STATE PHARMACEUTICALS CORPORATION OF LANKA · : [email protected] Bid Number Closing Date & Time...

10
PROCUREMENT NOTICE - GLOBAL The Chairman, Procurement Committee of the State Pharmaceuticals Corporation of Sri Lanka will receive sealed bids for supply of following item to the Depatment of Health Services. Bids should be prepared as per the pafticulars given in the Bidding Documents available to prospective bidders on working days between 0930 hours to 1500 hours at the Head Office, No.75, Sir Baron 'ayatillake Mawatha, Colombo 1. These could be purchased on cash payment of a non-refundable Bidding "document Fee per set as mentioned above. Offers received without enclosing original payment receipt are liable to be rejected. Wherever necessary potential bidderlbidders should get registered in terms of the Public Contract Act No.3 of 1987 before coltecting the Bidding Documents and also should get the contract registered after the tender is awarded. All Bids should be accompanied by a Bid Bond as specified in the Bidding Documents. Sealed Bids may be sent by post under registered cover or may be personally deposited available for this purpose at Internal Audit Department in the mezzanine floor of Pharmaceuticals Corporation at No. 75, Sir Baron Jayatillake Mawatha, Colombo 1, Srl Lanka. Bids will be closed at the Head office of the State Pharmaceuticals Corporation on the dates and time mentioned above and will be opened immediately thereafter. Bidders or their authorised representatives will be permitted to be present at the time of opening of Bids. Bidding Documents are being sent to Sri Lanka missions abroad and foreign missions in Sri Lanka. Cfl AIRMAN. DEPARTMENTAL PROCUREM ENT COMMiTTEE STATE PHARMACEUTICALS CORPOMTION OF SRI LANKA 75, sIR BARON JAYATILI-AKE MAWATHA COLOMBO 1 SRI LANM, & TEL/FAX E.MAIL in the box the State 00 94-11- 2335008 : [email protected] Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non- refundable Bid Fee LKR DHS/SUS^lvW1181I19 06.03.2019 At 9.00 am Cranioplasty Mesh in various sizes 22.U.2Ar9 t2,50al- + taxes CHAIRMAN- PROCUREMENT ENTIry On behalf of CHAIRMAN- DEPARTMENTAL PROCUREM ENT COMMITTEE STATE PHARMACEUTICALS CORPOMTION OF SRI LANKA 75, SIR BARON JAYATILLAKE MAWATHA coLoMBo 1 SRI LANKA. STATE PHARMACEUTICALS CORPORATION OF SRI LANKA

Transcript of STATE PHARMACEUTICALS CORPORATION OF LANKA · : [email protected] Bid Number Closing Date & Time...

Page 1: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

PROCUREMENT NOTICE - GLOBAL

The Chairman, Procurement Committee of the State Pharmaceuticals Corporation of Sri Lanka will receivesealed bids for supply of following item to the Depatment of Health Services.

Bids should be prepared as per the pafticulars given in the Bidding Documents available to prospectivebidders on working days between 0930 hours to 1500 hours at the Head Office, No.75, Sir Baron'ayatillake Mawatha, Colombo 1. These could be purchased on cash payment of a non-refundable Bidding

"document Fee per set as mentioned above. Offers received without enclosing original payment receipt areliable to be rejected.

Wherever necessary potential bidderlbidders should get registered in terms of the Public Contract Act No.3of 1987 before coltecting the Bidding Documents and also should get the contract registered after thetender is awarded.

All Bids should be accompanied by a Bid Bond as specified in the Bidding Documents.

Sealed Bids may be sent by post under registered cover or may be personally depositedavailable for this purpose at Internal Audit Department in the mezzanine floor ofPharmaceuticals Corporation at No. 75, Sir Baron Jayatillake Mawatha, Colombo 1, Srl Lanka.

Bids will be closed at the Head office of the State Pharmaceuticals Corporation on the datesand time mentioned above and will be opened immediately thereafter. Bidders or theirauthorised representatives will be permitted to be present at the time of opening of Bids.

Bidding Documents are being sent to Sri Lanka missions abroad and foreign missions in Sri Lanka.

Cfl AIRMAN. DEPARTMENTAL PROCUREM ENT COMMiTTEESTATE PHARMACEUTICALS CORPOMTION OF SRI LANKA75, sIR BARON JAYATILI-AKE MAWATHACOLOMBO 1

SRI LANM,

&

TEL/FAXE.MAIL

in the boxthe State

00 94-11- 2335008: [email protected]

Bid Number ClosingDate &Time

Itern Description Date ofissuing of

BidDocuments

Non-refundable

Bid FeeLKR

DHS/SUS^lvW1181I19 06.03.2019At 9.00 am

Cranioplasty Mesh in various sizes 22.U.2Ar9 t2,50al- +taxes

CHAIRMAN- PROCUREMENT ENTIryOn behalf ofCHAIRMAN- DEPARTMENTAL PROCUREM ENT COMMITTEESTATE PHARMACEUTICALS CORPOMTION OF SRI LANKA75, SIR BARON JAYATILLAKE MAWATHAcoLoMBo 1

SRI LANKA.

STATE PHARMACEUTICALS CORPORATION OF SRI LANKA

Page 2: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

L

1.

ANr'IEX.:1BID NO,DATE OF ISSUE

: DHS/SUs/ww/L8Ule: 22ND JANUARY 2019

CLOSING DATE & TIME I O6rH MARSH 2019 AT 9.OO HOURS SRI LANKA TIME

Special Conditiong for tendering :l. Offers should be accompanied with the valid registration ceriificate lssued by the Cosmetic Devices and

Drugs Authority in Sri Lanka

z. Offered item should bear both our SR number and the ltem number.

3. If awarded supplier is unable to adhere the delivery schedule due to no fault of the SPC/Mlnlstry wouldresult in the supplier being surcharge 0.5olo of total bid amount per day from the due delivery date.

4. Foreign offers should be on C & F (CPT/CFR) Colombo basis. FOB offers are not acceptable. Ifoffers are received on Import & Supply basis from local suppliers, those offers should be inLKR, All local suppliers/manufacturers should quote in LKR for the total delivery price to MSDstores.

5. Fax/E-mail offers directly sent to $tate Pharmaceuticals Corporation are not acceptable,Tenderers are reguested to draw their attention to the clause "Submission of Bids" of the biddocument in this regard.

6. If the shipment is being effected on FCL basis both FOB and Freight charges should be quotedseparately against each item in addition to quoted C & F price. The volume of the total quantity of each

item should be given in cubic meters (m3)

7. The original payment receipt for purchasing the bidding document has to be annexed to the offer, Offerswithout same will be rejected.

B. We reserve the right to reject offers which do not comply above'

9. The offer should be valid up to 02.09.2019

(Annexure -II )

gWProduct & Consierments

The consignments strpplied in respect of an order concerned, shall exactly match with the referencesample submitted and the product information (item descriptions, shelf life/warranty where applicable,manufacturer's name, eountry of manufacture, counhy of origin, etc.) provided in the bid document bythe supplier, which has been accepted by the procurement committee, and included in the Indent /Purchase Order (PO), issued by SPC.

All items shall be supplied, sourcing from the manufacturer and country of manufacturer, stated in thePurchase Order (Po)/Indent of SPC and wherever applicable shall have a valid product registration orwaiver of registration from NMRA.

Maintaining the validity of the product registration during the period of supply(delivery schedule),

obtaining waiver of registration &/ import license / manufacture licensing at NMRA, is a pre-requisitefor the supply of surgical, pharmaceutical and relevant laboratory items. Hence all suppliers shallproduce relevant valid registration certificates/licenses, when requested by MSD/SPC.

When the validity of the product/manufacturing licenses and registrations of NMRA (eg;

manufacturing license, product regishation and GMP certificates), of local manufacturers / localsuppliers, lapses during the year or during the period of supply (delivery sctredule), it shall be

extended I renewsd by the supplier. A certified copies of afore mentioned valid certificates shall besubmitted to MSD by the supplier when deliveries are made.

7

3,

Page 3: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

34. The number of batches per consignment shall be minimai. Batch quantity shall be an equal multiple of

the quantity of the consignment and the proporlionate size of the batch quantity shall be not less thanlSyo of the quantity in the consignment.

5. If MSD decides to accept apart or fuli consignment, with deviations frorn certairr tender conditions(eg: with rcgard to labeling/packagingetc.) due to an urgency,that shall be done subject to, eitherrectifying the defect within 05 working days by the supplier, or recovering the total cost [a] ofrectifying the defect by MSD (via a duly conracted third party providing such services), frorn thesupplier with a 25Yo surcharge on the labeling cost. (total charge = [a]+[a]x0.25) or 2% af theinvoiced value, whichever is the highest.

Al1 possible tender deviations such as Packing, labeling, delivery schedule, storage status, pal,rnentmode & conditions, etc., shall be communicated and agreed upon before accepting the tender av,rard

by the supplier. Noncompliance of sarne shall be considercd as tender violations, to apply surcharge.

6. The specifications of the product offered in the bid, by the supplier shall match with the tenderspecifications for the item and any fbnn of alternate offers will not be entertained unless otherwisementioned in this bidding document.

-@7. Freshly manufactured stocks of the product shall be supplied; thereby the residual Shelf Life (shelf liferemaining at the time of delivery of goods in Sri Lanka/MSD stores in case of local supplies) of theproduct, shall be 85% of the shelf life requested(specified in order/IndentlPO).In respect of the items with requested shelf life equal or more than 24 months, any deficit between theresidual shelf life and requested shelf life, shall not be more than 04 months.

In the violation of the above tender condition, SPC/MSD reserves the right to accept a .eOti"eAquantity, that is usable (as per the consumption rate) up to three months before the expiry of same andwill subject to application of sut'charge.

' When the shelf life is not specified in the indent/Po/item spec; the requested shelf life shall beconsidered as, 36 tttontlts tbr surgical iteuts.

Standards & Oualitv8. S-tandards; In addition to Pharmacopoeial Standards that are indicated in the item specifications. other

Pharmacopoeial Standards that are registered at National Medicines Reguiatory Authority in Sri Lankaare also acceptable when no bidders have quoted for the standard speoified in the item specification.

9, Xny product deficient of its sub components/ accessories, not at the specified quaiity standards or allits components not unitized appropriately in packaging (as a set), sha1l be rejected.

10. Withdrawal from use of iterns due to quality failure found as manufacturer's/supplier's fault:(a). In case of batch withdrawal, value of entire batch quantity supplied shall be recovered from the

supplier.(b).In case of product withdrawal, value of entire product quantity supplied shall be recovered from

the supplier.(c). In the event of either a) or b) above, supplier shall be surcharged the total cost involved for

MSD, of the quality failed supplies with?S% administrative surcharge of the same.

11. The storage conditions and the packing requirements of the product shall conform to the informationgiven by the manufacturer and accepted by NMRA for the product registration.The bidder must provide with the bid, a declaration to certify the NMRA accepted product details suchas; storage conditions, pack details/contents/sizes and standard batch quantitylsize of the product.

Page 4: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

+.

12. Irnmediately afr.er delivery at MSD, the consignnrents shall be subjected to testing appropriatelydrawn, one random batch sample (Post-delivery sarnple) of the consignment at a government/serni-governmentlaccredited laboratory.(to be selectiveiy appiied for Surgical & Lab items, depending onavailability of testing methodology & facilities) if the sample is found to be substandard, randorn batchsarnples will be tested frorn all the batches/iots in the consignment, and entire expenses on such tests,

like value of samples, transport, sampling & testing charges, etc, will be recovered from the supplier.

13. Consignments supplied to MSD violating tire storage conditions indicated on product labels and/or

product information leaflet (as accepted for product registration at NMI{A}, shall be considered as

quality aft'ected consignments and quality assurance of such consignments shall be carried out by post-

delivery testing at government / semi govemrnent laboratory in Sri Lanka or at an accredited

laboratory (foreign/locali. AII the expenses on such an event, including storage cost shali be borne by

the supplier. If found to be quality affected the consignment will be treated as quality failed (as clause

No.l1).

PacF s.ize. Labelins & Packasing

14. Offers for pack sizes at a lower Ievel(smaller quantity per pack) than the pack size specified in the itemdescription/specification and MSD order List, are also acceptable, but higher level (larger quantity perpack) pack sizcs will not bc cntcrtaincd unlcss othcrwisc offcrcd with thc original bid and acccptcd bythe procurement committee, with the concurrence of MSD.

L5.Eaclr; inneunost pack, vial/ampoule, pre-filled syringe or bottle, shall bear tite itent Description, SR

No, Batch No/Lot no., ReferoncelCatalogue no,(not for pharmaooutioals), Dats of Manufaoture, Dateof Expiry and "STATE LOCO" of Government of Sri Lanka. .,

-----If-is-essentialtoinclude-and-exactl"y'matchthe'dates-of-Expiry &-date-ofMarnrfacture'(in anyform-as'oYear & Month" or "No Exp."), in the innermost pack and supplier's invoice.

.l6.Dosoription of the Item. SR No. Dote of Manufacture. Date of Expiry. Batch No, Name and address ofmanufacturcr and "STATE LOGO" of Sri Lanka Govcmmcnt shall be clearly marked on the outeroovcring uf the intlividual/irmcuuusl pauk ountairiing the ntinimum unil of measure, including blister& strip cards and on the outer cover of the carton/box.

"The format of Date of Manufacttxe I Date of Expiry should be deciared in the offer and it shallconsist of at least the YEAR & MONTH,

17. All outer most cartons (shipping packages) shall bear the MSD Purchase Order No, SPC Indent No.,SR No, Batch No, and Date of Expiry in size 1.5cm letters / figures in prominently visible manner.

This may be printed, stenciled or lahel properly affixed.

18. Batch Number of the product shall be separately Barcoded (in Code 128 or 2D formats) and Barcodeshall be printed on the labels at all levels of packing as described below, confonning to the industrystandards in Barcode printing and pasting.

Format shall be according to Code 128 or 2D standards.

Maximum barcode size shall be 5.0cm (length) x 2.5crn (width).

19. In case of receiving goods under inappropriate packaging conditions(not in good order), was to besorted out by MSD to select the items in good order by IAA% checking/handling of the consignment,all expenses incurred to MSD in such an event (including dernurrage charges, cold stores charges,

labor charges etc, or any other charges incurred until goods are ready for acceptance), have to be paidto MSD by the local supplier, before attending to checking the consignment 100%, by MSD.In respect of SPC imported supplies, if the local agent does not follow suit as above, such extraexpenses incurred to MSD shal1 be recovered from the supplier by SPC and refund to MSD.

Page 5: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

5

20.

21.

Storaee Conditions & Te4?Jrgfaturq

if the storage temperature & conditions are not specified in the item specification, NMRA acceptedproduct storage conditions, shall conform to Sri Lankan arnbient storage conditions in the ranges of300c +/- 20c temperature and 75% +l-5% relative humidity. The product storage conditions shall be

clearly indicated at all levels of labels/packageslboxes.

Maintenance of Cold Chain;a,In case of cold storage items, cold chain monitors (temperature recording devices) shall be

included for each carton and the cold chain shall be maintained according to the manufacturer'sinstructions during storage, transport and delivery.

b. Supplier shall use suitable prominently visible identification marks of international standard,with appropriate colours and sizes for easy identification of cold cargo. Supplier shall usestandardized USB Devices for temperature data logging inside the packages and shall provide freeof charge, data logger readers &l software (reading apps compatible with Windows-07/latest)to wharf department of SPC in advance, to enable examining the rnaintenance of cold chain intransit, and before taking over the consignment by MSD,

o.If the cold chain break is observed at the time of taking over the consignments by MSD, suchconsignments shall be rejected, indicating the reason on the relevant WDN or copy of theclelivery documents. In snch an event, the SPC shall arrange necessary cold storage for theconsignment until 'observed cold cirain break' is investigated leading to acceptance / totalrejection of consignment and the expenses hone hy MSD / SPC in arranging the col<l storage shallbe reoovered from thc supplier.

d. The vehicles transporting cold cargo to MSD shall be equipped with temperature rnonitoringdevices and the vehicle shall have NMRA approval for transport of pharmaceuticals.

e.'fhs supplierc shall dispatch consigrulrents nf tlre,ittxts, which requirc cold chain nr*intsnancs, ter

arrive in Sri Lanka during Monday to Thursday to avoid additional demurrage & storage chargesduring weekends, during which MSD stores is closed. In case of non-compliance of this condition,any additional expenses incurred to MSD and SPC, to Custom clearlstore/receive suchconsignments shall be recovered finrr the supplier.

22.

Delivery Requiremgnts

All items shall be supplied as per the latest/final delivery schedule, communicated to the supplier, as

an amended Indent/PO delivery schedule (if not amended, original schedule in the Indent/Po willapply) mutually agreed between MSD& SPC, at the time of establishing the payment terms (L/C, DP,TT, etc). Any deviation from this agreed delivery schedule shall be treated as a defaulted delivery.

Contravening the above directions, if the delivery schedule is violated by the supplier for no fuuIt ofMSDISPC/MOH and in the event MSD decides to accept any such consignment in full or part thereof,that is delivered after the due delivery date, Condition No. 27 an delayed deliveries, shall be applied.

All consignments shall be delivered at Medical Supplies Division or an alternate receiving point as

directed. However sending consignments to reach Sri Lanka tom 15tl' Deegmber to.l0ttr Januaryshall be avoided, unless otherwise prior approval has been granted by MSD for such deliveries.

23,

Page 6: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

6

24, Defaulted consignments with respect to delivery schedule shall only be oonsidered for acceptance,

subject to a penalty imposed for the delay due to suppliers fault, allowing a grace period up to twoweeks. Consignments delivered after that grace period shall be considered for acceptance subject to a

penalty to the supplier as described beiow ;

(a). A penalty of 0.5% per day of the consigmnent vAlue, calculated commencing from the 15th dayup to 60th day delay from the due delivery date, as per the indenlPo or its' latest amended deliveryschedules.

(b). When the delay exceeds 60days purchase order will be considered as automatically cancelled, ondefaulted performance. In such a situation, MSD reserve the right to recover liquidated damages or torevoke the cancellation (eg. if payments have been released prior to such a cancellation), and acceptthe consignment subject to a 25Yo admin surcharge.

zs. (i). If any local purchases were to be made by MSDISPC to ensure continuity of supply (due tononcompliance of Indent/PO/its' amended; delivery schedule); in the ensuing period inclusive of thegrace period for delivery frorn due delivery date, extra expenditure incurred on such local purchases,over the landed cost of relevant SPC main order, shall be recovered from the supplier.

(ii). If a delivery defaulted (violating delivery schedule in the indentlPO) SPC supplier/fris local agent,who participate in an urgent local purchase tender of SPC or MSD for the same item, quoting the sameproduct or any similar product, is bound to supply the local purchase order at the landed cost of thedefaulted SPC main order. In violations of the sa1ne, the cost difference will be set off from thepa5rments to the supplier of the coruesponding SPC main order.

26. In respect of local manufacturers/ local suppliers, all deiiveries shall be made only on week daysexcluding public holidays, also allowing adequate time to enable the completion of the receivingprocess at MSD stores befcrre 3.30 p.m, In ths event of faiiure to meet this desdline due to supplicr'sfault (eg. In delivery; [imc, proelur:t, dooument, etc.) gocds shall be accryted on the following worting' duy, such date shall he counted for working out penalties as per No, 27 (regarding defaultedconsignment) of the conditions of supply.

As an altemative, supplier can request MSD to take over the consignment on the same day, subject tosettling all adl. expenses (i.e, staff OT, forklift charge, etc.) of MSD, by the supplier.

27. The extension of L/C's overstepping delivery schedules in the Indent/Po/its' amendments, shall not inany way affect the recovery of late delivery charges, as per Condition No. 27 (regarding defaultedconsignments) and any other direct or indirect additional costs/liquidated damages, relatinglconsequentto extension of L/C.

28. When adequate storage space is not available at MSD, to accept a delivery defaulted consignment

(deviating from the delivery schedule in the IndentlP0/its' amendments) under the condition No. 2s

any additional expenses caused to MSD or SPC in arranging temporary external storage and other

expenses (eg. dernurrage, detention, container storage, re-handling cum transport, etc.) shall be borne

by the supplier.

Documents *,Informatip$

29. MSD Order No, Item Description, SR No, Batch No,, Date of Manufacture, Date of Expiry andproduct Storage Condition, shall be indicated in all Supply Invoices and detailed Packing Lists.

Page 7: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

'r

30. One of the tender samples of the selected bid shall be forwarded to MSD, for using as a reference

- sample (can make it; a pafi of the last consignment or a returnable to supplier) for cliecking theconformity of the consigrunents received under the indent/P0.(applicable for all surgical items.The images of the; specimen labels, minimum pack and outer most boxlshipper carton, that satis{iesthe above mentioned labeling conditions, shall also be provided within 14 days of releasing the indentby SPC. Reference sample will be sent by SPC to MSD.

31. The supplier shall submit all shipping documents to (Including Bills of Lading / Draft Air Way Billsetc.) SPC Imports department and MSD by e-mail(roltow insrrucio'ls in wetrsite www,ms{,.sov.tk ), at least 03 days

before the Expected Time of Arrival (ETA) of sea freighted consignmen* & A2 days before the ETAof Air freighted consignments.

32. After releasing the Indent/PO or establishing LlC, the latest logistical position of manufacturing &supply on the Indent/Po, shall be updated biweekly through e-mails to SPC with a copy to MSD bythe supplier.( follow instructions in the website www.msd.gov.lk)If it is not complied or the infonnation so provided are found to be incornplete/false, the grace period(for supply delays) mentioned in fhe clause 27 will not be applicable.

Common conditions3: 'n additior: to the general conditions of supply given herein, itemlorder-list specific amendments,

-exclusions or additions to the same, stated in the covering letter of the order list and any other relevantconditions as per the tender document issued by SPC, are also applicable. The order/item specific; newconditions or nmendments to Gcncral Ordcr Conditions, will bc includcd in thc ordcr list itsclf and as a

reurark errtry ilr the MSMIS order records.

34 Administrative surcharge af 25Ya(on the value of goods), will be applied for tender conditionviolations fhat cause defieieacies in supply with respoct to; quality, standards & specifioations, shhrtpacking & short supply or delayed delivery as per the cabinet decision. (eg. As in conditions No.o7ro5ro9r12)

lbbreviations zNMM ; National Medicines Regulatoryt Autharit]t/Sri Lanka, SPC ; State Pharmaceuticals)orporalion, MSD; Medicul Supplies Dittision/Ministryt of Hectlth-Sri Lanka,

Specigl Conditions for Sursical Qogsuqrables item01, 12 *ctu uf corttpatil,rlc instruments should be provitlctl free of charge.

Specificationsl-fnstrument set for Cranioplasty Mesh FixingEach set consist of ;t, Serew driver - ntinimurn 3 Nos.iiu Screw holders - minimum 2 Nos.iti. Mesh bender -3 sizes (Large, Medium, Small)iv. Mesh cutter - Minimurn 2 Nos.

Autoclavable, compatible storage box

Storage room tempcrature (30'C)

a. Art works and diagrams with dimensions for relevant products with catalog numbers should beprovided.

b. Usage irstructlon pcmphlet/user manuals in prinVpdflvideo format should be provided. (Such

instructions should cary details on maintenance, compatibility and storage)

All tenderers should furnish an unconditional Bid Bond encashable on demand to the value af 2o/oof item on instances where the total Tendered Price of item exceeds LKR 1 million, Bid Bondshould be submitted with valid up to O2.1O.2O19 together with the tender

$gff iSLe_n!_q!en![y--q_t-q_q-$plg-ge$pgtdbe fonararded for evaluation.

Page 8: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

o-6

$oecial Cotrditions

. Suppliers should submit all shipping documents including the Bill of lading or Air Way Bill to SPC atleast 2-3 days prior to arrival of the consignments to prevent any delay in clearance.

e In the event of an award made to you on this tender, SPC reserve the right to cancel/suspend theprocuring of said order ln any stage, if you would be placed the defaulted supplier's list due toquality failure found in your previous supplies made to SPC or non compliance of contractualagreement,

r This bid is admintstered by the provislons of the "Publlc Contract Act No. 3 of 1987" and therefore, intheevent bidder is to retain an agent, representative, nominee for and on behalf of Bid or shall registerhimself and such public contact act in accordance with the section 10 of the Public Contract Act andproduce such valid original certificate of registration with the bid.

. Where a purchase for a particular item is being made for the first time from a supplier, or where thereare previous quality failures on goods supplied by a Pafticular supplier payments will only be madeupon testing the quality and standards of the goods and comparing the bulk supply with the samplesprovided along with the offer.

r Destination Termtnal Handling charges (THC) should be borne by the supplier at the Port of Loading.Hence when the C&F prices are quoted this should be inclusive of THC.

. The bid submitted should be duly signed and endorsed by the Bidder/ Tenderer him setf (with the name

And designation of the signatory) or by the representative, Representatives submit offers on behalf oftheir principals should submit a letter of authorization and power of atLorney (if signing on behalf of theprincipals) and also should submit documentary proof on their registration as per the Act. No. 03 af .,19EX wlth the Depar-tmefit 6f the Reglstrar ef Cornp*nies - Sri Lanka.

in the event of delivery of consignmcnts dcviating from givcn dclivcry schcdulc by MSD duc to dcfaultoIsuppller and same ls reJected due lack of storage space avallable at MSD warehouses, any resultingdemurrage charges lncurred shall be borne by the suppllers concerned,

All Shipment should be made exclusively on vessels belonging to the Ceylon ShippingCorporation or those chartered by CSC. Shipments on other vessels will be permitted ininstances where vessels of the Ceylon Shipping Corporation do not call at the Port ofShipment or if they are not available for timely shipment of cargo. In which event thesupplier should attach a waiver certificate issued by Ceylon Shipping Corporation on theirAuthorized Agent in the supplier's country,

Page 9: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

I

EIP lY9: DHS/SUSlWltlll8lll9 CLQEING ON : 06.03,2o19 at 9.00 a.m.

order. List No. 2019 /sPc/N /c/s/0026_6

ITEMNO

SR NO ITEM QUANTITYNos.

1 12905001 Item:Cranioplasty Mesh, Scm x Scm Sff, 6FG ti. With screws

Specification:Cranioplasty Mesh, size 5cm x Scm, 6FG, MRI compatibleand MedicalTitanium (each mesh should have supplied3mm, 4mm, Smrn sizes of screws free of charge)

17

2 12905002 Item:Cranioplasty Mesh, 5cm x 10cm SET, 6FG - ti, with screws.

Specification:Cranioplasty Mesh, size Scm x 10cm, 6FG, MRI compatiblearrd MedicalTtanlum (each mesh should have supplied3mm, 4mm, Smm sizes of screws free of charge)

15

3 12905003 Item;Cranioplasty Mesh, 10cm x 10cm SET, 6FG ti, with screws.

Specification:Cranioplasty Mesh, size 10cm x 10cm, 6FG, MRI compatibleand MedicalTitanium (each mesh should have supplied3mm, 4mm, 5mm sizes of screws free of charge)

2A

4 12905004 Item:Cranioplasty Mesh, 20cm x 20cm SE-f, 6fG - fl, with screws.

Specification:Cranioplasty Mesh, size 20cm x 20cm, 6FG, MRI compatibleand Medicall'itanium (each mesh should have supplied3mm, 4mm, 5mm sizes of screws free of charge)

100

5 12905005 Item:Cranioplasty Mesh, 5cm x 5cm SET, BFG ti, with screws

Specification:Cranioplasty Mesh, size 5cm x 5cm, 8FG, MRI compatibleand Medical "l]tanium (each mesh should have supplied6mm, Bmm, 10mm sizes of screws free of charge)

42

6 1290s006 Item:Cranioplasty Mesh, 5cm x 10cm SET, BFG ti, with screws

Specification:Cranioplasty Mesh, size Scm x 10cm, 8FG, MRI compatibleand Medicalltanium (each mesh should have supplied6mm, Bmm, 10mm sizes of screws free of charge)

40

Page 10: STATE PHARMACEUTICALS CORPORATION OF LANKA · : impmanager@spc.lk Bid Number Closing Date & Time Itern Description Date of issuing of Bid Documents Non-refundable Bid Fee LKR DHS/SUS^lvW1181I19

'lo7 12905007 Item:

Cranioplasty Mesh, 1Ocm x 10cm SET, BFG, ti, with screws

Specification:Cranioplasty Mesh, size 10cm x 10cm, BFG, MRI compatibleand Medical Titanium (each mesh should have supplied6mm, Bmm, 10mm sizes of screws free of charge)

60

B i290s008 Item:Cranioplasty Mesh, 20cm x 20cm, BFG, ti, with screws

Specification:Cranioplasty Mesh, size 20cm x 20cm, BFG, MRI compatibleand MedicalTifanium (each mesh should have supplied6mm, 8mm, 10mm sizes of screws free of charge)

135

Packing ; l Nos.

Delivery ; Immediately

1. Page 9 Condition No. 19.b

Registrar of public contracts

This clause should be amended as awards over Sri Lanka rupees Five Million instead of (LKR) Ten Million.

1. Page 10 Condition No. 20. aRepresentative samples in respect of items offered should be submitted to reach SPC on orbef.ore tlre closing time on the elosing date of tendar and acknoiryledgement reeeipt to be '/obtained from Administration Department of SPC.

Contract:The successful supplier should agree to enter into a contract/Agreement is applicable normally forawards which are over LKR 5OOr0O0.O0 instead of 1O.O Million.

Bidding Document Fee- As per the guideline 6.1.1 (a) of the Government ProcurementGuidelines 2006,A non refundable fee of Rs. 121500.00 + taxes should be paid in cash to SPC for each set of

Tender Documents

Please rei'er Global Bid DocumentD: Global Tender - Bid .Dpcument for Surc