63
Tender Document for Framework Contract FY 2020-21 Tender No.01/FY2020-21/THQ-JPPW Medical Superintendent THQ Hospital Jalalpur Pirwala

Tender Document for Framework Contract FY 2020-21 Tender

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Document for Framework Contract FY 2020-21 Tender

Tender Document for Framework Contract

FY 2020-21

Tender No.01/FY2020-21/THQ-JPPW

Medical Superintendent

THQ Hospital Jalalpur Pirwala

Page 2: Tender Document for Framework Contract FY 2020-21 Tender

Table of Contents INVITATION FOR BIDS ........................................................................................................................ 3

GENERAL PROCEDURE, INSTRUCTIONS, TERMS AND CONDITIONS ...................................... 5

Bid Validity: ...................................................................................................................................... 8

Format and Signing of Bid: ............................................................................................................... 8

Announcement of Evaluation Report: ............................................................................................. 11

AWARD OF CONTRACT ............................................................................................................. 11

GENERAL CONDITIONS OF CONTRACT ................................................................................ 13

SPECIAL CONDITION OF CONTRACT ..................................................................................... 16

Package-1 ................................................................................................................................................ 19

Stationary & Store Items ......................................................................................................................... 19

Package-II ............................................................................................................................................... 25

Surgical Instruments ............................................................................................................................... 25

Package-3 ................................................................................................................................................ 28

Laboratory Items ..................................................................................................................................... 28

Package-4 ................................................................................................................................................ 35

Dental Instruments & Items .................................................................................................................... 35

Package-5 Linen Items ........................................................................................................................ 39

Package-6 ................................................................................................................................................ 41

General Items (Electric & Plumbing) ..................................................................................................... 41

Package-7 - Printing Items ..................................................................................................................... 43

Package-8 ................................................................................................................................................ 45

Dialysis Items.......................................................................................................................................... 45

Package-9 ................................................................................................................................................ 47

POL For Hospital Generator ................................................................................................................... 47

Package-10 .............................................................................................................................................. 48

Local Purchase of Medicine & Surgical Items ....................................................................................... 48

Package-11 .............................................................................................................................................. 52

Purchase Of Medicine & Surgical Item For Health Welfare Committee .............................................. 52

Package-12 .............................................................................................................................................. 54

Purchase Of Biomedical Gases ............................................................................................................... 54

Package-13 .............................................................................................................................................. 55

Parking And Security .............................................................................................................................. 55

Package-14 .............................................................................................................................................. 61

Laundry Services .................................................................................................................................... 61

Annexures ............................................................................................................................................... 62

PERFORMANCE GUARANTY/ SECURITY FORM (CDR) ...................................................... 62

Technical Evaluation Criteria ......................................................................................................... 63

Page 3: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 3 | 63

INVITATION FOR BIDS

The THQ Hospital Jalalpur Pirwala, Multan invites sealed bids from eligible bidders/suppliers for

medicine and surgical items to meet the needs of hospital.

Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission

of written application along with payment of non- refundable fee of Rs. 1000/- . Bidding Documents shall

be issued up to 13-10-2020 11:00 AM. However, a copy of the Bidding Documents is also available for

information only on the websites of Punjab Procurement Regulatory Authority (www.ppra.gov.pk) and

website of THQ Hospital Jalalpur Pirwala (thqjalalpur.punjab.gov.pk).

Bidding will be conducted through Open Competitive Bidding.

o Single Stage – Two Envelopes Bidding Procedure as Per Punjab PPRA Rule-2014.

Bids must be delivered to the address below at or before 11:00 am on 13-10-2020. Bid security of 1% of

the estimated budget in the shape of call deposit should be attached bid. Late bids will be rejected. Bids

will be opened in the presence of the bidders’ representatives who choose to attend at the address below

at 11:30 am on 13-10-2020. The Bidders are requested to give their best and final prices.

Sr. No Packages About Estimated Budget

1. Package-1 Stationary & Store Items Rs. 800,000/-

2. Package-2 Surgical Instruments Rs. 600,000/-

3. Package-3 Laboratory & X-Ray Items Rs. 1,200,000/-

4. Package-4 Dental Instruments & Items Rs. 300,000/-

5. Package-5 Linen Items Rs. 350,000/-

6. Package-6 General Items (Electric & Plumbing) Rs. 500,000/-

7. Package-7 Printing Items Rs. 2,700,000/-

8. Package-8 Dialysis Items Rs. 350,000/-

9. Package-9 Pol For Hospital Generator. Rs. 500,000/-

10. Package-10 Local Purchase Of Medicine & Surgical Items Rs. 6,600,000/-

11. Package-11 Purchase Of Medicine & Surgical Item For

Health Welfare Committee Rs. 1,500,000/-

12. Package-12 Purchase Of Biomedical Gases Rs. 400,000/-

13. Package-13 Parking And Security Rs. 900,000/-

14. Package-14 Laundry Services Rs. 650,000/-

Page 4: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 4 | 63

Page 5: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 5 | 63

GENERAL PROCEDURE, INSTRUCTIONS, TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

Source of Funds: The Government of Punjab, Health Department has allocated funds for the medicine and surgical items to the individual institution under their relevant Head of Account which will be utilized for the said purpose during the financial year 2020-21. The financial year will be started from 01st July 2020 and it will end on 30th June 2021. To fulfill the demands of hospital, the administration of hospital has decided to do tenders at earliest and fulfill the motto of government to ensure transparency.

Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole

agents having income tax/sale tax registered on Free Delivery to Consignee’s end basis. The bidders

shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any

Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

Eligible Goods and Services: All goods and related services to be supplied under the contract shall

have their origin in eligible source countries and all expenditures made under the contract shall be

limited to such goods and services. For this purpose, the term “Goods” includes any Goods that are

the subject of this Invitation for Bids and the term “Services” shall include related services such as

transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or

produced, or the place from which the related services are supplied. Goods are produced through

manufacturing or processing, or substantial and major assembly of ingredients / components, a

commercially recognized product results that is substantially different in basic characteristics or in

purpose or utility from its components.

Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of its bid and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the manner or outcome of the bidding process.

Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the Procuring Agency, in writing at the Procuring Agency’s address, indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives no later than six (6) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-data sheet. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the

Procuring Agency, for any reason, whether at its own initiative or in response to a clarification

requested by a prospective bidder, may modify the bidding documents by amendment. All

prospective bidders that have received the bidding documents shall be notified of the amendment in

writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable

time in which to take the amendment into account in preparing their bids, the Procuring Agency, at

its discretion, may extend the deadline for the submission of bids.

Language of Bid: The bid prepared by the bidder, as well as all correspondence and documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the bidder may be in another language

Page 6: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 6 | 63

provided they are accompanied by an accurate translation in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

Documents Comprising the Bid: The bid shall comprise the following components:

Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with proposal).

Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

Bid Security @ 1%- for each in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT THQ Hospital Jalalpur Pirwala, Multan to be submitted with offer.

Bid Form & Price Schedule:

The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.

Bid Prices (important instructions):

i. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods, it proposes to supply under the Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration

/correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.

iii. The bidder should quote the prices of goods according to the technical specifications as

provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency.

v. Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive bidder.

vi. While tendering your quotation, the present trend / inflation in the rate of goods and services

in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

vii. If the bidder increases its value from the market rate, procuring agency will order him to

accommodate its quoted amount with the market rate. No excuses will be entertained otherwise the contract will be terminated by procuring agency and CDR will be forfeited.

Page 7: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 7 | 63

Page 8: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 8 | 63

Bid Validity:

i. Bids shall remain valid for the period of 90 Days after the date of opening of Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non- responsive.

ii. The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid

within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

iii. bidders who,-

(a) Agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their

bids without forfeiture of their bid securities (earnest money).

Format and Signing of Bid:

o The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un- amended printed literature.

o Any over-writing, remarks or self-written shall be considered rejected and an attempt to

change the bidding documents. Bidder must ensure this while writing. They must write carefully in the blanked section. Any other overwriting will be considered rejected.

SUBMISSION OF BIDS

Sealing and Marking of Bids

i. The envelopes shall be marked as “PROPOSAL FOR MEDICINE” or ''PROPOSAL

FOR SURGICAL ITEMS” in bold and legible letters to avoid confusion. Envelopes shall

be sealed.

ii. Be addressed to the Procuring Agency at the address given in the Invitation for Bids.

iii. Bear the name and number indicated in the Invitation for Bids

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case

Page 9: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 9 | 63

all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder.

Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

Opening of Bids

i. The Procuring Agency shall initially open only the envelope in the presence of bidders’

representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance.

ii. The bidders’ names, item(s) for which they quoted their rate and such other details as the

Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of proposal. No bid shall be rejected at the time of bid opening, except for late bids, which shall be returned unopened to the bidder.

iii. The Procuring Agency shall prepare minutes of the bids opening.

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

Preliminary Examination

I. The Procuring Agency shall examine the bids to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

II. In the bids the arithmetical errors shall be rectified on the following basis. If there is a

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

III. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a

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

Page 10: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 10 | 63

IV. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

V. If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the bidder by correction of the nonconformity.

Evaluation & Comparison of Bids

i. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.

ii. The Procuring Agency’s evaluation of / bid shall be on the basis of previous performances, previous test reports, inspection of plant/ factory / premises (if not previously conducted), previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

Evaluation Criteria:

For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, inspection of plant / factory /premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the PROPOSALS. The detailed process shall be specified in the Evaluation Report.

1. The procuring agency shall open the technical proposals as per the requirement and get it

signed by the committee to ensure meritocracy. 2. The bidders which are unable to qualify the technical demands of the procuring agency will

be considered in-eligible and disqualified. Their financial proposal will be cancelled. 3. The bidder in terms of Rule 12 (1) of PPRA Rules 2014 required to provide all requisite

document along with bid before the closing time. He cannot be allowed to submit any missing document to become confirmer to the laid down criteria and shall be disqualified for equity aids the vigilant. The procuring agency shall not open the financial bid to non-responsive/technically dis-qualified bidder.

4. Those successful bidders which are able to pass the technical demands then procuring agency will give a date to open their financial bids.

5. After successful technical evaluation of the bids the process of financial scrutiny will be started. 6. The financial bids will be opened in front of the committee members to ensure meritocracy

and it will done in the presence of bidders.

Contracting the Procuring Agency:

Page 11: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 11 | 63

No bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete.

Rejection of Bids:

(1) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. (2) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. (3) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (4) The bidders shall be promptly informed about the rejection of the bids, if any. (5) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders.

Re-Bidding:

If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules -2014. The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.

Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

AWARD OF CONTRACT

Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

Procuring Agency’s right to vary quantities at time of award

The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

Limitations on negotiations Negotiations will be not only relate to the price or substance of tenders or proposals specified by the bidder in his tender, but also to minor technical, Contractual or logistical details.

Page 12: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 12 | 63

I. As guidance only, negotiations may normally relate to the following areas:

• Minor alterations to technical details, such as the terms of reference, the scope of work, the specification or drawings;

• Minor amendments to the Special Conditions of Contract;

• Finalizing the payment arrangements; • Agreeing final delivery or completion schedules to accommodate any changes

required by the procuring agency;

• The proposed methodology or staffing;

• Inputs required from the procuring agency;

• Clarifying details that were not apparent or could not be finalized at the time of bidding;

• The bidder’s tax liability in Pakistan, if the bidder is a foreign company. • Negotiations shall not be used to:

• Substantially change the technical quality or details of the requirement, including

the tasks or responsibilities of the bidder or the performance of the goods;

• Substantially alter the terms and conditions of Contract;

• Reduce unit rates or reimbursable costs, provided that in case of exceptional

circumstances like exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted;

• Reduce work inputs solely to meet the budget; or

• Substantially alter anything which formed a crucial or deciding factor in the

evaluation of the Tenders or proposals.

Notification of Award

ii. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the

successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.

iii. The notification of award shall constitute the formation of the Contract.

Signing of Contract

i. At the same time as the Procuring Agency notifies the successful bidder that its bid has been

accepted, the Procuring Agency shall send the bidder the Contract Form provided in the bidding

documents, incorporating all agreements between the Parties.

ii. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the

legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful

bidder, after completion of all codal Formalities shows inability to sign the Contract then the

firm shall be Black listed minimum for two years. In such situation, the Procuring Agency may

make the award to the next lowest evaluated bidder or call for new bids.

Performance Guaranty/ Security

Page 13: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 13 | 63

i. On the date of signing of Contract, the successful bidder shall furnish the Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

ii. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Corrupt or Fraudulent Practices

• The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors

observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency defines, for the purposes of this provision, the terms set forth below as follows:

“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and

fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the Procuring Agency of the benefits of free and open competition;

• Shall reject a proposal for award if it determines that the bidder recommended for award

has engaged in corrupt or fraudulent practices in competing for the Contract in question;

• Shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded

a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a Contract; of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT

1) Definitions: In this Contract, the following terms shall be interpreted as indicated against each;

i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as

recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

ii) “The Contract Price” means the price payable to the Supplier under the Contract

for the full and proper performance of its contractual obligations.

iii) “The Goods” means General store items.

iv) “The Procuring Agency” means Medical Superintendent, THQ Hospital Jalalpur

Pirwala.

v) “The Supplier” means the individual or firm supplying the goods under this Contract.

Page 14: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 14 | 63

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

Country of Origin: All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied. Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

Use of Contract Documents and Information

i) The Supplier shall not disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection with, to any person other than a person employed by the Supplier in the performance of the Contract.

ii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in condition of contract except for purposes of performing the Contract.

iii) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

ii) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier.

Patent Rights: The Supplier shall indemnify the Procuring Agency 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.

Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance. Physical examination:

The Inspection committee constituted by the consignee shall carry out the physical examination after receipt of supplies for checking quality / quantity of the goods supplied.

Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

Insurance: The goods supplied under the Contract shall be delivered duty paid.

Transportation: The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their destination. The goods shall be delivered to THQ Hospital Jalalpur Pirwala on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

Page 15: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 15 | 63

Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

Prices: 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 expiry of the original bid

validity period provided the Procuring Agency’s request for bid validity extension. Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this

Contract.

Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm. Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract

Force Majeure: Notwithstanding the provisions of general conditions of contract the Supplier shall not reliable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its 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 misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargos. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Health Department, constituted for

Page 16: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 16 | 63

Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, 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.

Termination for Insolvency the Procuring Agency 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.

Arbitration and Resolution of Disputes: The Procuring Agency 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 Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.

Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

Notices:

i) Any Notice given by one party to the other pursuant to this contract shall be sent to the other party in writing and confirmed to other party’s address specified in Special Conditions of Contract.

ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT

Definitions In this Contract, the following terms shall be interpreted as indicated against each;

a. “The Contract” means the agreement between the Procuring Agency and the Supplier, as

recorded in the Contract Form signed by the Parties, including all attachments and appendices

thereto and all documents incorporated by reference therein.

b. The Supplier: is the individual or firm supplying the goods under this contract.

Country of Origin: All goods and related services to be supplied under the contract must be from that origin/ country as indicated under general conditions of the contract.

Bid Security. 1% of the estimated price in the shape of Call Deposit (CDR) / Bank Guarantee in the name of Medical Superintendent , THQ hospital Jalalpur Pirwala to be submitted with financial bid.

Page 17: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 17 | 63

Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the Performance Guaranty/Security equivalent to 5 % of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ hospital Jalalpur Pirwala from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

Original copies of Delivery Note/Challan (in duplicate) showing name of destination to which delivery is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of Procuring Agency /destination to which delivery is to be made, item’s description, manufacturing and expiry date, quantity, per unit cost, and total amount.

Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

Incidental Services

The following incidental services shall be provided and the cost of which should include in the total bid price

a. The bidder shall supply general store items as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

Payment

The Payment shall be in Pak Rupees. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store/logistics officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee to the effect that the supplies conform to specifications.

Redressal of Grievances by the Procuring Agency

The Purchaser may constitute a Committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of Bidder(s) that may occur prior to enforcement of the Procurement Contract.

Any Bidder(s) feeling aggrieved by any act of the Purchaser after the submission of bid may lodge a written complaint concerning grievances not later than ten days after the announcement of the bid evaluation report.

The Committee may investigate and decide upon the complaint within fifteen days of the receipt of the complaint.

Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.

Page 18: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 18 | 63

Penalties/ Liquidated Damages

a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non– delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier.

b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.614% per day of the cost of late delivered supply shall be imposed upon the Supplier.

Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or application of this Contract shall be settled through arbitration. The Additional Chief Secretary or his nominee shall act as sole ARBITRATOR. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties. Governing Language: The language of this Contract shall be in English. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

Delivery period (general store, Lenin, stationary, Lab & X-ray items)

Sr. Mode Of Penalty 100% Quantity As

Per Purchase Order

Total

Deliver

y Period

1. WITHOUT PENALTY 30 days from the

issuance of purchase

order

30 Days

2. WITH PENALTY 0.614% per day after the issuance of

purchase order

Total limit of the

purchase order is 30

days

30 days

(issuance of

warning letter)

Page 19: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 19 | 63

Package-1

Stationary & Store Items

PRICE SCHEDULE FOR STATIONARY ITEMS IN PAK RUPEES

Name of bidder No.

Sr. # Name of the item Specification/brand Required quantity Quoted rate

1. Ball points (Red, Blue) Piano/dollar 2500 pieces

2. Highlighter pen Dollar 200 pieces

3. Sticky notes 3x3 200 pieces

4. White color fluid pen Dollar 50 pieces

5. Stapler pin packet Dollar 500 packets

6. Stapler machine standard 20 pieces

7. Stamp Pad blue Dollar Dollar 50 packet

8. File Boxes (blue, Black, Red, green) A5 size boxes

800 files

9. Paper A4 70 gm Double AA

(other than AA Not acceptable)

1000 rims

10. Paper legal size 70gm 500 rims

11. Punching machine two hole punch 50 pieces

12. Punching machine one hole punch 20 pc.

13. Toner refilling of printers of the hospital (refilling)

05 Printers Per Month

14. Toner refilling of printers of the hospital (refilling)

02 Printers Per Month

15. Toners for HP Printers (New Toners) HP 20 items

16. Paper Clips Dollar 500

17. HP laser jet 1020 printer (new purchase)

HP

18. Hp LaserJet Pro M402dn (new purchase)

HP

19. Erasable whiteboard markers(red/blue/black/green) Dollar

50

20. Gum stick Dollar 50

21. Envelopes (Hospital Name Printed)

Small Regular Size

22. Envelopes for A4 (Hospital Name Printed)

1000

23. Envelopes for Legal Size (Hospital Name Printed)

2500

Page 20: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 20 | 63

24. Thumb pin for notice boards 50 packets

25. Ball point Gel (0.7mm)

(blue/black/red/green) 500

26. USB for computer storage 16 GB 10

27. RJ45 CAT6 Copper Wire 500 feet

28. Wifi Adopter TP-Link/D-Link 10

29. Notice Board 5 feet X 4 feet 1

30. Pencil HB 200 pieces

Page 21: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 21 | 63

PRICE SCHEDULE FOR STORE ITEMS IN PAK RUPEES

Name of bidder No.

STORE ITEMS

Sr. # Name of the items Estimated quantity Quoted rates

1. Vim powder per kg 200 pack

2. Surf excel 500 gm (1/2 kg) 200 pack

3. Soap (Dettol & Lux) 100 gm 200

4. Air Freshner 100 bottle

5. Mortien large spray 200 bottles

6. Phenyl 03 liter bottle (typhoon/fine) 1000 bottle

7. Office dustbin (medium size) 200 dustbin

8. Waste Bin 45 ltr (red, yellow, white) with

pedal (put the rate of 03 bin set)

10 set (Red, Yellow,

White)

9. Waste Bin 20 ltr (red, yellow, white) with

pedal (put the rate of 03 bin set)

10 set (Red, Yellow,

White)

10. Shopper Mix Large (Red & White) 100 Kg

11. Shopper Mix Medium (Red & White) 100 Kg

12. Sharp container 05 liter 100 pieces

13. Syringe cutter steel body (WHO

Recommended)

40 pieces

14. Sulphur powder 200gm(powder form) 50 pieces

15. Carbolic Acid (250ml) 70 bottles

16. Acid (taizaab) per liter 200 bottles

17. Vipers with handle (large) 50 pieces

18. Washroom brush rods 100 pieces

19. Harpic bottle 500 ml 100 bottle

21. Sootar pallay for cleanliness 100 KG

22. Dry Moap with handle cleanliness 100 pieces

23. Tissue rolls (only white color) 300 pieces

24. Tissue pack(Rose Patel) 300 boxes

25. Hand sanitizer with solution (1 liter) 200 boxes

26. Alpha guard 01 liter 50 bottles

27. Endo star (Disinfectant) 01 liter 20 bottles

29. Steri-gage strips (250 trip in 01 packet) 50 packets

30. Formalin 35 liter(01 gallon) 05 gallons

31. Glint 500 ml 100 bottles

Page 22: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 22 | 63

32. Shoes (common )for Operation theater 30 pairs

Page 23: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 23 | 63

33. Ultrasound gel (05 liter bottle) 100 bottles

34. Hand Drier in washrooms (waves) 10 drier

35. Weighing machine (Peads) 10 machines

36. Weighing Machine (Adult) 10 machines

37. Door closers 20 pieces

38. Step Ladder Bamboo 25 feet ( Width

minimum 1 feet, Step Gap Max. 10”)

1 pc.

DISPOSABLE ITEMS

Sr. #

Name of the items Estimated quantity Quoted rate

1. Disposable face masks 12000 pieces

2. Disposable OT caps 10,000 pieces

3. Disposable OT shoes 10,000 pieces

4. Room temperature meter 100 pieces

5. ECG Rolls(80mm) 500 pieces

6. Ultrasound roll 1000 pieces

7. Ambo bag for children 10 pieces

8. Ambo bag for adult 10 pieces

9. Thermometer 100 pieces

10. Oxygen cylinder regulator 30 pieces

11. Refrigerators thermometer 50 pieces

12. Mouth pieces for peak flow meter 5000 pieces

13. Examination gloves (unsterilized) 5000 pieces

14. Polythene gloves (unsterilized) 1000 pieces

15. Nebulizer mask (Adult,Childern) 500 pieces

16. oxygen mask (Adult,Childern) 500 pieces

17. H1N1 mask 100 pieces

18. Cord clamps 5000 pieces

19. BP Apparatus vertical 200 pieces

20. BP Apparatus Desk type 200 pieces

21. Stethoscope 150 pieces

22. Baby stethoscope 20 pieces

23. Wheel chair 20 pieces

24. Stretcher for patients 10 pieces

25. Screens for the treatment of patients 15 items

26. Laryngoscope 05 pieces

27. Pulse Oxi-meter (finger display)(digital) 10 items

Page 24: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 24 | 63

28. Patient examination stools (static)(without wheels)

100 pieces

29. Blood lancets (pricker) 300 boxes

30. Cautary/Diathermy leads 5000pieces

31. Pulse oximeter (stand type) 05 pieces

32. Nasal prone (peads, adult) 1000 pieces

Page 25: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 25 | 63

Package-II

Surgical Instruments

PRICE SCHEDULE FOR SURGICAL INSTRUMENTS IN PAK RUPEES

Name of bidder No.

GYNAE O.T SET:

Sr.# Name of the item Total required Quote the rate of

01

1. Following instruments are required in

GYNAE OT

1 GYNAE Set contains following items;

1. Scissor curved

2. Plain scissor

3. Needle holders

4. Eles forceps

5. Arties forceps (small)

6. Uterine clamps

7. Sponge holder

8. Blade parker/knife handle

9. Tooth forceps

10. Plain forceps

11. Retector Doyen’s

12. Large kidney tray

13. Out let forceps pair

14. Sucker Pipe

15. Artery clip(laprotomy curve)

16. Epi scissors

17. Cord clamps (steel)

15 Set

2 Hysterectomy Clamps Straight 5 pc.

3 Hysterectomy Clamps Curved 5 pc.

4 Diver’s Retractor 5 pc.

Page 26: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 26 | 63

5 Mackintosh Sheet Durable 50 meter

6 OT Med. Sponges ( pack of 5) 500 packs

7 OT Towel 1.5 meter 50 pc.

8 disposable caps 1000

9 Diathermy leads 50

10 Sucker Nozels 20

11 Artery Forceps 8” 20

12 Artery Forceps 6” 20

13 Needle Holder (GoldenTip-Medium Size) 20

14 Scissors – Medium 20

15 Skull Bone electric Cutter 1

Name of the bidder (firm):

CNIC number:

Sign and Stamp of bidder

Thumb impression (Left Hand)

Page 27: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 27 | 63

Page 28: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 28 | 63

Package-3

Laboratory Items

PRICE SCHEDULE FOR LABORTARY & X-RAY ITEMS

Name of bidder No.

IMPORTANT NOTE:

o The bidder/firm offering clinical chemistry reagents/kits will submit an

undertaking that the concerned firm will be responsible to give full back-up

support to related chemistry analyzer in case of any technical or instrumental

problem. o Quantity can reduce or increase according to the budget or requirement.

CLINICAL CHEMISTRY LAB ITEMS:

Sr. NAME OF ITEM SPECIFICAITON Quantity Quoted rates

1. Sugar kit

Human , 400ML kit 5 Kits

2. T. Bilirubin kit Randox 2 Kits

4. SGPT (ALT) kit Merck 5 kits

5. SGOT (AST) kit Merck , 125ML/kit 5 kit

6. ALP Kit Merck , 125ML/kit

5 kits

9. Blood urea kit (UV) Merck , 125ML/kit 4 kits

10. S. Cretinine kit Merck , 125ML/kit 4 kits

11. s. uric acid kit Human , 125ML/kit 10 kits

Page 29: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 29 | 63

12. Cholesterol kit Human , 125ML/kit 2 kits= 125ML

13. Tri Glyceride kit Human , 125ML/kit 2 kits= 125ML

14. HDL kit Do. Reagent sufficient

Page 30: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 30 | 63

20. S. calcium kit Human , 100ML/kit 1 kits

24. Control N for chemistry Human

2 kits of 10ml

25. Control P for chemistry Only certified Human brand will

be accepted.

2 kits of 10ml

29. Blood sugar strips Must be compatible with

glucometer… on every 700 strips

one glucometer must be

Free (Code Free)

10000 strips

Page 31: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 31 | 63

IMMUNOLOGY/SEROLOGY TEST

IMPORTANT NOTE: the bidder/firm offering CBC reagents will submit an

undertaking that the concerned firm will be responsible to give full backup support for

the related CBC analyzer in case of any technical or instrumental problem.

32. cell pack for CBC

analyzer sysmex-

KX21

Only certified sysmex brand

will be acceptable original

(SYSMEX)

10 sets

33. Lyser for CBC

analyzer sysmex-

KX21

Only certified sysmex brand

will be acceptable original

(SYSMEX)

10 sets

34. Printer paper roll for

CBC

Must be compatible with

Sysmex KX-21

(SYSMEX)

100 rolls

35. Robin bleach 5 bottles

37. ESR Solution Medline, 1000ml/bottle 05 bottles

IMMUNOLOGY/SEROLOGY TESTS:

01. HbsAG screening test Should be WHO recommended accurate/Helgen.

10000 devices

02. Anti HCV Ab. Screening test

Should be WHO recommended accurate/Helgen.

10000 devices

03. HIV 1&2 Ab. Screening test Accurate/Helgen 1000 devices

04. Anti- syphilis Ab. Screening

Test

SD 1000 devices

05. Dengue NS-1 screening test Do. 100 devices

06. Dengue IgG & IgM Screening

Test

Do. 100 device

07. ICT malaria screening test Helgen 1000 device

08. ICT typhoid screening test Helgen 1000 devices

Page 32: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 32 | 63

50. H. Pylori Ab. Screening test Helgen 500 devices

51. R.A Factor Antec 10 kits

52. ASO titer Antec 100 tests

Page 33: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 33 | 63

URINE TEST

1. Urine test strips-10 P SD , pack size 100 5000 test

2. Pregnancy test strip Accurate 10000 test

3. Glass slides Do. 10000 slides

4. Cover slip Do. 1500 cover slip

PHLEBOMOTOMY & GENERAL ITEMS

1. CBC-EDTA Vials (plastic body) - 5000 vials

2. CBC-EDTA Vials (Glass body) Do. 15000 vials

3. Urine sample container plastic 30-50ml Do. 10000 bottle

4. Test tubes 05ml- plastic body Medline 10000 tubes

5. Jel tube 5ml- Glass body --- 1000 tubes

6. ESR Tube Fast Detector ----- 5000

7. Yellow tips ----- 5 packs

8. Blue tips ----- 5 packs

9. Blood Lancets 200/pack 50 packs

10. Blood group sets

(Anti-seras ABO)

S. Bio Company 300 sets

11. Widal ( TO + TH) S.Bio 5 kits

12. Sample Tornicat -- 5 set

Page 34: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 34 | 63

Schedules for the Radiology Lab Package-3 in Pak rupees

Name of bidder No.

NOTE:

• Quantity can reduce or increase according to the budget and requirements.

Sr. # Name of the items Specifications Quantity Unit rate

1. X-ray film size 12x15 (AGFA/Fuji) 80P

2. X-ray film size 10x12 (AGFA/Fuji) 60P

3. X-ray developer (Powder) Packet

40P

4. X-ray fixer (Powder) Packet

40P

X-Ray Developer (Liquid)

AGFA 40 Ltr

X-Ray Fixer Liquid (AGFA) 40 Ltr

X-Ray Hanger (15x12)

05

X-Ray Hanger (10x12)

05

Sign and Stamp of bidder

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

Page 35: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 35 | 63

Package-4

Dental Instruments & Items

Schedules for the Dental Instruments & Items

Estimated Demand Quantity for Year 2020-21

THQ H. Jalalpur Pirwala

Sr. # Name of the items Specifications Quantity Quoted

Rate

1 Xylocaine + Adrenaline Ampule 1000

2 Dental Cartridge (Xylocaine + Adrenaline)

5000

3 Examination Gloves Lotex , pack of 100

pairs 50 packs

4 K.files 15 number (15-45) 6pcs/box 20 boxes

5 Reamer # 15 (15-45) 6pcs/box 10 boxes

6 H.files # 15 (15-45) 10 packs

7 NitiK.files (15 number) (15-45) 10 packs

8 Pulpotec / Pulpodent RCT material, (15g powder, 15 ml liquid)

2

9 Bone Cutting Round Bar 1x5/pack 20 packs

10 Disposable Napkins 1*500/box 5 boxes

11 Push Button Handpiece 4

12 Handpiece oil 2

Page 36: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 36 | 63

13 Manual Protaper files 1*5/pack 20 packs

14 Light Cure System (LED) Laser 2

15 Composite Kit Elvaclar 5

16 Alveolgyl 5

17 GIC (3M ketac Molar) GC-2 10

18 Zinc Oxide Eugenol Cement Type-II for bases & temporary restorations

5

19 Sterilization Pouch 1*100 20

20 Pulperyl/cresophene dressing material for RCT

21 Surgical Blade # 11 1*100/BOX 2 boxes

22 Dental Needles short needle (1*100/pack)

15 packs

23 Dental Needles long needle (1*100/pack)

15 packs

24 Sodium Hypochlorite dressing material for RCT

10 bottles

25 EDTA Gel 3

26 36. Ladder Mix Paste (Dycol) 5

27 Silk Sutare 4/0 10 boxes

Page 37: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 37 | 63

28 Silk Sutare 2/0 10 boxes

29 3 Way syringe/Tripple syringe 2

30 Dental isoltion Tape 15 rolls

31 Examination sets (Mirror, Tweezer,Probe)

10 sets

32 47. Scieesr 10

33 Seperator sets 10 1*5/pack 10 packs

34 Guttapercha 30 sets (Protaper) 10 packs

35 Check relator for pulp vitality test 1

36 Diamond burs set

set including round bur,flame bur, tapering, straight, inverted core, cutting burs)

20 set

37 Polishing paste 5

38 Polishing bush 300

39 Polishing cup 3 boxes

40 Alloy (Amulgum) Allo (aristaloy, Non-Gamma II), Mercury(Solaloy)

5

41 Carbide Bur 1*10/box 20

42 Surgical gown 5

Page 38: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 38 | 63

43 67. Oxide

44 Scalar tip 1*5/pack 20

45 Barbadbrodas/Barbboaches 20 packs

46 Endo box complete 03 5

47 Flouride Gel (Blodinamica) 200 ml 5

48 Triacid Solution (Disinfectant) 15 bottles

49 Metal Strips 1 box

Page 39: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 39 | 63

Package-5

Linen Items

PRICE SCHEDULE FOR LENIN ITEMS IN PAK RUPEES

Name of bidder No.

Sr. # Name of Item Specification Unit rate

1 Bed sheet with pillow cover • light blue/sky

blue/navy blue

• 1kg weight

• With logo

Hospital

• Size 66x108

2 Bed sheet with pillow cover • White color

• 1 kg weight

• With logo

Hospital

• Size 66x108

3 Bed sheet with pillow cover • BEIGE COLOR

• 1 kg weight

• With hospital

Logo

• Size 66x108

5 TOWEL (Medium size) white,

6

Draw sheet (drappings)

weight 350 gram

36 X 60 (Green Colour)

7. Macintosh sheet DARK BROWN

8. OT gown / Surgeon gown

(cloth)

Green

9. Disposable apron White

Page 40: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 40 | 63

10. Abdominal sheet Green

11. Lithotomy sheet Green

12. Disposable sponges White

13. Surgeon kit/dress

(XL,L,Medium) Green

Page 41: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 41 | 63

Package-6

General Items (Electric & Plumbing)

PRICE SCHEDULE FOR GENERAL ITEMS ELECTRIC & PLUMBING

Name of bidder No.

ELECTRICAL ITEMS

69. LED bulb 45 watt (Philips) 100 pieces

70. LED bulb 85 watt (Philips) 20 pieces

71. LED Bulb 18 watt (Philips)-ring/choori 100 pieces

72. LED bulb 18 watt(Philips)-pin size 100 pieces

73. Holders for led bulbs (ring/choori size) 200 pieces

74. Holders for led bulbs (Pin size) 200 pieces

75. Electric wires 7/29 (single core) (Fast cables)

25 coils

76. Electric wires 3/29 (single core) (Fast cables)

25 coil

77. Electric wires 7/44 (three core) (Fast cables)

25 coils

78. Electric wires 110/76 (four core) (Fast

cables)

5 coils

79. Power Plug 15 A (Hi-Life) 100 pieces

80. Power shoe 15 A (Hi-Life) 100 pieces

81. Fan capacitor 3.5 Uf 50 pieces

82. Fan capacitor 2.5 Uf 30 pieces

83. Flexible pipe 1” 05 bundle

84. 02- pin shoe 100 pieces

85. 02-pin socket 100 pieces

86. Buttons (Simple) 100 pieces

87. PVC tape 10 pieces

88. Dimmer/regulator (Fans) 100 pieces

89. Extension lead 50 pieces

90. Heavy duty extension Lead 05 pieces

91. Circuit breaker 10 Ampere (Mitsubishi) 75 pieces

92. Circuit breaker 20 Ampere (Mitsubishi) 75 pieces

93. Circuit breaker 100 Ampere (Mitsubishi) 10 pieces

94. Circuit breaker 63 Ampere (Mitsubishi) 10 pieces

95. Capacitor For ACs (50u F, 55u F) 75 pieces

Page 42: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 42 | 63

Plumbing items:

Sr. # Item Detail Estimated Demand Quoted Price/unit

01 Pipe 3” sewerage series by Master/Popular 500 feet

01 Pipe 2” by Master/Popular 500 feet

01 Pipe 3/4” by Master/Popular 500 feet

Sewer Pipe 3” Flexible moldable High Pressure, Outdoor

40 feet

02 Side pillar cock (Plastic) 100 pieces

03 Soap dishes for washrooms 100 pieces

04 Flush tank complete set plastic in washrooms

05 pieces

05 Hand drier in washrooms (Dawlence) 05 pieces

06 Valve ½’’ for water pipes 20 piece

07 Valve ¼ ’’ for water pipes 20 piece

08 Washbasin 18’’ inches 10 piece

09 Bib cock (plastic) 70 pieces

10 Taps steel ( standard size) 100 pcs.

10 Taps plastic( standard size) 100 pcs.

Page 43: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 43 | 63

Package-7

Printing Items

Additional Terms and Conditions for Package-7 Any firm will not have any right of objection if any Printing from Punjab Printing Press is

done by Procuring Authority during contract period FY 2020-21.

Schedules for the Printing Items

Estimated Demand Quantity for Year 2020-21

THQ H. Jalalpur Pirwala

Sr.

# Name of the items Specifications

Estimated

Quantity

Quotated Rate Inclusive All taxes

1 Printing of Carbon less paper

Duplicate (100+100=200

pages)

Size 6 ‘x 8.5’ inches ,

example OPD Slips etc as

per sample

4000 pads

2 Printing of Carbon less paper

Duplicate (100+100=200

pages)

A4 Size , example Referral,

deseased forms etc as per

sample

100 pads

3 Single Side Printing of Pad

of 100 Pages 68 gram local

paper A4

For Example LAB

Reporting Form, Leave

forms, Bed Sheet Checklist

& Wash Room Checklist

etc. As PER SAMPLE

500 pads

4 Single Side Printing of Pad

of 100 Pages 68 gram

imported paper A4

For Example LAB

Reporting Form, Leave

forms, Bed Sheet Checklist

& Wash Room Checklist

etc. As PER SAMPLE

500 pads

5 Double Side Printing of Pad

of 100 Pages 68 gram

Imported paper A4

For Example LAB

Reporting Form, Leave

forms, Bed Sheet Checklist

& Wash Room Checklist

etc. As PER SAMPLE

500 pads

6 Double Side Printing of Pad

of 100 Pages 68 gram Local

paper A4

For Example LAB

Reporting Form, Leave

forms, Bed Sheet Checklist

& Wash Room Checklist

etc. As PER SAMPLE

500 pads

7 MLC Register 100 pages, As per sample with hard binging

120 registers

8 Receipt Book 100 Pages, Numbered Pages, As PER SAMPLE

1000 books

9 Indent Book 100pages/book, As Per

Sample 50 books

10 Register of 200 pages Numbered pages

68 gram paper 11.25"*17.50" for Example OPD, Ultrasound and

200

Registers

Page 44: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 44 | 63

Obstetric Register etc. As Sample, HARD BINDING

11 Registers of 500 pages numbered pages

68 gram paper 11.25"*17.50" for Example stock registers for linen items, general store items, medicien stock Register etc. As Sample, HARD BINDING

50 Register

12 File Cover

Standard size with Hospital

name

as per sample

1000

13 Hard cardboard paper

(Insulin card, Bin card etc)

10"*6"

as per sample 5000

Page 45: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 45 | 63

Package-8

Dialysis Items

Page 46: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 46 | 63

Schedules for the Dialysis Items

Estimated Demand Quantity for Year 2020-21

THQ H. Jalalpur Pirwala

Sr.

# Name of the items Specifications

Estimated

Quantity

Quotated Rate Inclusive All taxes

1 Sterile Pack Hollow Fiber Dialyzer-

Adult 3000

2 Sterile Pack B.T line 3000

3 Sterile Pack AVF Needle 3000

4

Can Bicarbonate solution

10

Can Citro Sterile solution Fresinius Med Care

15

5 Injection Heparin 500

6 BTL Set 1000

7 Diallyzer 1500

8 Diosafe filter Fresenius Medicare 30

Page 47: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 47 | 63

Package-9

POL For Hospital Generator

Additional Terms and Conditions for Package-9

Sealed Bids/ tender are required from the local firm having valid fuel license from ‘Ministry

of petroleum, Govt. of Pakistan’.

Hospital Generators section is comprised of two 200kva and one 100kva generators which

may have different capacities of fuel consumption.

The quoted rate/rebate % (percentage) remains valid up to 30-06-2021.

The successful bidder will be bound to keep the reserve stock to meet requirement of the

Hospital.

The price of fuel will be adjusted with the notification of OGRA, Ministry of petroleum,

Govt. of Pakistan. In case of overcharging, you are bound to return back the amount in form

of Cheque to Hospital and adjust the bill in the future invoices as decision by hospital.

Moreover verify the detail with the notification of fuel prices given by OGRA, Ministry of

Petroleum, Govt. of Pakistan.

Fuel will be issued on the specimen signature of the Medical Superintendent and authorized

person assigned by Medical Superintendent THQ Hospital Jalalpur Peerwala. In the case of

bogus signatures, single signature on the invoice or the signature done by any other officers

on invoice, hospital will not be responsible to issue any payment.

The mode of transportation of fuel will be done through the 100/200 liter cane refilling

system as per feasibility and requirement of the hospital.

The successful bidder shall submit his bill on 10th of each month. The Payment will be done

at the end of month; the hospital will pay the amount of fuel via cheque subject to provision

of budget.

The contract will be terminated in case if the bidder failed to supply and may be awarded to

the next technically accepted firm.

The successful bidder will be bound to provide the price list time to time along with the bill.

Page 48: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 48 | 63

Package-10

Local Purchase of Medicine & Surgical Items

IMPORTANT NOTE FOR MEDICINE & SURGICAL ITEMS ONLY

o All the bidders must follow the Punjab medicine formulary version 2017.

o If the concerned department introduces new version of Punjab Medicine formulary then

all the bidders must follow the new version of Punjab Medicine Formulary without any

excuse.

o The tenure of contract will be till 30th June 2021, which can be extended for the period of

03 months on the satisfactory report from the pharmacist and supporting staff.

o Valid Drug Sale License or has applied for Computerized DSL (Copy of application

receipt must be attached) (Form 9 & Form 11) Attached Copies of DSL/Receipt of CDSL,

Old DSL and Qualified Person Registration Certificate.

Delivery Period (Medicine & Surgical Items)

Sr. Mode Of Penalty 100% Quantity As Per

Purchase Order

Total Delivery

Period

1. WITHOUT PENALTY 03 days from the issuance of

purchase order

03 Days

2. WITH PENALTY 0.614% per day after the

issuance of purchase order

Total limit of the purchase

order is 15 days

15 days

(issuance of

warning letter)

Note:

o Firm/bidder must provide all the indicators to clear technical evaluation,

o Failing in one indicator will be considered rejected.

Page 49: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 49 | 63

QUOTATION FOR THE LOCAL PURCHASE OF MEDICINE

o The bidder has to furnish the rates in financial bid including all taxes.

o All the items are subjected to the approval of samples by the End-user concerned.

o Bill/Invoice for each supply must include following:

• Name of Pharmacy

• Brand Name

• Quantity

• Rate/Unit

• Generic Name

• Batch. No.

• Mfg. Date

• Exp. Date

o Successful Bidder is strictly bound to follow the Punjab Medicine Formulary (PMF) 2017-18 for both national and multinational items.

o DTL Testing is required for items that are out of PMF (which is highly discouraged) and all expenditures of testing and sample shall be responsibility of supplier (fees of DTL will be paid by supplier/bidder).

Sr. # Name Of Item

Discount On Retail

Price (MRP)

Write quoted rates in word

1.

The discounted rate for the National Medicine

2.

The discounted rate for the Multi-national Medicine

3.

The discounted rate On Surgical Items

o Cutting/Over writing or in addition of anything in the bidding documents by

the bidder will be considered rejected. If any bidder writes something extra, he

will be considered rejected.

o Delivery period will be strictly observed. It will be maximum 03 days only. The

compliance of this order will be observed and followed strictly from higher authorities,

otherwise penalties will be put on late delivery.

o I certify that I have read all the instructions given in it and follow all the rules and

regulations. Punjab medicine formulary PMF (2017-18) is necessary to follow all

these rules and regulations

Page 50: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 50 | 63

Name of the bidder (firm):

CNIC number:

Sign and Stamp of bidder

Thumb impression (Left Hand)

Page 51: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 51 | 63

Page 52: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 52 | 63

Package-11

Purchase Of Medicine & Surgical Item For Health Welfare

Committee

TERMS AND CONDITIONS:

1) All the procurement procedures will be done strictly in accordance with the PPRA Rules, 2014 (Amended 2016). Single stage/two envelops bidding procedure shall be applied (Parking & Security will contain auction after technical evaluation). The Envelops shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and in legible letters. Envelops shall then be sealed in an outer envelope. The Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. The inner envelops shall also indicate the name and address of the of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.

2) The envelope must also clearly show the Bid title and bidder’s name and

address. Failure to comply with this requirement may result in rejection of

the bid and the committee decision in this regard shall be final. Bids

submitted after the prescribed time shall not be entertained.

3) Only technical proposal will be opened by the tender opening committee. The

financial proposal will be opened by tender opening committee of responsive/

technically successful bidders later on the declared time, place & date. Financial

proposal of the non-responsive/ technically unsuccessful bidders will be

returned as such to them on that date without opening their financial offers as

per PPRA Rules 2014.

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

5) Substandard, broken seal & substituted bids will not be acceptable. 6) Tenderer must have valid Drug Sale License as per Drug rules 2007,And

must follow latest drugs rules as per government issue, should be financially sound and well reputed.

7) Bids shall remain valid for a period of three months after opening of

Technical bid. A bid valid for shorter period shall be rejected as non-

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

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

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

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

months if needed and based on performance.

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. Offers can be given on

the basis of,

Page 53: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 53 | 63

i. Products of National Pharmaceuticals

ii. Products of Multinational Pharmaceuticals

iii. Surgical Disposables/Surgical items etc.

12) For the calculation of maximum retail price of those items where price

is not printed on the product the retail price will be finalized after survey.

13) The tenderer must have the drug sale license and should have the

comprehensive storage facilities for drugs/medicines.

14) The supplier/tenderer shall be solely responsible for provision and

stocking of quality medicines at all times strictly in accordance with the

provision of the drug act 1976 and drug sales rules 2007/DRAP Act 2012 and

will be responsible for the quality/quantity of drugs supplied by him/her.

15) The supplier/tenderer shall ensure availability of wide range of

medicines including those contained in hospital Formulary. No alternate shall

be acceptable. In case of default, the Hospital administration may take

appropriate action including fine to be decided by hospital administration.

16) The price of medicines/surgical disposable item shall in no way be more

than the market prices (retail price) and the discount offered by the bidders

to the hospital will be based on its maximum retail price.

Page 54: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 54 | 63

Package-12

Purchase Of Biomedical Gases

Additional Terms & Conditions

The bidder will undertake on affidavit that gases are biomedical quality.

The company is bound to the supply of gases whenever needed and irrespective of

availability of free / empty cylinders. Minimum 15 cylinders would be on rotation. No

separate rent of empty cylinders would be claimed/entertained.

The Cylinder of 240 Cft should having a pressure of ~2000 psi.

The repair and maintenance of the cylinder will be the responsibility of the Firm.

The firm will be responsible of checking of leakage of cylinders regularly and take

appropriate measures.

The firm will ensure the supply of gases 24/7 and 365 days in a year. No holiday and strike

may affect the supply of biomedical gases.

Schedules for the Biomedical Gases

Estimated Demand Quantity for Year 2020-21

Sr. # Items Description Estimated

Quantity Quoted Rate

1 Medical Oxygen gas 240 cft Cylinder

(MM) (Pressure ~2000 psi) 120

2 Medical Oxygen gas 48 cft Cylinder

(MF) (Pressure ~1500 psi) 50

Page 55: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 55 | 63

Package-13

Parking And Security

TERMS & CONDITIONS

The contract will end on 30-06-2021. However, it will be cancelled immediately

when parking and security outsourced by Project Management Unit (PMU),

P&SHD, Lahore or any other higher authority and it will not be challenged in any

court of law.

The firm will provide 04 male guards round the clock. Security guards must be hired

from a registered security company having renewed licence. The payment of salaries

to security guards will be made by the firm. Furthermore, Parking will be managed

by the firm on its own.

The earnest money is Rs. 5,000 per month along with the payment of security guards

salaries. Auction will be start from Rs. 5,000 per month and the contract will be

awarded to the firm who will offer maximum bid. This amount will be exclusive of

all taxes. The firm will be responsible for payment of PST @ 16% and Income Tax

@ 10% by its own and will submit the copy of payment receipt to hospital.

The participating firms have to submit CDR of value 1% of Estimated Value as bid

Security.

The Successful firm will have to submit CDR of value _______ (5% of Estimated

Value) as Performance Guarantee.

In case of non-compliance of contractual obligations, Performance guarantee will be

forfeited and case will be forwarded for blacklisting of firm.

The Successful firm will have to deposit 6 months advance payment within 3 days

positively after signing of contract and will deposit next remaining months’ payment

after next three months.

No person shall be allowed to participate in the public auction without depositing

such CDR, CNIC copy, last year tax return and receipt of biding documents.

The parking fee will be charged as per government policy i.e. Rs. 10 for bikes and

Rs. 20 for cars. Free parking will be provided to all the hospital staff and hospital

colony residents.

SCOPE OF SERVICES

The contractor shall have to provide round-the-clock security and parking services at THQ

Hospital Jalalpur Pirwala.

Major items of services under this contract are as follows:

1. Security

1. Develop a security and visitor management plan with the hospital management.

2. Ensure visitor and patient discipline.

3. All security guards will be in proper uniform with weapons.

4. Ensure protection of the patients, personnel & property of the hospital.

5. Prevent trespass with/without arms.

6. Perform watch and ward functions including night patrol on the various points.

7. In case of any incident such as theft, robbery, fight, accident inside health facility, it

is the responsibility of contractor to coordinate/assist with designated hospital focal

person in lodging of FIR, legal proceeding etc.

8. Contractor will also maintain log of all such activities and share it regularly with

hospital administration by means of written reports, and direct verbal notification as

warranted

2. Parking

Page 56: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 56 | 63

I. Develop a parking and visitor management plan with the hospital management.

II. Provision of Parking Facilities and Maintenance (detailed TORs on parking below).

III. Regulate parking area by providing parking attendants to work in parking area located

in the government health facility.

IV. Undertake basic development of the parking facilities including the parking barriers

(where required), signage and demarcation of parking areas. Contractor shall use existing

parking facilities, where available and develop new where necessary.

V. Collect a fixed parking fee from all the vehicles parked in the parking facilities.

Contractor shall maintain proper record of all receipts and shall use printed tickets.

TERMS OF REFERENCE:

1. Security: The Contractor shall provide, render and ensure Security Services as assigned by the

Authority on round-the-clock basis, 24 hours per day, 7 days per week including Sundays and public

holidays. The Contractor shall be required to perform all necessary security services and duties as,

including but not limited to, outlined in this Scope of Work and Terms of Reference. Unless directed

by Authority the requirements of this shall continue uninterrupted despite strikes, threats of strikes

or walkouts, terrorist activities, emergencies, and adverse weather conditions or disasters (natural,

deliberate, or accidental).

Operations Responsibilities:

i. Control unauthorized access to Hospital territory.

ii. Check entry and exit of the personnel, if required screen / inspect visitors/staff and

their baggage, conduct body check (with the metal detector) to identify and take away

sharp instruments, flammable stuff. Perform suppression and removal of invaders,

demonstrators and unauthorized entrants. Contractor shall deploy walk-through gates

at entry points.

iii. Recognize and respond to security threats or breaches.

iv. Recognize and respond to emergency situations and safety hazards such as fire,

power outages, terrorist attacks, accidents, short circuits.

v. The Security Guards/Supervisors should be trained to extinguish fire with the help

of fire extinguishing cylinders and other fire- fighting material available on the spot.

They will also help the fire-fighting staff in extinguishing the fire or in any other

natural calamities.

vi. Safeguard the property against theft, damage and misuse. Damage shall include

setting up of banners, posters, advertisements, graffiti etc. without Authority’s

permission in the hospital territory.

vii. The Contractor shall patrol the hospital area (outside surroundings and inside

corridors) as required by this contract or as directed by the Authority to prevent

trespassing, vandalism, sabotage, theft etc.

viii. The Security Company shall be responsible to ensure the safety and security of

hospital’s assets moveable and immovable including any items stored in hospital’s

warehouse.

ix. Monitor and provide information about public events or other activities in the

geographic area that may impact hospital Operations.

x. Maintain daily log of all security violations and report occurrences to the Authority

as quickly as possible considering the nature of the violation.

xi. The Guards on patrol duty should take care of all the water taps, valves, water

hydrants, etc. installed in the premises.

xii. It should be ensured that flower plants, trees and grassy lawns are not damaged either

by the staff or by the outsiders or by stray cattle.

xiii. In emergency situations, security staff/supervisor/Senior Security Supervisors

deployed shall also participate as per their role defined in the Security plan, of the

Hospital. Security personnel should be sensitized for their role in such situations.

Page 57: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 57 | 63

xiv. The Contractor shall be responsible for the confidentiality of the information. The

Contractor shall take and must have mechanisms and means to ensure adequate

precautions to protect the privacy and confidentiality of all data and Confidential

Information pertaining to the security plans, in relation to this Agreement or the

Security Services. Neither the Contractor nor any of the employees/agents shall

discuss nor disclose verbally or in writing any information regarding any of the

internal security operations with any uninvolved persons or agencies without prior

written approval from the Authority.

xv. Any other duties/responsibilities assigned by the Hospital Administration may be

incorporated in the agreement. The same shall also be binding on the contractor.

Security Staff Requirements:

1. Contractor will supply all the staff necessary to complete the duties of this contract. The

contractor will carry out the work in a professional manner and to the satisfaction of this

authority and will perform all services with qualified staff.

2. The Contractor shall be responsible for furnishing all labor ammunitions, uniforms,

flashlights, batteries, cellular phones / communication devices, chargers, metal detectors

and other related equipment.

3. Arms shall be in working condition at all the time. Armed Guards must be equipped with

sufficient cartridges.

4. All arms must be licensed in the name of the company.

5. Contractor will deploy armed security guards at the location directed by hospital

administration and security plan.

6. The Contractor will be responsible for seeing that regular supervision is maintained over

all working personnel by taking action on and responding to performance concerns. It is

his responsibility to see that all their activities are properly coordinated with the Hospital

operations and modify assignments as required.

7. The Security Supervisor/Guards are required to display mature behavior, especially

towards female staff, female visitors, patients and elderly persons. The Security Guards

may also assist the handicapped patients/visitors in reaching their desired locations, and

also provide assistance to the serious patients, senior citizens & children, in reaching

casualty or other desired department/location.

8. The Security Guard on duty shall not leave the premises until his reliever reports for

duty.

9. An authorized representative of the Contractor shall ensure his/her presence at short

notice when required by the Authority.

10. Contractor will provide staffing, as requested by the Hospital, for special events. These

special events will require the Contractor to provide staffing outside of our normal

working hours.

11. Contractor will conduct a thorough background check on parking attendants and

supervisory personnel whose job duties include the handling of Hospital parking fees.

12. If the contractor uses vehicle for properly executing the contract, he shall be solely

responsible for provision, security and maintaining of any such transportation. It shall

have the Contractor’s logo prominently displayed at all times. The vehicles shall not

enter the facility without notifying and availing permission from the hospital

administration.

13. The Contractor shall be responsible for all acts done by the personnel engaged by it. The

Co tractor shall at all time use all reasonable efforts to maintain discipline and good order

amongst its personnel and ensure that all its personnel are aware of the code of conduct

governing the services including the Security Services.

14. The Contractor or its personnel shall not at any time do, cause or permit any nuisance at

the site / do anything which shall cause unnecessary disturbances or inconvenience to

the passengers.

Page 58: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 58 | 63

15. The Contractor shall provide appropriate and necessary management and supervision for

all of his employees and shall be solely responsible for instituting and invoking

disciplinary action against employees not in compliance with Authority’s rules and

regulations, and instructions.

16. The Contractor shall ensure that it does not engage or continue to engage any person with

criminal record / conviction or otherwise undesirable persons and shall bar such person

from participating directly or indirectly in the provision of Security Services.

17. The Contractor shall provide detailed Execution plan, Methodology within 2 weeks of

signing of contract.

18. The Contractor shall ensure hiring, training and administration of motivated and

professional employees that meet or exceed the Authority’s expectations.

19. The Security Company shall use biometric system installed in the hospitals to ensure

attendance of Security Guards in time. Besides the attendance would be verified by the

in charge administrator of the hospital.

20. The age limit of security guard shall be from 25 to 50 years.

21. Minimum desired standards of personnel shall be as below:-

i. Height of security guards not less than 5’7”.

ii. Medically fit.

iii. Physically fit.

iv. Hospital may test their fitness as per established methods if found.

22. All Security Guards assigned must be alert, punctual, physically fit, in good health,

without physical/mental abnormalities/defects which could interfere with the

performance of his/her duties including good vision without color blindness. They should

possess good physique, necessary skills, knowledge, expertise and experience to satisfy

the requirements of the security work involved. They should not be suffering from any

contagious/major diseases.

23. All Contractors’ staff on duty shall wear uniform. The Service Provider shall provide the

client specified uniforms and weather-appropriate protective clothing to his staff

necessary to support continuous performance of contract requirements.

24. The Service Provider’s staff appearance will be influential in creating a good image of

hospital. Their appearance shall set a good example. The 8 Service Provider shall ensure

that guard personnel at all times present a neat and clean appearance, paying particular

attention to their personal hygiene, earing, uniform, and equipment.

25. The Service Provider shall ensure that none of his personnel report in drunken state or

consume rugs, prohibited substances, etc., while on duty.

26. Security personnel shall, at all times, be polite, courteous, respectful and responsive to

visitors, Authority officers, other service providers etc.

27. The Service Provider shall ensure all guards are provided with the appropriate

identification. The identification shall include display of valid security company ID,

containing a picture of the officer, at all times while in the facility as part of their uniform

requirements.

28. No security personnel shall leave premises assigned, unless properly relieved by the next

security personnel. The security posts/places shall not be left unmanned at any time

during the period of the contract.

29. If the assigned officer does not report on time the Contractor is required to send a

replacement officer immediately, without jeopardizing the security.

30. During non-operational hours, the Security Personnel will check all doors to ensure that

they are locked, inspect all areas by turning on a minimum number of lights, check for

open windows, running or dripping water.

31. The Security Personnel shall take appropriate action to preclude or minimize loss and

render reports of all incidents, accidents, property damage, and maintain all records in

connection with the duties and responsibilities of the security force. They shall comply

Page 59: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 59 | 63

with inspection rounds requirement.

32. The contractor shall nominate a focal person (manager or head supervisor), to engage

regularly with the hospital administration. The contractor shall ensure 24/7 availability

of such focal person. Hospital administration will engage this focal person to resolve

day-to-day queries.

Parking Services: The Contractor shall provide, render and ensure Parking Services as assigned by the

Authority on round-the-clock basis, 24 hours per day, 7 days per week including Sundays

and holidays. The Contractor shall be required to perform all necessary security services and

duties as outlined in this Scope of Work and Terms of Reference. Unless directed by

Authority the requirements of this shall continue uninterrupted despite strikes, threats of

strikes or walkouts, terrorist activities, emergencies, and adverse weather conditions or

disasters (natural, deliberate, or accidental).

I. Operations and Maintenance:

1. The Service Provider will develop and modify, from time to time, a detailed operating

plan for the Parking System. The Operating Plan will detail all aspects of operations

including but not limited to branding, signage, geometric design (i.e. delineation of free

parking, paid parking and no-parking areas), fee collection, enforcement, facility

maintenance, and customer service procedures.

2. The Service Provider also will prepare detailed Parking Management Plans for all Block

Faces and Parking Lots assigned to the Service Provider. The Operating Plan and Parking

Management Plans, and any modifications to them, must be approved by hospital.

3. The Service Provider will incorporate suggestions from hospital on the Operating Plan

and Parking Management Plans and operate the Parking System in accordance with the

approved Operating Plan and Parking Management Plans.

4. Ensure that the flow of traffic is maintained without any hindrance and that the vehicles

are not allowed to violate lane/slot displayed in the Parking Area.

5. Contractor will assign uniformed staff members with equipment to each facility to

perform required services during the designated hours of operation and to open and close

each parking facility at the times designated by the Hospital.

6. Contractor will be responsible for security staffing in the parking area and for all the

vehicles parked in the parking facility.

7. Contractor will perform all essential security check with due diligence on all vehicles

entering the parking facility.

8. Contractor will collect a fixed parking fee from all parked vehicles in the facilities except

for hospital staff (hospital staff is provided free parking space). The rates for each vehicle

type will be provided by the hospital administration, and shall not exceed the Govt. of

Punjab approved rates.

9. Contractor will process each customer parking fee. Parking discounts will be applied to

parking fees when applicable.

10. Contractor will establish procedures to safeguard all fees collected by Contractor’s

employees.

11. Contractor will note any hazardous conditions that might appear to warrant action and

report these conditions first by telephone to the security team in place.

12. Contractor will be responsible for the cleaning of each of the assigned parking facilities

regularly. This cleaning includes sweeping, removal of debris, and garbage.

13. Contractor will be responsible for lighting fixture defects and bulb replacement

requirements in parking area.

14. The Contractor will provide and install necessary fixtures and furniture in the parking

attendant’s booth, including but not limited to, a computerized cash register, and security

locks.

15. Contractor will provide complete bookkeeping for the parking operation including the

Page 60: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 60 | 63

submission of daily cash records and monthly statements to the Hospital.

16. Bear all expenses towards operation of the Parking System through the entire period and

not claim any additional expenses.

Page 61: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 61 | 63

Package-14

Laundry Services

ADDITIONAL TERMS & CONDITION FOR THE PROVISION OF LAUNDRY SERVICES

FOR THE FINANCIAL YEAR 2020-2021,

THQ HOSPITAL JALALPUR PIRWALA

1. Tenders are invited from the firm, duly registered with the Income Tax & Sales Tax Departments.

Procurement will be made according to PPRA rules 2014.

2. Bids will be submitted in sealed packet (single stage-two envelopes method) containing two sealed

envelopes. One envelope will bear TECHNICAL PROPSAL other FINANCIAL PROPOSAL.

Initially only technical proposal will be opened by the Tender Opening Committee.

3. Any offer not received as per terms and conditions of the tender enquiry is liable to be rejected.

4. Tenders will be submitted in double cover indicating the name of the addressee, tender number

and date of opening.

5. Offers must be quoted on the prescribed tender form Cash Receipt in original for purchase of

tender must be attached with the offer.

6. Tender should be addressed to the Medical Superintendent, THQ Hospital Jalalpur Pirwala.

7. The rates should be quoted in Pakistan rupees (PKR) both in words as well as in figures. Tenders

are required to furnish Bid Security @1% on estimated price in shape of CDR which will be released

on submission of performance Guarantee.

8. The successful tenderer will be required to furnish Performance Guarantee 5% in shape of CDR

in favor of Medical Superintendent Children Hospital Faisalabad.

9. The Prices should be submitted on the basis of accounting unit specified in the Tender Enquiry.

10. A certificate should be given by the Tenderers that they will be responsible for free replacement

of store if the same is found at variance with the given products.

11. Following Technical Evaluation Criteria will be adopted.

12. The dispute if any will be settled through Medical Superintendent THQ Hospital Jalalpur Pirwala &

his decision will be final and will not be challengeable in any court of law.

Page 62: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 62 | 63

Annexures

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [MEDICAL SUPERINTENDENT, THQ HOSPITAL JALALPUR PIRWALA, MULTAN]

Whereas M/S (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No. dated to supply Medicine or Surgical Items and whereas, it

has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued 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.

Name of the bidder

Father, s Name

Address of bidder / Firm

NIC #

Designation.

Signature

Stamp

Page 63: Tender Document for Framework Contract FY 2020-21 Tender

P a g e 63 | 63

Technical Evaluation Criteria

Note: Firms must fill-up below mentioned checklist / table and attach copies of required documents with

proper annexure along with tender document. TENDER CHECKLIST

Sr. No. Description Total

Marks

Tick

Yes / No

Obtained

Marks

1. * Original receipt for purchase of tender. 0

2. * Company profile (Name, Address, Tel No.

& E-Mail Adress). 0

3. Supply orders as per relevant packages

@ 2 marks for each supply order. 20

4.

Acceptance of terms and condition of tender

documents on letter head and all pages of

tender documents are duly signed and

stamped.

10

5.

Last Year Financial Statement (Bank

Statement)

For more than Estimated budget = 10

One score for each 10% of estimated

budget.

10

6. *

Affidavit of Rs. 100/- regarding non-

involvement in any arbitration/ litigation

with any government agency /Department

and not blacklisted as well.

5

7.

Age of Company

More than 5 year=20

3 to 5 year= 15

1 to 2 Year=10

20

8. Copy of CNIC, Income Tax and Sales Tax

Registrations certificate 5

9.

Bid security 1% of the estimated price in the

shape of fresh CDR/Demand Draft/ Bank

Guarantee in the name of Medical

Superintendent THQ HOSPITAL Jalalpur

Pirwala Multan.

10

10.

An affidavit on stamp paper of Rs.50/- that

the bidder shall provide all mentioned Items

to THQ HOSPITAL Jalalpur Pirwala

Multan as Per Demand / Orders.

10

11. Sample 10

--------------------------------------------------- END OF DOCUMENT---------------------------------------------