B I D D I N G D O C U M E N T - PPRA SERVICES...
-
Upload
trinhquynh -
Category
Documents
-
view
216 -
download
0
Transcript of B I D D I N G D O C U M E N T - PPRA SERVICES...
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
1
B I D D I N G D O C U M E N T
FINANCIAL YEAR 2013-2014 (Drugs/Medicines/Dialysis/Surgical Items)
DHQ TEACHING HOSPITAL, SARGODHA (UNDER PROVINCIAL BUDGET)
Phone No. 048-9230829 Fax No. 048-9230839 E-Mail: [email protected]
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
2
MEDICAL SUPERINTENDENT DHQ TEACHING HOSPITAL, SARGODHA
INVITATION FOR BIDS PROCUREMENT OF DRUGS / MEDICINES / DIALYSIS & SURGICAL DISPOSABLE ITEMS ETC.
1. Medical Superintendent DHQ Teaching Hospital Sargodha invites sealed bids/tenders from Manufacturers and Importers/Sole Agents of Foreign Principals for the Procurement of Drugs/Medicines/Dialysis & Surgical Disposable Items etc. for the Year 2013-2014 on free delivery basis to DHQ Teaching Hospital, Sargodha. 2. Interested bidders may get the bidding documents at the address mentioned below on submission of written application alongwith payment of non-refundable fee of Rs.1,000/- (one thousand only). Bidding documents will be issued up to 07-01-2014 till 11.00 AM only during working hours. A copy of the Bidding Documents is also available for information on the website of Government of the Punjab i.e., (ppra.punjab.gov.pk/publicpages/publictender.aspx). 3. Single Stage – two envelope procedure, as per Rule 36 (b) of PPRA Rules 2009, shall be applied. 4. Sealed bids are required to be dropped in tender box by the interested bidders in the office of Medical Superintendent DHQ Teaching Hospital Sargodha by 07-01-2014 till 11:00 AM. The bids shall be opened on the same day at 11:30 AM in the office of Medical Superintendent DHQ Teaching Hospital Sargodha in the presence of the bidders or their authorized representatives. 5. The Procuring Agency reserves the rights to accept or reject any or all bids without assigning any reason. 6. The detail Terms and Conditions may be seen in the Bidding Document or on the websites (ppra.punjab.gov.pk/publicpages/publictender.aspx). Note: All the assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, notified on 2nd October, 2009.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
3
INSTRUCTIONS TO BIDDERS
1. Source of Funds: The Provincial Government Health Department Lahore has allocated funds for purchase of medicines to DHQ Teaching Hospital Sargodha under their relevant Head of Account for bulk purchase of medicines during the Financial Year 2013-14. The Provincial Government Health Department intends to fix the price / conclude the Rate / Running Contract for purchase / supply of Drugs / Medicines and Surgical Disposable items on Free Delivery basis to Consignee’s end DHQ Teaching Hospital Sargodha.
2. Eligible bidders: This Invitation for Bids is open to all Original Manufacturers and in case
of imported goods, their Sole Agents / Importer in Pakistan, by the Provincial Government Health Department Lahore for supply of Drugs / Medicines and Surgical Disposable items on Free Delivery basis to Consignee’s end. The importer / sole agent must possess a valid authorization letter from the Foreign Principal / Manufacturer and drugs sale license issued by the competent authority in Pakistan and in case of manufacturer they should have a documentary proof of valid drugs manufacturing license. The bidder shall also have to submit a copy of registration certificate and Memorandum of Association / Partnership deed registered with the Registrar of Companies in Pakistan. 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.
3. 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 includes 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.
4. 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.
THE BIDDING PROCEDURE 5. Single Stage – Two Envelopes Bidding Procedure as per rule 36(b) of PPRA Rules
2009 shall be applied: i. The bid shall comprise a single sealed package containing two separate sealed envelopes.
Each envelope shall contain separately the Financial Proposal and the Technical Proposal; ii. The envelopes shall be sealed & marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and legible letters to avoid confusion; iii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of
Procuring Agency without being opened; v. The Procuring Agency shall evaluate the Technical Proposal, without reference to the price
and reject any proposal which do not conform to the specified requirements;
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
4
vi. During the technical evaluation, no amendments in the technical proposal shall be permitted;
vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance;
viii. After the evaluation and approval of the technical proposal, the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
ix. The financial proposal of bids found technically non-responsive or non-compliant shall be returned un-opened to the respective bidders.
x. The bid found to be the lowest financially evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
6. Content of Bidding Documents i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding
documents. In addition to the Invitation for Bids, the bidding documents shall include:- a. Instructions to bidders; b. General Conditions of Contract; c. Special Conditions of Contract; d. Schedule of Requirements; e. Technical Specifications; f. Contract Form; g. Manufacturer’s Authorization Form; h. Performance Guaranty Form; i. Bid Form; and j. Price Schedule
ii. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a
reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above, the said Bidding Documents shall take precedence.
iii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents.
iv. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the rejection of its bid.
7. 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 ten (10) 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.
8. 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
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
5
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.
PREPARATION OF BIDS
9. 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 provided they are accompanied by an accurate translation in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.
10. Documents Comprising the Bid: The bid shall comprise the following components: (a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be
submitted along with financial proposal); (b) 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; (c) 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 (d) Bid Security, if any furnished in accordance with instruction to bidders. 11. 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.
12. Bid Prices: 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 strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the 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.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
6
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.
13. Bid currencies: Prices shall be quoted in Pak Rupees. 14. Documents Establishing bidder’s Eligibility and Qualification i. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s
eligibility to bid and its qualifications to perform the Contract if its bid is accepted. ii. The documentary evidence of the bidder’s eligibility to bid shall establish to the Procuring
Agency’s satisfaction that the bidder, at the time of submission of its bid, is eligible as defined under instruction to the bidders
iii. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency’s satisfaction:
(a) The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
(c) The bidder shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
(d) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last one year. Documentary proof shall have to be provided in this regard.
(e) The bidder is required to provide with the Technical Proposal, the name of item(s) for which they have quoted their rates in the Financial Proposals.
(f) The bidder must indicate the registration number, make of country of origin / Manufacturer of the drugs, capacity of production of the firm, its financial status, batch capacity, necessary assurance of quality production, GMP / cGMP, and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants.
(g) The bidder shall provide a list of plant, major machinery and equipment installed in the factory. In case of imported Drugs / Medicines, the profile / credentials of the foreign Manufacturer in the respective foreign country, shall be provided along with bid.
15. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: i. The bidder shall furnish along with Technical Proposal, as part of its bid, documents
establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
ii. The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm.
iii. Submission of sample:
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
7
a) The bidder must produce along with technical proposal, Four (04) samples of quoted product(s) according to the strength and packing of demand of enquiry. No technical proposal / bid shall be considered in absence of samples.
b) The representative sample(s) must be from the most recent stocks, supported by valid warranty as per Drugs Act 1976.
16. Bid Security No bid security shall be charged.
17. Bid Validity i. Bids shall remain valid for the period of Six (06) Months after the date of opening of
Technical Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.
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). 18. Format and Signing of Bid: i. 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.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS 19. Sealing and Marking of Bids i. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in
bold and legible letters to avoid confusion. The inner and outer envelopes shall be sealed &: a. be addressed to the Procuring Agency at the address given in the Invitation for Bids and; b. bear the name and number indicated in the Invitation for Bids. ii. The inner envelopes shall also indicate the name and address of the bidder to enable the
bid to be returned unopened in case it is declared as “non-responsive” or “late”. iii. If the outer as well as inner envelopes are not sealed and marked as required by instruction
to bidders, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening and shall be rejected forth with.
20. 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, no 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 all rights and
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
8
obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
21. 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.
22. 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
23. Opening of Bids i. The Procuring Agency shall initially open only the envelope marked “TECHNICAL
PROPOSAL” 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. However, the envelope marked as “FINANCIAL PROPOSAL” if it is sealed shall be retained in the custody of Procuring Agency without being opened and till completion of the evaluation process.
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 technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced.
iii. The Procuring Agency shall prepare minutes of the bids opening (technical and financial). 24. 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
25. 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 financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
9
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.
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, Drugs Act, Taxes & Duties and GMP practices shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s 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.
26. 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 technical proposal / 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.
27. Evaluation Criteria: i. For the purposes of determining the lowest evaluated bid, facts other than price such as
previous performances, previous Drugs Testing Laboratory, test / analysis reports, 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 shall be applied for the TECHNICAL PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.
ii. BID EVALUATION CRITERIA (MARKS)
Sr. No. Evaluation Criteria. Documents received.
1.
Manufacturing Capacity (Medicine to be purchased) -10 25,000 to 35,000 unit/day (03) 35,001 to 50,000 unit/day (06) More than 50,000 unit/day (10)
a) Details of total covered area for production. b) Details of machines used to produce particular
item per 8 hours cycle. c) Manufacturing Capacity in finished form on the
letter pad of the firm. Random checks may be carried out to verify the given information. In case the claim turns out to be false/incorrect it would result in automatic disqualification of the company from the Technical Evaluation process
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
10
2.
Technical Staff (Overall) -15 Less than 5 (03) 5-10 (06) Greater than 10 (10) Degree B-Pharm / Pharm-D (02) M.Sc. / M.Phil (04) Phd. (06) More than 03 Employees /Owners holding Phd Degrees (10)
Company profile in respect of permanent technical Staff.
3.
Warehouse -10 Facility to control of Humidity and Temperature, (05) Cold chain as per product requirement (Warehouse + Transport) (05) In case the item for which bid is made dose not required cold chain. The No. for “Cold chain as per product requirement” shell be added to “facilities to control of humidity and temperature”.
a) Details of License(s) in reference to the warehouse
b) Total number of licensed warehouses c) Covered area of each licensed warehouse d) Details of cold chain facility e) Yes or No in reference to loading and
unloading bay for each licensed warehouse.
4.
International Certification -10 ISO (05) CE-Surgical Disposable items (05) In Case the bid is not for surgical and/or disposable items 05 marks will be added to ISO certification.
Attested Certificate(S) issued by National / International Organizations.
5.
Financial Position -25 Criteria (Bank Statement, Annual Turnover, Client List, Export Certifications, Past Performance) (25)
a) Annual turnover for 02 years b) Client list for 02 year c) Export certification (if any) d) References / Certificates from end user which
would be randomly verified by the Department.
TOTAL MARKS 70 Qualifying marks: 60%
i) The firm has to provide the certificate of Paid up Capital during the financial year 2012-13. ii) The production capacity data of respective medicine must be provided along with the bid
which may be counterchecked during the physical inspection of the premises. iii) The list of technical staff along with their relative experience and certificate of credentials
must be provided along with the bid. iv) Details of warehouse facilities to be provided. v) Financial status of the firm would be derived from the transactions of bank statement and
Balance Sheet. The minimum financial worth is Rs.150 million. Financially sound party with excellent business record could get higher marks.
vi) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.
vii) After technical evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 60% or were considered non-responsive, that their financial proposals shall be
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
11
returned unopened after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
viii) Financial proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders & the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed &unopened. These financial proposals shall be then opened and the quoted price read aloud & recorded.
28. Contacting the Procuring Agency: 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.
29. 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.
30. Rejection of Bids: The Procuring Agency may reject any or all bids at any time prior to the
acceptance of a bid. The Procuring Agency shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Procuring Agency incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
31. 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-2009. 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.
32. Announcement of Evaluation Report: The Procuring Agency shall declare the results of
bid evaluation prior to the award of procurement contract.
AWARD OF CONTRACT
33. 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 Government, shall be awarded the Contract, within the original or extended period of bid validity.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
12
34 Procuring Agency’s right to vary quantities at time of award
The Procuring Agency reserves the right at the time of Rate / Running 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.
35 Limitations on negotiations
Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details.
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; • mobilization 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. II. 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. 36. Notification of Award i. 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.
ii. The notification of award shall constitute the formation of the Contract. 37 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 blacklisted 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.
38. Performance Guaranty/ Security
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
13
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.
39. Corrupt or Fraudulent Practices a. 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:
I. “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in Contract execution; &
II. “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 non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition;
b. 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;
c. 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; onus 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; a. “The Rate Contract” is a contract for the supply of stores at specified rates during the
period covered by the contract. No quantities are mentioned in the Rate Contract and the successful bidder is bound to accept any order which may be placed upon him at the rates specified within the period of the contract. The Rate Contract may be concluded with one or more contractors.
b. “The Running Contract” is a contract for the supply of an approximate quantity of stores at specified price during period of contract. The approximate requirements of a number of indentors for the period in question are combined by the Procuring Agency. The running contract also provides that any of these indentors may demand his requirement at any time or at specified period during the currency of the contract. The ordinary period of the Currency of the Rate or Running Contracts shall be One Year (Extendable) from the date of issuance of the Award Letter, either direct from the firm or by indent on the same Procuring Agency
c. “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.
d. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
e. “The Goods” means drug/ medicines / surgical disposable / diagnostic & other items, which the Supplier is required to supply to the Procuring Agency under the Contract.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
14
f. “The Services” means those services ancillary to the supply of goods, such as printing of special instructions on the label and packing, design, logo, transportation of goods up to the desired destinations and other such obligations of the Supplier covered under the Contract.
g. “The Procuring Agency” means the Health Department / Autonomous Health Institutions / District Government and Other Institutions working under the administrative control of Health Department and Government of Punjab.
h. “The Supplier” means the individual or firm supplying the goods under this Contract. 2. Application: These General Conditions shall apply to the extent that they are not
inconsistent / superseded by provisions of other parts of the Contract 3. 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.
4. Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.
5. 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 therewith, 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.
iv) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier.
6. 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.
7. Submission of Samples: Labeling and Packing of the product would be examined in accordance with Labeling and Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide FOUR (04) samples (free of cost) of the product to procuring agency.
8. Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.
9. Inspections and Test / Analysis i. The Procuring Agency or its representative shall have the right to inspect and/or to test the
goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency.
ii. The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods upon arrival at Consignee’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Procuring Agency or its representative prior to the goods shipment from the manufacturing point.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
15
iii. Procuring Agency or its representative shall have the right to inspect and /or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency.
iv. The inspection committee constituted by the Consignee shall inspect the quantity, specifications of goods. The cost of the lab tests shall be borne by the Supplier.
v. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
vi. Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract.
10. Chemical and physical examination of medicines I. All the Drugs / Medicines shall be acceptable subject to chemical and physical examination.
The chemical examination shall be carried out through the Provincial Drugs Testing Laboratories. The Inspection Committee constituted by the Consignee shall carry out the physical examination after receipt of supplies and standard test/ analysis report of the lab. If the facility for test / analysis is not available with the Laboratories of Government of Punjab & Government of Pakistan, the batch release certificate and test analysis report of quality control / quality assurance department of the manufacturer shall be carried out in a Laboratory nominated by the Procuring Agency. Cost of such tests shall be borne by the manufacturer / supplier firm.
II. If the Goods supplied are found during physical examination / inspection to be against the required specifications, approved samples, etc, even if it is of standard quality, the Procuring Agency may reject the goods, and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 20 days from the date of communication of decision to the Manufacturer / Supplier by the Concerned Authority. In case after replacement or alteration, the Inspection Committee again declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years; onus of proof of innocence shall be on the supplier.
11. 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.
12. Insurance: The goods supplied under the Contract shall be delivered duty paid. 13. Transportation: The Supplier shall arrange such transportation / cold chain maintenance
of the goods as is required to prevent their damage or deterioration during transit to their destination. The goods shall be delivered at DHQ Teaching Hospital Sargodha 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.
14. 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.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
16
15. Warranty: The Drugs / Medicines shall be accompanied by the necessary warranty on Form 2-A (on judicial paper) in accordance with the provision of the Drugs Act, 1976 and rules framed there under. The Procuring Agency shall promptly notify the Supplier in writing of any claims arising under this warranty.
16. 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.
17. 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.
18. 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.
19. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
20. 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.
21. 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.
22. 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 .
23. Force Majeure
Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable 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
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
17
Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the 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 DHQ Teaching Hospital Sargodha, constituted for 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.
24. 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.
25. 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. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The Secretary to Government of the Punjab Health Department Lahore 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.
26. 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.
27. Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
28. Notices 1 Any Notice given by one party to the other pursuant to this contract shall be sent to the
other party in writing and confirmed to other party’s address specified in Special Conditions of Contract.
2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
SPECIAL CONDITION OF CONTRACT 1. Definitions
i. The Procuring Agency: is the Medical Superintendent DHQ Teaching Hospital Sargodha. ii. The Supplier: is the individual or firm supplying the goods under this contract.
2. 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.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
18
3. Bid Security The Bidder shall deposit @ 2% of the Financial Bid in shape of Call deposit in the name of Medical Superintendent DHQ Teaching Hospital Sargodha as a bid security.
4. Performance Guaranty/ Security After signing of contract, the successful bidder shall furnish the Performance Guaranty/Security on the legal stamp paper equivalent to 5% of the total Contract amount from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.
5. Inspection and Tests Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the conditions of contract. After delivery at consignee end standard test / analysis report from the drugs testing lab, the goods shall be inspected /examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. The Committee shall submit its inspection report to Procuring Agency along with invoice / bills / delivery challan. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost.
6. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification duly completed in all respect for payment.
(i) 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.
(ii) 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, Batch No, Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.
(iii) Original copies of the Sales Tax Invoices (where applicable) in duplicate showing name of destination to which delivery is to be made, item’s description, quantity, per unit cost (without GST), amount of GST and total amount with GST.
7. 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.
8. 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 drugs/medicines as per tender requirement in green packing along with complete literature (Leaflet) and with Logo of the Government of the Punjab. 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. The following wording/insignia shall be printed in bold letters in prominent manner both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. in case of items supplied by the foreign manufacturer the mentioned condition may be relaxed by the Procuring Agency.
“NOT FOR SALE” “DHQ TEACHING HOSPITAL SARGODHA”
c. The rules for labeling and packing shall be followed as per “The Drugs (Labeling and Packing) Rules, 1986”, framed under the Drugs Act, 1976. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed / written in indelible ink both in English and Urdu
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
19
on the outer cartons and on each Pack, Bottle, Strip / Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the drug manufacturing license No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu version namely, name of drug, dosage and instructions, should also be written on the outer carton and on the most inner container in bold letters. All tablets shall be supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps as per sample provided at the time of opening of tender. In case of non fulfillment of these requirements the supply shall not be accepted. d. The supplier shall pay a penalty equal to 1% of the total value of the medicines per percentage point of the short fall in the prescribed shelf life which is 85% for the locally manufactured and 75% for the imported medicines. No drug shall be accepted having expiry date of original shelf life less than 80% of locally manufactured and 70% of imported medicines. “Provided the shelf life up to 70% shall be acceptable without penalty and 60% with penalty in case of vaccines and other biotechnical products.”
e. 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. 9. Warranty: The drugs/medicines shall be accompanied by the necessary warranty on Form
2-A in accordance with the provision of the Drugs Act, 1976 / rules framed there under. 10. Payment A. The Payment shall be in Pak Rupees. B. 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 officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.
C. The laboratory test / analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier.
11. 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 one year. 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 year. 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, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.
12. 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 Secretary to Government of the Punjab Health Department Lahore 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.
13. Governing Language: The language of this Contract shall be in English. 14. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of
Pakistan shall have exclusive jurisdiction.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
20
15. Notices Supplier’s address for notice purpose ------------------------------------------------ ---------------------------------------------------
Procuring Agency’s address for notice purposes shall be the; MEDICAL SUPERINTENDENT DHQ TEACHING HOSPITAL SARGODHA.
PERFORMANCE GUARANTY/ SECURITY FORM
To: [Name & Address of the Procuring Agency] _____________________________
Whereas M/S ________ (hereinafter called “the Supplier”) has undertaken, in pursuance of
Contract No.________ dated _______ to supply [description of goods] (hereinafter called “the
Contract”).
And whereas, it has been stipulated by you in the said Contract that the Supplier shall
furnish you with a Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract
amount as a Security for compliance with the Supplier’s performance obligations in accordance
with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the
Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay
you, upon your first written demand declaring the Supplier to be in default under the Contract and
without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as
aforesaid, without your needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
This guarantee is valid until the_____________________ day of_________________, 201_
Signature and Seal of the Guarantors/ Bank
Address __________________________
Date _____________________________
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
21
MANUFACTURER’S AUTHORIZATION FORM To: [name of Purchaser] ___________________
WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of
[name and/or description of the goods] having factories at [address of factory] do hereby authorize
[name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate and sign the
Contract with you against No. [reference of the Invitation to Bid] for the goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of
Contract for the goods offered for supply by the above firm against this Invitation for Bids.
[Signature for and on behalf of Manufacturer]
Note: This letter of authority should be on the letterhead of the Manufacturer and should be
signed by a person competent and having the power of attorney to bind the Manufacturer. It
should be included by the bidder in its bid.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
22
CONTRACT FORM THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the
Medical Superintendent DHQ Teaching Hospital Sargodha (hereinafter referred to as the
“Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of
Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”)
of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance
where of M/s (firm name) being the Manufacturer/ Sole Agent of (item name) in Pakistan and
ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has
accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively
assigned to them in the General/ Special Conditions of this Contract hereinafter referred to as
“Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of
this Contract, viz:-
a. Price Schedule submitted by the bidder, b. Technical Specifications; c. General Conditions of Contract; d. Special Conditions of Contract; and e. Procuring Agency’s Award of contract; and f. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as
hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the
Goods and Services and to remedy defects therein in conformity in all respects with the provisions
of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Services and the remedying of defects therein, the Contract Price or such other sum
as may become payable under the provisions of this Contract at the time and in the manner
prescribed by this Contract.
5. [The Supplier] hereby declares that it has not obtained or induced the procurement of any
Contract, right, interest, privilege or other obligation or benefit from Medical Superintendent DHQ
Teaching Hospital Sargodha or any administrative subdivision or agency thereof or any other
entity owned or controlled by it (Provincial Government) through any corrupt business practice.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
23
6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not
given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan
either directly or indirectly through any natural or juridical person, including its affiliate, agent,
associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any
commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or
otherwise, with the object of obtaining or including the procurement of a Contract, right interest,
privilege or other obligation or benefit in whatsoever form from Provincial Government, except
that which has been expressly declared pursuant hereto.
7. [The Supplier] certifies that has made and shall make full disclosure of all agreements and
arrangements with all persons in respect of or related to the transaction with Provincial
Government and has not taken any action or shall not take any action to circumvent the above
declaration, representation or warranty.
8. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not
making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of
this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege
or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any
other right and remedies available to Procuring Agency under any law, Contract or other
instrument, be void able at the option of Procuring Agency.
9. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The
Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of
its corrupt business practices and further pay compensation to Procuring Agency in an amount
equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback
given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of
any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from
Procuring Agency.
10. In case of any dispute concerning the interpretation and/or application of this Contract shall
be settled through arbitration. The Secretary to Government of the Punjab Health Department
Lahore 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.
11. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
24
12. 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.
13. In case of supply of substandard product the destruction cost will be borne by the firm i.e
burning, Dumping, Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________(the place) and shall enter into force on the day, month and year first above mentioned. SIGNED/ SEALED BY THE MANUFACTURER/ AUTHORIZED PERSON
SIGNED/ SEALED BY PROCURING AGENCY
1 ________________________________ 1 _________________________________
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
25
BID FORM Date: _______________ No. _________________
To: ___________ [Name and address of Procuring Agency]
Having examined the Bidding Documents, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in
conformity with the said Bidding Documents for the sum of [Total Bid Amount
___________________________________________________________________], [Bid Amount in words__________________]
or such other sums as may be ascertained in accordance with the Schedule of Prices attached
herewith and made part of this bid.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we shall obtain an
unconditional guarantee of a bank in the sum of Five Percent of the Contract Price for the due
performance of the contract, in the form prescribed by the Procuring Agency.
We agree to abide by this bid for a period of [number] days from the date fixed for bid
opening under instruction to the bidders, and it shall remain binding upon us and may be accepted
at any time before the expiration of that period. Until a formal Contract is prepared and executed,
this bid, together with your written acceptance thereof and your notification of award shall
constitute a binding Contract between us.
We understand that the Procuring Agency is not bound to accept the lowest or any bid,
Procuring Agency may receive. Commissions or gratuities, if any, paid or to be paid by us to agents
relating to this Bid, and to contract execution if we are awarded the contract, as per detail given
below:
Name and address of agent --------------------------- Amount -----------------------
(if none, state “none”).”
Dated this ________________day of _____________________________20__. Signature (in the capacity of) Duly authorized to sign bid for and on behalf of. Attachment
====================================================================
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
26
PRICE SCHEDULE FOR DRUG/MEDICINE IN PAK RUPEES Name of bidder________________________________________________
No. ___________ SR. NO.
ITEM ACCOUNTING UNIT
QUANTITY REQUIRED
UNIT PRICE TOTAL COST
1 2
Sign and Stamp of bidder______________________________________________ Note: In case of discrepancy between unit price and total, the unit price shall prevail.
====================================================================
SCHEDULE OF REQUIREMENT FOR DRUGS/MEDICINES
The supplies shall be delivered within delivery date w.e.f. the next date after date of issue of
Purchase Order (without penalty), and with prescribed penalty, as per following schedule of
requirements:-
MODE OF PENALTY DELIVERY PERIOD WITHOUT PENALTY 45 to 60 Days subject to the condition
that the contractor / supplier firm will
supply 1/3rd of the total quantity of ordered stores within first 20 Days (45 Days as Delivery Period & 15 Days as Grace Period).
WITH PENALTY In case the contractor / supplier firm fails to adhere the delivery schedule then, its status will be considered blacklisted until and unless, the firm provides genuine reasons for delay in the supplies and it will be the discretion of the competent authority to accept the supplies. However, this acceptance will be subject to the imposition of the L.D. Charges at the uniform rate of 2% per month / 0.067% per day.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
27
DRUG SPECIFICATION PROFORMA. Must be attached (Duly signed & stamped) with T.E.
1. Tender Inquiry No. 2. Item PVMS. No. 3. Item No. 4. Names as in PVMS List.
5. Brand Name of the offered item.
6. Manufactured by. 7. Address of the Manufacturer. 8. Manufacturing License No.
9. Drug Registration No. 10. Detailed
specification/Formula.
11. Batch Capacity. 12. Packing offered. 13. Packing Shape. 14. Shelf Life. 15. MRP fixed by F.G. (Ministry of Health
Islamabad) Date
16. Trade Price of the drug. 17. Market Average Trade Price. 18. Price offered: I. In Figures. II. In Words. Signature of Authorized
Person:
Name of Authorized Person. Designation of Authorized
Person.
Quoting firm Name: Phone No: Stamp:
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
28
Sr. NAME OF THE MEDICINES PRESENTATION DEMAND 1 Cap. Amoxycilline 500mg. Blister Pack, pack of 100 or less. Packed in carton with leaflet. 188000 2 Cap. Cefixime 400mg. Blister Pack of 100or less, Packed in carton with leaflet. 137000
3 Cap. Cephradine 500mg. Blister Pack, / Aluminum strip pack of 12's or less Packed in carton with leaflet.
154000
4 Cap. Cefuroxime 250mg Blister pack of 200 or less. Packed in carton with leaflet 100000 5 Cap.3 Cefpodoxime 100mg. Blister pack of 200 or less. Packed in carton with leaflet 50000 6 Cap. Diclofenac Sodium 100mg SR. Blister pack of 200 or less. Packed in carton with leaflet 113000 7 Cap. Doxycycline 100mg. Blister Pack, Pack of 100 or less Packed in carton leaflet. 91000 8 Cap. Tamsolusin Hcl 0.4mg. Blister pack of 100 or less. Packed in carton with leaflet 4600 9 Cap. Lincomycin 500mg. Blister pack, pack of 12 or less Packed in carton with leaflet 53000
10 Cap. Pantoperazole 20mg Blister/ Aluminum strip pack of 100 or less, Packed in carton with leaflet.
118000
11 Cap. Lansoprazle 30mg Blister/ Aluminum strip pack of 100 or less, Packed in carton with leaflet.
100000
12 Cap. Piroxicam 20mg. Blister Pack, Pack of 40 or less. Packed in carton with leaflet. 145000 13 Cap. Esomeprazole 20mg Blister pack of 100 or less. Packed in carton with leaflet 103000
14 Cap. Levosulpride 100mg Blister/ Aluminum strip pack of 100 or less. Packed in carton with leaflet.
50000
15 Tab/Cap. Esomeprazole 40mg + Sodium Bicarbonate 1100mg
Blister pack, Pack of 200 or less, pack in carton with leaflet. 94000
16 Cap. Clindammycin 150mg Blister Pack of 100 or less. Packed in Carton with leaflet 30000 17 Cap. Clindammycin 300mg Blister Pack of 100 or less. Packed in Carton with leaflet 8000 18 Cap. Tranexamic Acid 500mg. Blister Pack, pack of 100 or less. Packed in carton e leaflet. 31000 19 Eye Drops Chloramphenicol 0.5% Bottle of 10ml. Individually Packed in carton with leaflet. 6000
20 Eye drops Polymyxin B. Sulphate 10,000 Units, Neomycin Sulphate 0.35 Dexamethasone 0.1%
Bottle of 10ml or less. Individually Packed in carton with leaflet. 2000
21 Eye Drops Prednisolone Acetate 0.5% + Chloramphenicol 0.2%
Bottle of 10 ml or less. Individually Packed in carton with leaflet. 12000
22 Eye Drops Tobramycin 0.3% + Dexamethasone 0.1% Bottle of 5ml / 10ml Plastic bottle with screen printing 10000 23 Eye Drops Tobramycine 0.3% Bottle of 5ml/10ml. Plastic bottle with screen printing. 4000 24 Eye Ointment Acyclovir 3% Tube of 4.5g or less. Individually Packed in carton with leaflet. 1000 25 Eye Ointement Chloramphenicol. Tube of 4g. Individually Packed in carton with leaflet. 1000
26 Eye Ointment Chloramphenicl 1% with Hydrocortisone 0.5%
Bottle of 10ml Plastic bottle with screen printing 500
27 Eye drops Flurbiprofen 300mcg/ml Bottle of 5ml / 10ml Plastic bottle with screen printing 2000 28 Infusion 1/2 Saline with IV Set. Bottle / bag of 500ml, with IV set 13000 29 Infusion Ciprofloxacin 200mg/100ml. Bottle/ Bag of 100ml Hanger & IV set 66000 30 Infusion Dextrose water 10% with IV Set. Bottle/ bag of 1000ml with IV set 13000 31 Infusion Dextrose water 5% with IV Set. Bottle/ bag of 1000ml with IV set 43000 32 Infusion Hartman's Solution with IV Set. Bottle/ bag of 500ml with IV set 50000 33 Infusion Levofloxacin 500mg / 100ml. Bottle / Bag of 100ml with hanger & IV set. 10000 34 Infusion Mannitol 20% with IV Set. Bottle/ bag of 500ml with IV set 24000 35 Infusion Metronidazole 500mg/100ml. Bottle / Bag of 100 ml with hanger & iv set. 174000 36 Infusion Normal Saline with IV Set. Bottle /bag of 1000ml. With IV set 176000
37
Infusion Polygelline 35g + sodium lons 145 mmol+ potassium ions+5.1 mmol+ Calcium lons 6.25 mmol + Chloride Ions 145 mmol +traces of phosphate and sulphates per 1000ml.
Bottle of 500 ml with I.V. Set. 10000
38 Infusion Ringer Lactate -D Solution with IV Set. Bottle/ bag of 500ml with IV set 31000 39 Infusion Ringer Lactate Solution with IV Set. Bottle/ bag of 1000ml with IV set 219000 40 Infusion.5% Dextrose Normal saline with IV Set. Bottle/ bag of 1000ml with IV set 20000 41 Inj Anti. Venom Sera. Vial of 10ml. individuaaly Packed in carton with leaflet. 1000 42 Inj Atropine Sulphate 1mg/ml. Ampoule of 1ml. Pack of 100 or less, Packed in Carton with leaflet. 20000
43 Inj. Adrenaline 1 in 1000. Glass Ampoule of 1ml . Pack of 100 or less, Packed in carton with leaflet.
10000
44 Inj.Atracurium Besylate 10mg/ml. Amp of 5ml. Pack of 10 or less ,packed in carton with leaflet 2000 45 Inj. Diclofenac Sodium 75mg + Lidocaine 20mg Amp of 2 ml. Pack of 100 or less. Packed in carton with leaflet 44000 46 Inj. Amikacin Sulphate 250mg. Amp/vial. Pack of 100 or less, Packed in carton with leaflet. 7500 47 Inj. Amikacin Sulphate 100mg. Amp/vial. Pack of 100, or less, Packed in carton with leaflet. 25000 48 Inj. Amikacin Sulphate 500mg. Amp/vial. Pack of 100 or less , Packed in carton with leaflet. 2200 49 Inj. Aminophylline 250mg/10ml. Ampoule of 10ml. pack of 100 or less, Packed in carton with leaflet. 16000 50 Inj. Kanamycin 500mg Amp/vial. Pack of 100 or less, Packed in carton with leaflet. 5500 51 Inj. Kanamycin 1gm Amp/vial. Pack of 100 or less, Packed in carton with leaflet. 5000 52 Inj. Amoxycillin 500mg vial. Amp/ Vial. Pack of 100 or less , Packed in carton with leaflet. 69000
LIST OF MEDICINES TO BE PROCURED DURING THE YEAR 2013-14 FOR DHQ TEACHING HOSPITAL SARGODHA.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
29
53 Inj. Ampicillin 500mg Vial. Amp/ Vial. Pack of 100 or less, Packed in carton with leaflet. 32000 54 Inj. Tobramycin 80mg Amp/vial. Pack of 100 or less, Packed in carton with leaflet. 5000
55 Inj. Cefotaxime 500mg. Amp/ Vial. Individually Packed with water for injection in carton with leaflet.
122000
56 Inj. Ceftazidime 1g. Amp/ Vial. Individually Packed with water for injection in carton with leaflet.
70000
57 Inj. Ampicillin 500mg + Sulbactam 250mg Amp/ Vial. Pack of 100 or less. Packed in carton with leaflet. 36000 58 Inj. Amoxycillin 250mg + Flucloxacillin 250mg Amp/ Vial. Pack of 100 or less .Packed in carton with leaflet 35000 59 Inj. Amoxicillin 500mg+ Sulbactam 250mg Amp/ Vial. Pack of 100 or less .Packed in carton with leaflet 41000 60 Inf Levofloxacin 500mg/20ml Individually pack with hanger. Packed in carton with leaflet. 6000 61 Inf Levofloxacin 250mg/10ml Individually pack with hanger. Packed in carton with leaflet. 2000
62 Inj. Ceftriaxone 1g. Amp/ Vial. Individually Packed with water for injection in carton with leaflet.
314000
63 Inj. Cefpirone 1g. Amp/ Vial. Pack f 100 or less. Packed with water for injection in carton with leaflet.
20000
64 Inj. Cefpirone 500mg. Amp/ Vial. Pack of 100 or less. Packed with water for injection in carton with leaflet.
5000
65 Inj. Cefuroxime 1.5g Amp/ Vial. Pack of 100 or less. Packed with water for injection in carton with leaflet.
40000
66 Inj. Ampicillin 500mg + Cloxacillin 500mg Amp/ Vial. Pack of 100 or less. Packed in Carton with leaflet. 20000
67 Inj. Cephradine 500mg. Vial. Individually Packed with water for injection in carton with leaflet.
56000
68 Inj. Chlorpheneramine Maleate 10mg/ml. Amp of 2ml. Pack of 100 or less. Packed in Carton with leaflet. 20000 69 Inj. Dexamethasone 4mg/ml. Vial / amp of 1ml . Packed in carton with leaflet. 25000 70 Inj. Dextrose 25% with IV Set Ampoule of 20ml. Packed in carton with leaflet. 34000 71 Inj. Diclofenac Sodium 75mg./3ml. Amp of 3ml. Pack of 100 or less. Packed in Carton with leaflet. 188000 72 Inj. Drotaverine HCL 40Mg/2ml. Amp of 2ml, Pack of 100 or less Packed in Carton leaflet. 22000 73 Inj. Verapamil 5mg/2ml amp of 2ml. Pack of 5, packed in carton with with leaflet 1500 74 Inj. Digoxin 0.5mg/2ml amp of 2ml. Pack of 5, packed in carton with with leaflet 1500 75 Inj. Enoxaprin 60mg prefilled syringe. Pack of 2, packed in carton with leaflet 7000 76 Inj. Enoxaprin 40mg prefilled syringe. Pack of 2, packed in carton with leaflet 13000 77 Inj. Heparin 5.00 IU/ml vial of 5ml or less. Packed in carton with leaflet 12000 78 Inj. Amiodarone Hcl 150mg/ml amp of 3ml. Pack of 6, packed in caron with leaflet 3000 79 Inj. Frusemide 20mg/2ml. Ampolue of 2ml. Pack of 100 or less. Packed in carton with leaflet 106000 80 Inhalation Isoflurane 100ml Individually packed in carton with leaflet. 500 81 Inhalation Sevoflurane 250ml Individually packed in carton with leaflet. 20 82 Inj. Gentamicin 80mg/2ml. Amp. Pack of 100 or less. Packed in Carton with leaflet. 18000
83 Inj Hydrocortisone Sodium Succinate 250mg. (Dry Powder)
Vial, Individually Packed in carton with solvent & leaflet. 17000
84 Inj Hydrocortisone Sodium Succinate 500mg. (Dry Powder)
Vial, Individually Packed in carton with solvent & leaflet. 10000
85 Inj. Bupivacaine (Spinal) Hcl 7.5mg/ml amp of 2ml, pack of 5 or less, Packed in Carton leaflet. 5000 86 Inj.Propofol 10ml Amp. Of 10ml . Pack of 5 or less, Packed in carton with leaflet 3000
87 Inj. Indomethacin 200mcg/ml amp of 6ml. pack of 100 or less. Packed in carton with solvent and leaflet.
1600
88 Inj Insulin Plain (70/30)100 IU/ml. Glass vial of 10ml. Packed in carton with leaflet (Human) 10000
89 Inj. Ketamine HCL 50 mg / ml Ampoule / Vial of 2ml. Pack of 100 or less, packed in carton with leaflet
6500
90 Inj Ketoprofen 50mg/2ml. Amp of 2ml. Pack of 100 or less, Packed in carton ith leaflet. 7000 91 Inj. Lignocain 2% with Adrenaline amp of 2ml. Pack of 100 or less , packed in carton with with leaflet 37000 92 Inj Lignocaine Solution 2% Ampoule of 2ml. Pack of 100 or less, Packed in carton with leaflet. 15000 93 Inj Mecobalamine 500mcg. Amp of 1ml. Pack of 100 or less Packed in carton leaflet. 20000 94 Inj. Metoclopramide 5mg/ml. Amp of 2ml. Pack of 100 or less, Packed in carton with leaflet. 80000 95 Inj Nalbuphine HCL 10mg / ml Pack of 10 or less. Packed in Carton with leaflet. 30000 96 Inj Oxytocin 5 iu/ml. Amp of 1ml. Pack of 100 or less. Packed in carton with leaflet. 325000
97 Inj. Omeprazole 40mg (Omeprazole Sodium 42.6mg eq. to omeprazole 40mg, Lyophillized)
Individually Packed in carton with leaflet. 25000
98 Inj. Calcium Gluconate 10% W/V Amp of 10ml. Pack of 50 or less, Packed in carton with leaflet. 18000 99 Inj.Suxamethonium Chloride 100mg/ 2ml Vial/ Ampoule,Pack of 100 or less,. Packed in Carton with leaflet. 5500
100 Inf. Paracetamol 1000mg/100ml. Bottle of 100ml with hanger .Individually Packed in carton with leaflet
13000
101 Inj. Isosorbide Dinitrate 1mg/ml Amp of 10ml . Pack of 10 , Packed in carton with leaflet 6500 102 Inj. Pentazocine 30mg/ml Amp of 1ml. Pack of 5. Packed in carton with leaflet. 10000 103 Inj. Ranitidine 50mg / 2ml. Amp of 2ml. Pack of 100 or less, Packed in carton with leaflet. 145000 104 Inj. Methyl Ergometrine 0.2mg/ml. Amp of 1ml .Pack of 100 or less. Packed in carton with leaflet. 3000 105 Inj. Streptomycin 1g. Vial, Pack of 100 or less. Packed in Carton with leaflet. 3000 106 Inj. Magnesium Sulfate 500mg/ml ampoule Of 10ml. Pack of 100 or less, Packed in carton with leaflet. 13000 107 Inj Sodium Bicarbonate 8.4% Vial of 50ml. Individually packed in carton with leaflet 4000 108 Inj. Diazepam 5mg/ml Ampoule of 2ml .Pack of 100 or less , packed in carton with leaflet 20000 109 Inj Tramadol 50mg/ml. Amp of 2ml. Pack of 100 or less. Packed in carton with leaflet. 15000
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
30
110 Inj. Tranexamic Acid 500mg/5ml. Amp of 5ml. Pack of 10 or less. Packed in Carton with leaflet. 15000 111 Inj.Neostigmine Methylsulfate 2.5mg Amp. Of 5ml , Pack of 5, Packed in carton with leaflet. 3000 112 Inj. Anti-Tetnus Toxoid 0.5ml Amp of 0.5ml. Pack of 10. packed in carton with leaflet 50000 113 Inj. Vitamin K 10mg / 1ml I.V Amp. Of 1ml. Pack of 100 or less. Packed in carton with leaflet. 6000 114 Inj. Iron Sucrose 20mg/5ml Amp of 5ml.Pack of 5, packed in carton with leaflet 12000 115 Inj. Dopamine 200mg/5ml. Glass ampoule. Individually Packed in carton with leaflet. 15000
116 Inj. Dobutamine 250mg/ ml . Glass ampoule of 5ml. Pack of 50 or less. Packed in Carton with leaflet.
15000
117 Inj. Ketorolac 30mg/ml pack of 10, packed in carton with leaflet 11000 118 Inj. Streptokinase 1.5MIU individually pack, Packed in carton with leaflet 5000
119 Injection Rabbies Vaccine (Brain tissue Origin/Cell Cultured Origin/Chick/Duck Embryo origin)0.5ml vial with solvent Packed in carton with leaflet" (WHO approved)
5000
120 Drops Amoxicillin 125mg/1.2ml Bottle 0f 10ml. Individually Packed in carton with leaflet. 10000 121 Drops Paracetamol 100mg Bottle of 15ml. Individually Packed in carton with leaflet. 10000 122 L.P Needles (All Sizes) Packed of 100 or less. Packed in carton 15000 123 Inj 5-Flurouracil 250mg amp/ vial. Pack of 10 or less, packed in carrton with leaflet 500 124 Inj Bleomycin 15mg vial of 5ml . Individually Packed in carton with leaflet 50 125 Inj Carboplatin 450mg vial of 45ml . Individually Packed in carton with leaflet 100 126 Inj Cisplatin 50mg vial of 50ml . Individually Packed in carton with leaflet 200 127 Inj Cyclophosphamide 500mg vial. Individually Packed in carton with leaflet 1000 128 Inj Cyterabin 100mg vial. . Individually Packed in carton with leaflet 80 129 Inj Docetexel 20mg vial .Individually Packed in carton with leaflet 300 130 Inj Docetexel 80mg vial . Individually Packed in carton with leaflet 60 131 Inj Cyterabin 500mg vial . Individually Packed in carton with leaflet 30 132 Inj Doxorubicin 10mg vial . Individually Packed in carton with leaflet 300 133 Inj Doxorubicin 50mg vial .Individually Packed in carton with leaflet 100 134 Inj Etoposide 100mg/5ml vial . Individually Packed in carton with leaflet 100 135 Inj Gemcitabine 1G vial . Individually Packed in carton with leaflet 200 136 Inj Gemcitabine 200mg vial .Individually Packed in carton with leaflet 200 137 Inj Ifosphamide 1G vial . Individually Packed in carton with leaflet 50 138 Inj Methotrexate 50mg Vial, Pack of 10 or less. Packed in Carton with leaflet. 50 139 Inj Mitomycin 2mg vial . Individually Packed in carton with leaflet 300 140 Inj Oxaliplatin 100mg vial . Individually Packed in carton with leaflet 50 141 Inj Oxaliplatin 50mg vial .Individually Packed in carton with leaflet 100 142 Inj Paclitaxol 30mg vial .Individually Packed in carton with leaflet 100 143 Inj Vinblastin Sulphate 10mg vial . Individually Packed in carton with leaflet 40 144 Inj Vincristine 1mg/ml vial .Individually Packed in carton with leaflet 100 145 Inj Dacarbazine 200mg vial .Individually Packed in carton with leaflet 40
146 Lignocaine Gel 2% Tube of 15g. Individually Packed in carton with applicator and leaflet.
24000
147 Lotion / Emulsion Benzyl Benzoate 25% W/V Bottle of 60 ml. Packed inc arton with leaflet 15000 148 O.R.S. Pack of 100 or less. Packed in carton with leaflet 4000 149 Providone - lodine sol 10% Bottle of 450 ml or less. 6500
150 Sachet contains Sodium Bicarbonate 1.716g, Citric Acid 0.702g, Sodium Citrate 0.613g, Tartaric Acid 0.858g
4gm Sachet 12500
151 Skin Ointment Polymyxin B Sulphate 10000 Units Zinc Bacitracin 500 Units.
Tube of 20g or less. Individually Packed in carton with leaflet. 8700
152 Solution Chlorhexidine Gluconate 1.5% Certrimide 15%
Pack of 1 liter. Packed in carton 4000
153 Spirit Methylate BP (Industrial Methylated Spirit BP) Pack of 4.5 Liter or less. 1500
154 Tab Alprazolam 0.5mg. Blister / Aluminum strip Pack of 30 or less. Packed in carton e leaflet.
27000
155 Tab. Albendazole 200mg Blister Pack, pack of unit dose. Pack in carton with leaflet. 17000 156 Tab. Amlodipine Besylate 5mg. Blister Pack, Pack of 20 Packed in carton with leaflet. 67000 157 Tab. Aspirin (soluble) 300mg Aluminum Strip Pack, Pack of 600 or less, Packed in Carton. 75000 158 Tab. Aspirin 75mg Enteric Coated. Blister Pack, Pack of 30 Packed in carton with leaflet. 112000 159 Tab. Atenolol 50mg. Blister pack. pack of 100 or less. Packed in carton with leaflet. 110000 160 Tab. Bisacodyl 5mg. Blister pack, pack of 100 or less. Packed in Carton. 10000 161 Tab Bromazepam 3mg. Blister pack, Pack of 100 or less, Packed in Carton with leaflet. 54000 162 Tab. Cetirizne. 10mg. Blister Pack, Pack of 500 or less. Packed in carton with leaflet. 87000 163 Tab. Domperidone 19.10mg + Cinnarazine 20mg Blister Pack, Pack of 200 or less. Packed in carton with leaflet. 20000
164 Tab. Itopride 50mg Blister/ Strip pack. Pack of 100 or less. Packed in carton with leaflet
11000
165 Tab. Valsartan 160mg Blister/ Strip pack. Pack of 100 or less. Packed in carton with leaflet
40000
166 Tab. Atorvastatin 40mg, Blister pack. Pack of 100 or less. Packed in carton with leaflet 60000 167 Tab. Atorvastatin 20mg, Bl;ister pack. Pack of 100 or less. Packed in carton with leaflet 60000 168 Tab. Carvidalol 12.5mg Blister/ Strip Pack of 100 or less. Packed in carton with leaflet 30000
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
31
169 Tab. Clopidogrel 75mg Blister Pack of 100 or less. Packed in carton with leaflet 100000 170 Tab. Metoprolol 100mg Blister Pack of 100 or less. Packed in carton with leaflet 30000 171 Tab. Frusemide 20mg. + Spironolactone 50mg Blister Pack of 100 or less. Packed in carton with leaflet 60000 172 Tab. Diltizem Blister Pack of 100 or less. Packed in carton with leaflet 40000
173 Tab. Isosorbide Mononititrate 20mg Blister / Aluminium foil . Pack of 100 or less. Packed in carton with leaflet
60000
174 Tab. Chloroquine Sulphate/ Phosphate 250mg. Film coated Blister Pack, Pack of 200 or less. Packed in Carton with leaflet.
10500
175 Tab. Multivitamin Blister pack of 1000 or less, packed in carton with leaflet. 260000
176 Tab. Iron III Hydroxide Polymaltose eq to elemental Iron 250mg
Blister Pack, Pack of 200 or less.Packed in carton with leaflet 309000
177 Tab. Iron III Hydroxide Polymaltose eq to elemental Iron 150mg
Blister Pack, Pack of 200 or less. Packed in carton with leaflet. 205000
178 Tab. Chlorpheniramine Maleate 4mg. Blister Pack, Pack of 1000 or less Paced in carton with leaflet. 100000 179 Tab. Ciprofloxacin 250mg. Blister Pack, Pack of 100 or less, Packed in carton with leaflet. 138000 180 Tab. Ciprofloxacin 500mg. Blister pack of 100 or less. Packed in carton with leaflet. 200000
181 Tab. Cotrimoxazole DS(Sulphamethoxazole 800mg +Trimethoprim, 160mg ) Blister Pack,
Blister pack. Pack of 100 or less Packed in carton with leaflet. 100000
182 Tab. Dexamethasone 0.5mg. Blister Pack, Pack of 100 or less. Packed in carton leaflet. 27000 183 Tab. Diazepam 5mg. Blister pack, Pack of 100 or less Packed in carton with leaflet. 44000 184 Tab. Captopril 25mg Blister pack. Pack of 100 or less.Packed in carton with leaflet 40000 185 Tab. Diclofenac Sodium 50mg. Blister Pack, Pack of 200 or less, Packed in carton with leaflet. 278000 186 Tab. Diclofenac Potasium 100mg. Blister Pack, Pack of 200 or less. Packed in carton with leaflet. 180000 187 Tab. Digoxin 0.25 mcg. Pack of 100 or less. Packed in Carton with leaflet. 5000 188 Tab. Domperidone 5mg. Blister pack, pack of 100 or less. Packed in Carton with leaflet. 50000 189 Tab. Drotaverine HCL 40mg. Blister pack, pack of 500 or less, Packed in Carton with leaflet 10000 190 Tab. Escitalopram 10mg Dispersible Blister/Strip Pack of 100. Packed in carton with leaflet. 12000 191 Tab. Enalapril Maleate 10mg. Blister Pack of 500 Packed in carton with leaflet. 60000 192 Tab. Ferrous Fumerate 150mg + Folic Acid 0.5mg Blister Pack. Pack of 1000 or less, Packed in carton e leaflet. 206000 193 Tab. Flurbiprofen 100mg. Blister Pack, Pack of 500 or less, Packed in carton with leaflet. 42000 194 Tab. Ibuprofen 400mg, Pseudoepedrine Hcl60mg Blister Pack, Pack of 500 or less. Packed in carton with leaflet 210000 195 Tab. Ketoprofen 200mg Blister Pack, Pack of 500 or less. Packed in carton with leaflet. 11000 196 Tab. Folic Acid 5mg. Pack of 1000 or less. Packed in carton with leaflet. 115000 197 Tab. Frusemide 40mg. Blister Pack, pack of 100 or les Packed in carton with leaflet. 30000 198 Tab. Ibuprofen 400mg Blister Pack, Pack of 500 or less, Packed in carton. 26000 199 Tab. Isoniazid 100mg Blister pack, pack of 1000 or less. Packed in carton with leaflet 11000 200 Tab. Levofloxacin 250mg. Blister Pack, pack of 100, Packed in Carton with leaflet. 86000 201 Tab. Levofloxacin 500mg. Blister Pack. pack of 100, Packed in carton with leaflet. 64000 202 Tab. Levothyroxin/ Thyroxin 50mcg. Pack of 100 or less Packed in carton with leaflet. 23000 203 Tab. Loratidine 10mg. Blister pack. Pack of 500 or less. Packed in Carton with leaflet. 63000 204 Tab. Mefenamic acid 500mg. Blister Pack, Pack of 1000 or less, Packed in carton with leaflet. 230000 205 Tab. Metronidazole 400mg. Blister Pack, Pack of 100 or less. Packed in carton with leaflet 60000 206 Tab. Montelukast 5mg Blister Pack of 100 or less, Packed in carton with leaflet. 94000 207 Tab Mecobalamine 500mcg. Blister Pack, Pack of 1000 or less. Packed in carton leaflet. 147000
208 Tab Nitroglycerine 0.5mg. Blister pack / Aluminum foil, Pack of 100 or less, Packed in carton with leaflet.
10000
209 Tab. Naproxen Sodium 550mg Blister Pack, Pack of 100 or less, Packed in carton e leaflet. 193000 210 Tab. Ofloxacin 200mg. Blister pack. Pack of 100 or less, Packed in Carton with leaflet. 87000 211 Tab. Cefuroxime 125mg Bister Pack. Pack of 500 or less. Packed in carton with leaflet. 85000 212 Tab Prednisolone 5mg. Pack of 1000s or less. Packed in carton with leaflet. 57000
213 Tab. Paracentamol 500mg + Chlorpheniramine maleate 2mg + Caffeine 65mg.
Blister pack of 500 or less .Packed in carton with leaflet. 100000
214 Tab. Paracetamol 500mg. Blister Pack, Pack of 1000 or less. Packed in carton with leaflet. 500000
215 Tab. Paracetamol 250mg, Mepyramine Maleate 6.25mg, Pheniramine Maleate 6.25mg, Pseudoephedrine 15mg
Blister Pack, Pack of 1000 or less. Packed in carton with leaflet. 100000
216 Tab. Phenobarbitone 30mg. Pack of 1000 or less. Packed in carton with leaflet. 14000 217 Tab. Phenytoin Sodium 100mg Blister Pack, Pack of 100 or less. Packed in Carton with leaflet. 14000 218 Tab. Propranolol 10mg. Blister Pack. Pack of 100 or less. Packed in carton with leaflet. 36000
219 Tab. Ranitidine 150mg. Blister Pack / Aluminum Strip. pack of 500 or lesss, Packed in carton with leaflet.
121000
220 Tab. Salbutamol 2mg. Blister/ Strip pack. Pack of 100 or less, Packed in carton with leaflet.
30000
221 Tabs Methyl Dopa 250mg. Blister pack of 100 or less, Packed in carton with leaflet. 5500
222 Tab. Vit. B. Complex Sugar Coated each tab contains vit. B1 1mg B2-1mg Nicotinamide 15mg.
Pack of 1000 or less,packed in carton with leaflet 172000
223 Tab. Ferrous Fumerate 200mg, Vit B1 25mg, Vit B2 2.5mg, Vit B6 25mg, Vit B12 25MG, Nicotinamide 25mg, Folic Cid 1mg, Cal-D Pentothal 10mg
Blister Pack, Pack of 500 or less.Packed in carton with leaflet. 150000
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
32
224 Adhesive Plaster B.P.C Spool of 7.5cm x 5 to 9 meter. The firms will quote rates @ per meter & stores received will be analyzed as per BPC.
7000
225 Aerosal Salbutamol 100mcg per inhalations, Individually Packed in carton with leaflet. 12000 226 Air Ways (All Sizes) Packed of 100 or less 12000 227 Bandage Plaster of Paris BPC,10cm x 2.7 Meter. Dozen pack. 20000 228 Bandage Plaster of Paris BPC,15cm x 2.7 Meter. Dozen pack. 30000
229 Black Silk size 1,30 mm , 3/8 Circle Curved Cutting needle.
Box of 12 Foils. 7500
230 Black Silk size 1,30mm, 1/2 Circle Round Body needle. Box of 12 Foils. 11600 231 Black Silksize 1,60mm, Stragight Cutting needle. Box of 12 Foils. 1600
232 Polyglactin/ Polyglycolic acid size 1, 40mm, 1/2 circle round body needle
Box of 12 Foils. 8000
233 Polyglactin/ Polyglycolic acid size 2/0, 30mm, 1/2 circle round body needle
Box of 12 Foils. 8000
234 Black Silksize 2 60mm, straight Cutting needle. Box of 12 Foils. 1000 235 Poly Propylene size 1,40mm Straight cutting needle. Box of 12 Foils. 10000 236 Poly Propylene on Needle 10/0 Box of 12 Foils. 1000 237 Black Silksize 2/0 60mm, Curved Cutting needle. Box of 12 Foils. 30000 238 Chest Tube with under water seel (All sizes) Individually pack, Packed in carton. 1000 239 Microburette 100ml Individually pack,.Pack of 50 or less, packed in carton 13000 240 Nitto Tape 3 inch Pack of 6 6000 241 Nitto Tape 1/2 inch Pack of 24. 30000 242 Catgut Chromic Size 0 Curved Needle RB 30mm, Box of 12 Foils. 13400
243 Catgut Chromic Size 1, with 45/50mm Intestinal Eyless RB Needle.
Box of 12 Foils. 18000
244 Catgut Size 2, 30mm, 1/2 CIRCLE Round Body Needle. Box of 12 Foils. 6000
245 Catgut Size 2/0, 30mm, 1/2 CIRCLE Round Body Needle.
Box of 12 Foils. 21500
246 Cotton Bandage BPC 10cm x 6m Dozen Pack 23000 247 Cotton Bandage BPC 6.5 cmx6m Dozen Pack 14000 248 Cotton Crape Bandage 7.5cm x 4.5m Dozen Pack or less 12800 249 Cotton Crepe bandages, 10cm x 4.5m, Dozen Pack or less 23000 250 Disposable Syringe 3ml with needle. Blister pack of 100. 59500 251 Disposable Insulin Syringe 1ml with needle. Pack of 100 or less, packed in carton. 56000 252 Disposable Syringe 10ml with needle. Blister pack of 100. 31000 253 Disposable Syringe 20ml with needle. Blister pack of 100. 20000 254 Disposable Syringe 5ml with needle. Blister pack of 100. 785000 255 Endotracheal Tubes with Cuff (All Sizes) Packed of 100 or less 3000 256 Examination Gloves Standard Size. Pack of 100 223000
257 Surgical Blade (all sizes ) individaully Packed in aluminum foil Packed in carton.
Individually Packed in aluminum foil. Pack of 100 or less, Packed in carton.
50000
258 Surgical Gauze BPC Cloth 100cm x30m. (30 meter pack) 22000 259 Surgical Gloves (all sizes) sterilized. Packed in carton 147000 260 Surgical Scrub Povidone - lodine 7.5% Bottle of 500 ml or less. 3500 261 Feeding Tubes (All Sizes) Packed of 100 or less 18000 262 Foley's Catheters Two way Silicon Coated (All Sizes) Packed of 100 or less 27000 263 Hydrogen Peroxide B.P Liquid 6% Bottle of 450ml 500
264 I.V. Cannula with injection port and integrated Closing Cone Size 20.
Pack of 100's or less . Packed in carton with leaflet 267000
265 I.V. Cannula with injection port and integrated Closing Cone Size 22.
Pack of 100's or less . Packed in carton with leaflet 175000
266 I.V. Cannula with injection port and integrated Closing Cone Size 24.
Pack of 100's or less . Packed in carton with leaflet 20000
267 Dialyzer set (Surface Area F6) Individually pack. Pack of 12, packed in carton. 10000 268 AVF Fistula Needles (16 Guage) Individually pack. Pack of 100 or less, packed in carton. 20000 269 Blood Lines (AV-SET-E) (ID 6.5 × OD 9.8MM Individually pack. Pack of 32, packed in carton 10000 270 Cream / Ointment Gentamycin 0.3% Tube of 10g Individually Packed in carton with leaflet. 3000 271 Cream Silver Sulphadiazine 1%. 250g Jar. Individually pack, Packed in carton with leaflet. 4000 272 Cream Silver Sulphadiazine 1%. Tube of 50g or less. Individually Packed in carton with leaflet. 9000 273 Cream Fusidic Acid 20mg + Hydrocortison 10mg Tube of 15g. Individually pack. Packed in carton with leaflet 26000 274 Cream Gamma Benzene Hcl 1% W/W Tube of 50 gm. Individually packed. Packed in carton with leaflet 5000 275 Vaginal Cream Clotrimazole 1% with applicator. Tube of 5gm. Individually packed in carton with leaflet. 10000 276 Bicarbonate solution 4liter(AC+BC) Pack of 4liter. Packed in carton. 5000 277 Susp Mebendazole 100mg / 5ml Pack of unit dose. Packed in Carton with leaflet. 5500
278 Susp. Amoxycillin 250mg/5ml. Bottle of 60ml or less. Individually pack, Packed in carton with Measuring cup, spoon and leaflet.
28500
279 Susp. Cefixime 100mg/ 5ml. Bottle of 30ml. Individually pack, Packed in carton with leaflet. 43000
280 Susp. Cephradine 125mg/5ml Bottle of 60ml. Individually pack, Packed in Carton with Measuring Cup, Spoon with leaflet.
30000
281 Susp. Cefpodoxime 40mg/5ml. Bottle of 50ml.Individually pack, Packed in carton with leaflet. 20000
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
33
282 Susp. Cefuroxime 125mg/5m. Bottle of 60ml. Individually packed in carton with leaflet 20000
283 Susp. Cephradine 250mg/5ml. . Bottle of 60ml. Individually pack, Packed in Carton with Measuring Cup, Spoon with leaflet.
3200
284 Susp. Pseudoephedrine Hcl BP 15mg, Dextrometorphan 10mg, Chlorphineramine Maleate .
Bottle of 60ml. Individually pack, packed in carton with leaflet 10000
285 Susp. Cotrimoxazole DS. (Sulphamethoxazole 400mg + Trimethoprim 80mg / 5ml)
Bottle of 50ml. Individually pack, Packed in carton with leaflet. 10000
286 Susp. Domperidone 1mg/ ml, Bottle of 120ml or less. Individually Pack, packed in carton lwith eaflet.
15000
287 Susp. Furazolidone 0.5% Bottle of 120 ml or less. Individually pack, Packed in carton with leaflet.
2000
288 Susp. Ibuprofen 100mg/5ml. Bottle of 90ml or less, Individually pack, Packed in Carton with leaflet..
25000
289 Susp. Metronidazole 200mg / 5ml. Bottle of 60ml. Individually pack, Packed in Carton with leaflet. 12000
290 Susp. Metronidazole 400mg + Diloxanide Furoate 250mg.
Bottle of 60 ml. Individually pack, Packed in carton with leaflet. 5000
291 Susp.Theophyline 150mg/5ml. Bottle of 120ml. Individually pack, Packed in carton with leaflet. 5000
292 Cough Syp Ammonium Chloride 100mg, Sodium Citrate 60mg, CPM, 2mg, Ephedrine HCL. 7mg, Menthol 1mg / 5ml.
Bottle of 60ml. Individually pack, Packed in carton with leaflet. 39000
293 Syp Chlorpheniramine Maleate 2mg./ 5ml Bottle of 60ml. Individually pack, Packed in carton with leaflet. 7000
294 Syp. Mepyramine Maleate 6.25mg, Pheniramine Maleate 6.25mg, Pseudoephedrine 15mg
Bottle of 60ml. Individually pack, Packed in carton with leaflet. 24000
295 Syp.Ferrous Gluconate 129.5mg, Vit B1 1mg, Vit B6 1.5MG, Vit B2 1mg, Nicotinamide 15mg, Calcium Penothal BP 1.5mg
Bottle of 120ml Individually Packed in Carton with leaflet. 10000
296 Syp. Iron III Hydroxide polymaltose complex eq to elemental Iron 50mg + Folic acid 0.43mg.
Bottle of 60ml. Individually pack, Packed in Carton with leaflet. 10000
297 Syp. Iron III Hydroxide polymaltose complex eq to elemental Iron 100mg + Folic acid 0.35mg sugar free.
Bottle of 60ml. Individually Packed in Carton with leaflet. 10000
298 Syp. Iron III Hydroxide polymaltose complex eq to elemental Iron 50mg sugar free.
Bottle of 60ml. Individually pack, Packed in Carton with leaflet. 15000
299 Syp. M/Vit each 28ml contain Vit A 14000unis, Vit D 1400 units, Thiamine Hcl 2.8mg, Riboflavin 3.4mg, Nicotinamide 28.4mg, Ascorbic Acid 85.2mg.
Bottle of 120ml Individually pack, Packed in Carton e leaflet. 15000
300 Syp. Cetirizine 1mg/ 5ml. Bott. Of 60 ml. Individually pack, Packed in carton with leaflet. 13000
301 Syp Oxethazaine:10mg/5ml,Magnesium Oxides and Hydroxides:98mg/5ml,Aluminium Hydroxide and Oxide:291mg/5ml
Bott. Of 120 ml. Individually Packed in carton with leaflet. 10000
302 Syp. Chloroquine Sulphate /Phosphate equivalent to 50mg base / 5ml.
Bottle of 60 ml. Individually pack, packed in carton with leaflet. 10000
303 Syp. Metoclopramide 5mg/ 5ml. Bottle of 60ml or less. Individually pack, Packed in carton with leaflet.
10000
304 Syp. Salbutamol 2mg/5ml. Bottle of 60ml, Pack of 5, Packed in carton with leaflet. 5000 305 Syp/Elixir Phenobarbitone 20mg/ 5ml Bottle of 60ml, Individually pack, Packed in carton with leaflet. 5000 306 Syp/Susp/Elixir. Paracetamol 120mg/5ml. Bottle of 60 ml. Individually Packed in Carton with leaflet. 25000 307 Susp. Azithromycin 200mg/ 5ml Bottle of 25ml. Individually packed. Packed in carton with leaflet 15000
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
34
CHECK LIST MUST BE FILLED FOR THE SCRUTINY OF TENDERS
Sr.
No.
Evaluation Criteria. Documents required Yes/No Page No.
1. Manufacturing Capacity (Medicine to be purchased) -10 25,000 to 35,000 unit/day ( 03) 35,001 to 50,000 unit/day ( 06) More than 50,000 unit/day ( 10)
A) Details of total covered area for production.
B) Details of machines used to produce particular item per 8 hours cycle.
C) Manufacturing Capacity in finished form on the letter pad of the firm.
Random checks may be carried out to verify the given information. In case the claim turns out to be false/incorrect it would result in automatic disqualification of the company from the Technical Evaluation process
2. Technical Staff (Overall) -15 Less than 5 ( 03 ) 5-10 ( 06 ) Greater than 10 ( 10 ) Degree B-Pharm / Pharm-D ( 02 ) M.Sc. / M.Phil ( 04 ) Phd. ( 06 ) More than 03 Employees /Owners holding Phd Degrees (10)
Company profile in respect of permanent technical Staff.
3. Warehouse -10 Facility to control of Humidity and Temperature, (05) Cold chain as per product requirement (Warehouse + Transport) (05) In case the item for which bid is made dose not required cold chain. The No. for “Cold chain as per product requirement” shell be added to “facilities to control of humidity and temperature”.
f) Details of License(s) in reference to the warehouse
g) Total number of licensed warehouses
h) Covered area of each licensed warehouse
i) Details of cold chain facility
j) Yes or No in reference to loading and unloading bay for each licensed warehouse.
4. International Certification -10 ISO (05) CE-Surgical Disposable items (05)
Attested Certificate(S) issued by National / International Organizations.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
35
In Case the bid is not for surgical and/or disposable items 05 marks will be added to ISO certification.
5. Financial Position -25 Criteria (Bank Statement, Annual Turnover, Client List, Export Certifications, Past Performance) (25)
e) Bank Statement.
f) Annual turnover for 02 years
g) Client list for 02 year
h) Export certification (if any)
i) References / Certificates from end user which would be randomly verified by the Department.
TOTAL MARKS 70 Qualifying marks: 60%
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
36
BIDDING DOCUMENTS FINANCIAL YEAR 2013-2014
LABORATORY KITS & CHEMICALS TIBBI MEDICINES
& HOMEO MEDICINES
MEDICAL SUPERINTENDENT DHQ TEACHING HOSPITAL, SARGODHA
Phone No. 048-9230829 Fax No. 048-9230839 E-Mail: [email protected]
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
37
INVITATION FOR BIDS
For The Year: 2013-14 Last Date of Sale of Tender: UP to 07-01-2014 (8:00 AM to 11:00 AM) Submission of Tender: 07-01-2014 (ti l l 11:00 AM) Date of Opening of Tender: 07-01-2014 (11:30 AM) Place of Enquiry & Sale of Tender : DHQ Teaching Hospital , Sargodha Place of Opening of Tender : DHQ Teaching Hospital , Sargodha
1. The Medical Superintendent DHQ Teaching Hospital Sargodha invites sealed bids from the eligible bidders for supply of Laboratory Kits & Chemicals , Tibbi Medicines & Homeo Medicines to meet the requirement of DHQ Teaching Hospital Sargodha.
2. Interested eligible bidders may get the Bidding Documents from the office of the undersigned on the submission of written application alongwith payment of non -refundable fee of Rs . 1000/ - (One Thousand Rupees only). Bidding Documents shall be issued on fol lowing dates only during office hours.
NO. DETA I L CAL L D EPO S IT TEND ER FE E 1 La bora to ry Ki t s & Che mi c a ls
2 % of Fina ncia l Bid R s: 1 0 0 0 / - 2 Tib bi Me d i cine s 3 Ho me o Me d i cine s
3. Authority (www.ppra.punjab.g ov.pk) until the closing date for the submission of bids.
4. Bids must be delivered in the office of Medical Superintendent DHQ Teaching Hospital Sargodha ti l l 11:00 AM on above mentioned dates. Bids will be opened in the presence of the bidders/’ representat ives.
5. All the pages of Technical & Financial Bid should be marked (i .e . 1,2, 3). 6. The Firm is bound to Attach CDR with Financial Bid as mentioned in the
advertisement. 7. Substandard, Broken Seal & substitution will not be acceptable . 8. If the price being found excess then in any other District of the Punjab Province
then the Firm will be bound to refund the excess amount. 9. Firm is bound to supply the items within mentioned time in the supply order.
Incase of failure, authority have rights to take action against the Firm under the Terms & Conditions.
10. The Bidders should quote price of above mentioned Tender Items according to the enclosed list of items and submit the Sealed Tender at the requisite place by given dates in the advertisement.
11. Bids shall remain val id f or a period of Ninety (90) days from the date of opening of the Technical Bid/Final clarification of Technical queries. If the last date falls on a holiday the validity shall be extended to the first working day.
12. In the event that the successful Bidder ref uses or fails to honor its Bid, the Authority shall be at l iberty to forfeit the CDR.
13. The Bidder shall deliver the Items strictly according to the delivery terms prescribed by the Authority in the Advance Approval Letter.
14. The Authority shall only accept t he Items after they have been duly inspected by the Verification Committee in presence of the Bidder.
15. The Authority reserves the right to reject items that do not confirm to the Specifications mentioned in the Tender. In the event of rejection of all or an y item, the Bidder shall col lect such rejected items within one (1) week from date of
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
38
inspection, fai ling which, the Authority shall be entitled to dispose of these items. The Bidder shall be liable for any costs that the Authority may incur on storing or disposing the rejected items.
16. Firm is bound to accept all the terms & conditions mentioned in the Advertisement & Tender Documents. In case of failure Purchase Committee has right to cancel the Tender & wil l not be challenged in the Court or Office.
17. The validity of offer of rates of items would be ti l l 30 -06-2014. 18. Bidding will be conducted through Single Stage – Two Envelopes bidding
procedure as per Rule 36 (b) of Punjab PPR -2009 (Amended). 19. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNIC AL
PROPOSAL” in bold and legible letters to avoid confusion. S imilarly, the Bidder shall seal the proposals/ bids in separate envelopes. The envelopes shall then be sealed in an outer envelope.
20. The inner and outer envelopes shall : a) Be addressed to the Procuring Agency at the address given in the Invitation for
Bids; and b) Bid Reference No. indicated in the Bid Data Sheet, and a statement: “DO NOT OPEN
BEFORE,” the time and the date specified in the Bid Data Sheet for opening of Bids. 21. The inner envelopes shall also indicate the name and address of the Bidder to
enable the bid to be returned unopened in case it is declared as “non -responsive” or “late” .
22. The envelope must also clearly show the Bid title and Bidder’s name & address. Failure to comply with th is requirement may result in rejection of the Bid & the Committee decision in this regard shall be final . Bids submitted after prescribed time shall not be entertained.
23. Agency to return bid related to any item of any Bidder un -opened in case the item is declared as ineligible or non -responsive.
24. The Authority reserves the rights to increase or decrease the quantity of the items.
25. The Firms are bound to supply the Laboratory Kits & Chemicals , Tibbi Medicines & Homeo Medicines with in the given time. In case of late delivery beyond the period specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.
26. Committee has all the rights to accept or reject one or all tenders and will not be challenged in the Court of Law or Office.
27. Substitution will not be al lowed. 28. All purchase would be done strictly according to PPRA Rules 2009 and
Government instructions. 29. The financial Bids of Technically accepted bidder will be opened publ ically at a
time to be announced by the procurement agency and the financial bids founds non responsive shall be returned unopened to the respective bidders.
DOCUMENTS REQUIRED
Attested Computerized National Identity Card (CNIC). Original Sale Receipt. ( @ Rs: 1000/- Non-Refundable ) Call Deposit in the Name of Medical Superintendent DHQ Teaching Hospital ,
Sargodha. Attested copies of NTN registration Certificate. Attested copy of sale tax registration certificate. Affidavit of Rs: 100/- that the firm is not Black Listed. Attested copy of Income tax Return for year 2012 -13. Attested copy of Sales tax Return for year 2012 -13.
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
39
Bank Statement for the year 2012 -13. Contractor / Bidder should submit an affidavit worth Rs: 100/ - that he has
accepted all Terms & Conditions of Tender & PPRA RULES 2009 & any change in the Terms & Conditions time to time.
Tender Documents should be Signed / stamped & must attached with Technical Bid (all pages).
CHECK LIST.
The provision of this checklist is essential prereq uisite alongwith submission of tenders.
SR. DETAIL YES/NO PAGE
1. Atte s te d Co mp ute rize d N a tiona l Id e n ti ty Ca rd (CN IC) .
2. Origi na l Sa le R e ce ip t . ( @ Rs: 1 00 0/ - No n-R efu n dab le )
3. Copy of Ca l l De posi t in th e Na me of Me d i ca l Supe ri nte nd e n t DH Q Te a c hin g Ho spi ta l , Sa rg o d ha .
4. Atte s te d copie s of N TN r e gis tra t ion Ce r t i f ica te .
5. Atte s te d copy of sa le ta x re gis tra t io n ce r t i f i ca te .
6. Aff id a vi t o f R s: 1 0 0 / - t ha t t he f i r m i s no t Bla ck Li s te d .
7. Atte s te d copy of Inco me t a x R e t urn fo r ye a r 2 0 1 2 -1 3 .
8. Atte s te d copy of Sa le s ta x R e t urn fo r ye a r 2 0 1 2 -1 3 .
9. Ba nk S ta te me nt fo r t he y e a r 2 0 1 2 -1 3 .
10. Con tra c to r / Bid d e r s ho u ld s ub mi t a n a f f id a vi t wo rt h R s: 1 0 0 / - tha t he ha s a cce p te d a l l Te r m s & Cond i t ion s of Te nd e r & P P R A R U LES 2 0 0 9 a nd a ny c ha nge in t he Te rm s & Cond i t io ns t i me to t i me .
11. Te nd e r Doc u me n ts s hou l d be Signe d / s ta mpe d & mu s t a t ta c he d wit h Te c hnica l Bid (a l l p a ge s) .
FOR FIRM USE As Owner of M/S_______________________________________ __________________________ I/We accepted the Terms & Conditions as laid down in tender form & advertisement Notice. I/We shall also observe all the rules / Regulations framed by Government
Bidding Documents of DHQ Teaching Hospital Sargodha for Drugs/ Medicines
40
of the Punjab, regarding the purchase of items mentioned in the attached list from time to time .
SIGNATURES WITH ATAMP OF THE FIRM