer/ Authorized Agent.

Sealed & Signed on behalf of

Purchaser

Witnesses-1 on behalf of the

Contractor

Witnesses-2 on behalf of the

Contractor

CC:-

16. --------------------------------------- 17. --------------------------------------- 18. ---------------------------------------

Witnesses-1 on behalf of the Purchaser

Witnesses-2 on behalf of the

Purchaser

ANNEX- 7

PAYMENT SCHEDULE

vi. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably

be central;

k. against satisfactory performance and upon submission of required documents and in accordance with the

procedure mentioned in Rule 64 and other relevant rules of PPR-2014.

Page 234: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 233 of 238

Bidder Signature & Stamp

l. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government

dues (if any) including Professional Tax and DTL Testing Charges.

vii. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the

receipt of complete supply as per schedule mentioned in schedule of requirement within due time.

ANNEX- 8

SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)

The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by

Procuring agency as per following schedule of requirements: -

Respective Consignee’s End:

vi. DHQ HOSPITAL BAHAWALNAGAR

Free delivery to Consignee’s end (DDP) basis.

Page 235: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 234 of 238

Bidder Signature & Stamp

Supply schedule

Delivery of

Quantity without Penalty

(X)

Grace Period (Y)

Immediately after Receiving of

Purchase Order.

07 Days 03Days

With penalty @0.067% per day.

After Completion of due delivery period specified against

each installment penalty (0.067% per day) shall be imposed

Authorized Signature (In full and initials)

Name and Designation of Signatory Name of Firm Address

ANNEX- 9

AFFIDAVIT (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly state that: 46) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

47) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.

48) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.

49) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.

50) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.

51) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related

to this bid or award or contract.

52) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

53) That the prices offered are not more than trade price.

Page 236: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 235 of 238

Bidder Signature & Stamp

54) I/We, further undertake that I/we will ready to pay the standard charges of testing samples by DTLs Punjab, if needed

or required by the Medical Superintendent DHQ Hospital Bahawalnagar.

55) I/we further under take to provide the Batch Release Laboratory Test Reports of each batch of the product on its

delivery.(If needed for required items)

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 10

INTEGRITY PACT AFFIDAVIT (RS: 100/- JUDICIAL STAMP PAPER)

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________

(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of

the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the

Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or

donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_

any money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and

selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects

implementations, reporting violation of the contract specification or other forms of non-compliance.

Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

Page 237: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 236 of 238

Bidder Signature & Stamp

ANNEX- 11

AFFIDAVIT FOR PRICE RESPONSIBILITY (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 16) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

17) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other

institutes during same fiscal year.

18) That if our offered prices found higher than offered prices of our firm against prescribed items in other served

institutions, we shall remain bound for recovery of high price difference on our firm.

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 12

AFFIDAVIT FOR NON BLACKLISTING (JUDICIAL STAMP PAPER RS.100/-)

I/We, the undersigned solemnly declare that: 26) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and

conditions of the bidding document.

27) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active filer in terms of both

income tax and sales tax.

Page 238: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 237 of 238

Bidder Signature & Stamp

28) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation

(both income tax and GST) and in terms of violation of any contract with any Public or semipublic institute.

29) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in

lieu of Income Tax & Sales Tax.

30) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or

may terminate our contract during the contract period

I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]

ANNEX- 13

CHECK LIST The bidder must attach this list along with the Bid

Packing of the Bid

S.No Description Yes/No

01 Bid submitted in 2 envelopes

02 Technical Proposal Envelop A

03 Financial Proposal Envelop B

04 Both envelops packed in single larger envelop

SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS

The Bidder must provide all the Supporting Documents, must number all the pages of supporting

documents, provide the page information and arrange the documents in the following order:

Envelope A: Enclosures of Technical Proposal Attached

(Yes/No)

Page No.

1 Check List

2 Covering Letter/Letter of intention

3 Original receipt for purchase of tender and Signed

Bidding Document copy of the Tender

4 Bid Security 2% of total estimated cost in the favor of

Medical Superintendent DHQ Hospital Bahawalnagar,

should attached with financial bid & photocopy of the

same attached with

Page 239: PPRA SERVICES PORTAL :: :: ADMIN LOGIN...10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and original receipt of purchase tender

Page 238 of 238

Bidder Signature & Stamp

Technical bid as demanded in bidding document.

6 Copy of CNIC of Proprietor

7 National Tax Number and General Sale Tax number

certificate.

9 Company Profile

10 Schedule of requirements

11 Price Responsibility Affidavit

12 Non Blacklisting Affidavit

13 Bidders Undertaking/Affidavit

14 Integrity Pact Affidavit

Note: All the above documents and any other supporting document must be page number & must

be mentioned in the column specified for the purpose.

*Technical Evaluation Committee can call any firm owner/representative participating in the

tender process for the verification of the documented evidence attached with the technical proposal

by the firm.

Total Number of pages attached with the Technical Bid __________Pages

17 Tender Document duly signed and

stamped each page by the bidder must

be attached at the end of the Technical

Bid but numbering is not required for

this document.

18 Bank Statement of Firm’s Bank

Account

Envelope B : Enclosures of Financial

Proposal

Attached(Yes/No) Page No

19 Financial Proposal Covering Letter

20 Quoted Price Schedule Rates Form duly

filled, signed and stamped by the bidder

21 Bid Security in shape of CDR

Note:

I. Failure to provide any of the above documents will results in rejection of bid.

II. No reminder or letter will be issued for any missing document.

s