BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK &...

43
BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN. Page 1 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Transcript of BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK &...

Page 1: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

BIDDING DOCUMENT

CONTRACT for BLOOD BAGS FOR BLOOD BANK &FOGGER MACHINE FOR OPERATION THEATRE FORTHE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Page 1 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 2: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

DISTRICT HEADQUARTER HOSPITAL PAKPATTAN (FOR THEYEAR 2017-18)

PROCUREMENT FOR TENDER OF BLOOD BAGS & FOGGERMACHINE FOR THE YEAR 2017-2018

DISTRICT HEAD QUARTER HOSPITAL PAKPATTAN invitessealed bids/tenders from Suppliers /Manufacturers/ Firms for the supply

of BLOOD BAGS & FOGGER MACHINE for the Year 2017-2018

Interested bidders may get the bidding documents from the office of ProcurementOfficer of this hospital on submission of written application on their letter headalong with payment of non- refundable fee of Rs.1,000/- (one thousand only)

during working hours soon after publication of this tender as per following notifiedschedule.

Package Description of ItemsBid Security

(less than 5% of the estimatedvalue) Pak Rupees

Date & Time ofsubmission of

tender/bid (Last date ofsubmission of tender)

Date & time ofopening oftender/bid

Package # 1

BLOOD BAGS (JMS or Equivalent; No China acceptable) (2000 bags)

14,50007-Apr-2018 at

10:00 AM07-Apr-2018 at

10:30 AM

Package # 2

FOGGER MACHINE Origin Japan or England or Equivalent; No China made acceptable (02 Machines with solution/Liquid)

20,00007-Apr-2018 at

01:00 PM07-Apr-2018 at

01:30 PM

Place of Submission of Bid: Office of the Procurement OfficerDHQ hospital PAKPATTAN

Copy of Bidding Documents can also be obtained for information at www.dhqpakpttan.gov.pk &www . ppra . punjab . gov.pk Single Stage – Two Envelope procedure, as per Rule 38 (a) of PPRARules, 2014 shall be applied. The detail Terms and Conditions may be seen in the bidding documentsor on the departmental website www.dhqpakpttan.gov.pk OR on PPRA websitewww.ppra . punjab.g o v.pk

NOTE: All the assessments and procuring procedures i.e. receiving, opening, cancellation or awardingetc. shall be governed by the PUNJAB PROCUREMENT RULES, 2014 (Amended up to date)

Medical Superintendent

District Head Quarter Hospital Pakpattan

District: Pakpattan

PH: 0457-381166

Page 2 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 3: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

CELL: 0300-9409245

EMAIL: [email protected]

PART 1

INSTRUCTION TO BIDDERSINTRODUCTION1. Source of

Funds1.1 The Procuring Agency named in the Bid Data Sheet has received

budget from the Government of Punjab. The Procuring Agencyintends to apply a portion of the proceeds of this budget toeligible payments under the contract for which this Invitationfor Bids is issued.

2. Eligible Bidders

2.1 This Invitation for Bids is open to all suppliers, except asprovided hereinafter.

2.2 Bidders should not be associated, or have been associated witha firm or any of its affiliates which have been engaged by theProcuring Agency to provide consulting services for thepreparation of the design, specifications, and other documentsto be used for the procurement of the goods to be purchasedunder this Invitation for Bids.

2.3 Government-owned enterprises may participate only if they arelegally and financially autonomous, if they operate undercommercial law, and if they are not a dependent agency of theGovernment.

2.4 Bidders shall not be under a declaration of blacklisting by anyGovernment department or Punjab Procurement RegulatoryAuthority (PPRA). For which an undertaking will be submittedalong with bid by the bidders.

3. Eligible Goods and Services

3.1 All goods and related services to be supplied under the contractshall have their origin in eligible source countries Japan,England and/or Equivalent “China will not be considered”,defined in the Bid Data Sheet (BDS), and all expenditures madeunder the contract will be limited to such goods and services.

3.2 For purposes of this clause, “origin” means the place where thegoods are mined, grown, or produced, or the place from whichthe related services are supplied. Goods are produced when,through manufacturing, processing, or substantial and majorassembly of components, a commercially-recognized productresults that is substantially different in basic characteristics orin purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationalityof the Bidder.

4. Cost of Bidding

4.1 The Bidder shall bear all costs associated with the preparationand submission of its bid, and the Procuring Agency named in

Page 3 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 4: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

the Bid Data Sheet, hereinafter referred to as “the Purchaser,”will in no case be responsible or liable for those costs,regardless of the conduct or outcome of the bidding process.

BIDDING DOCUMENTS5. Content of

Bidding Documents

5.1 The goods required, bidding procedures, and contract terms areprescribed in the bidding documents. In addition to theInvitation for Bids, the bidding documents include:

(a) Instructions to Bidders (ITB)

(b) Bid Data Sheet

(c) Schedule of Requirements

(d) Technical Specifications

(e) Bid Submission Form

(f) Manufacturer’s Authorization Form

(g) Price Schedules

(h) Contract Form

(i) Performance Security Form

(j) General Conditions of Contract (GCC)

(k) Special Conditions of Contract (SCC)

5.2 The Bidder is expected to examine all instructions, forms,terms, and specifications in the bidding documents. Failure tofurnish all information required by the bidding documents or tosubmit a bid not substantially responsive to the biddingdocuments in every respect will be at the Bidder’s risk and mayresult in the rejection of its bid.

6. Clarification ofBidding Documents

6.1 A prospective Bidder requiring any clarification of the biddingdocuments may notify the Purchaser in writing or by email atthe Purchaser’s address indicated in ITB Clause 19.1. ThePurchaser will respond in writing to any request for clarificationof the bidding documents which it receives no later than three(3) days prior to the deadline for the submission of bidsprescribed in the Bid Data Sheet. Written copies of thePurchaser’s response (including an explanation of the query butwithout identifying the source of inquiry) will be sent to all

Page 4 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 5: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

prospective bidders that have received the bidding documents.

7. Amendment ofBidding Documents

7.1 At any time prior to the deadline for submission of bids, thePurchaser, for any reason, whether at its own initiative or inresponse to a clarification requested by a prospective Bidder,may modify the bidding documents by amendment.

7.2 All prospective bidders that have received the biddingdocuments will be notified of the amendment in writing or byemail, and will be bidding on them.

7.3 In order to allow prospective bidders reasonable time in whichto take the amendment into account in preparing their bids, thePurchaser, at its discretion, may extend the deadline for thesubmission of bids.

PREPARATION OF BIDS8. Language of Bid 8.1 The bid prepared by the Bidder, as well as all correspondence

and documents relating to the bid exchanged by the Bidderand the Purchaser shall be written in the language specified inthe Bid Data Sheet. Supporting documents and printedliterature furnished by the Bidder may be in same language.

9. Documents Comprising theBid

9.1 The bid prepared by the Bidder shall comprise the followingcomponents:

(a) a Bid Form and a Price Schedule completed inaccordance with ITB Clauses 10, 11, and 12;

(b) documentary evidence established in accordance withITB Clause 13 that the Bidder is eligible to bid and isqualified to perform the contract if its bid is accepted;

(c) documentary evidence established in accordance withITB Clause 14 that the goods and ancillary services to besupplied by the Bidder are eligible goods and services andconform to the bidding documents; and

(d) bid security furnished in accordance with ITB Clause 15.

10. Bid Form 10.1 The Bidder shall complete the Bid Form and the appropriatePrice Schedule furnished in the bidding documents, indicatingthe goods to be supplied, a brief description of the goods, andtheir country of origin, quantity, and prices.

11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule theunit prices (where applicable) and total bid price of the goods itproposes to supply under the contract.

11.2 Prices indicated on the Price Schedule shall be delivered duty

Page 5 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 6: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

paid (DDP) prices.

11.3 The Bidder’s separation of price components in accordancewith ITB Clause 11.2 above will be solely for the purpose offacilitating the comparison of bids by the Purchaser and willnot in any way limit the Purchaser’s right to contract on any ofthe terms offered.

11.4 Prices quoted by the Bidder shall be fixed during the Bidder’sperformance of the contract and not subject to variation onany account, unless otherwise specified in the Bid Data Sheet.A bid submitted with an adjustable price quotation will betreated as nonresponsive and will be rejected, pursuant to ITBClause 24.

12. Bid Currencies

12.1 Prices shall be quoted in Pak Rupees unless otherwisespecified in the Bid Data Sheet.

13.Documents Establishing Bidder’s Eligibility and Qualification

13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part ofits bid, documents establishing the Bidder’s eligibility to bidand its qualifications to perform the contract if its bid isaccepted.

13.2 The documentary evidence of the Bidder’s eligibility to bid shallestablish to the Purchaser’s satisfaction that the Bidder, at thetime of submission of its bid, is eligible as defined under ITBClause 2.

13.3 The documentary evidence of the Bidder’s qualifications toperform the contract if its bid is accepted shall establish to thePurchaser’s satisfaction:

(a) that, in the case of a Bidder offering to supply goods

under the contract which the Bidder did not manufacture or

otherwise produce, the Bidder has been duly authorized by

the goods’ Manufacturer or producer to supply the goods in

Pakistan;

(b) that the Bidder has the financial, technical, andproduction capability necessary to perform the contract;

(c) that, in the case of a Bidder not doing business withinPakistan, the Bidder is or will be (if awarded the contract)represented by an Agent in that country equipped, andable to carry out the Supplier’s maintenance, repair, andspare parts-stocking obligations prescribed in theConditions of Contract and/or Technical Specifications;and

(d) That the Bidder meets the qualification criteria listed inthe Bid Data Sheet.

14.Documents Establishing

14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods and services which the

Page 6 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 7: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Goods’ Eligibility and Conformity to Bidding Documents

Bidder proposes to supply under the contract.14.2 The documentary evidence of the eligibility of the goods and

services shall consist of a statement in the Price Schedule ofthe country of origin of the goods and services offered whichshall be confirmed by a certificate of origin issued at the timeof shipment.

14.3 The documentary evidence of conformity of the goods andservices to the bidding documents may be in the form ofliterature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical andperformance characteristics of the goods;

(b) a list giving full particulars, including available sourcesand current prices of spare parts, special tools, etc.,necessary for the proper and continuing functioning ofthe goods for a period to be specified in the Bid DataSheet, following commencement of the use of the goodsby the Purchaser; and

(c) an item-by-item commentary on the Purchaser’sTechnical Specifications demonstrating substantialresponsiveness of the goods and services to thosespecifications, or a statement of deviations andexceptions to the provisions of the TechnicalSpecifications.

14.4 For purposes of the commentary to be furnished pursuant toITB Clause 14.3(c) above, the Bidder shall note that standardsfor workmanship, material, and equipment, as well asreferences to brand names or catalogue numbers designated bythe Purchaser in its Technical Specifications, are intended tobe descriptive only and not restrictive. The Bidder maysubstitute alternative standards, brand names, and/orcatalogue numbers in its bid, provided that it demonstrates tothe Purchaser’s satisfaction that the substitutions ensuresubstantial equivalence to those designated in the TechnicalSpecifications.

15. Bid Security

15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part ofits bid, a bid security in the amount specified in the Bid DataSheet.

15.2 The bid security is required to protect the Purchaser againstthe risk of Bidder’s conduct which would warrant thesecurity’s forfeiture, pursuant to ITB Clause 15.7.

15.3 The bid security shall be in Pak. Rupees and shall be in one ofthe following forms:

(b) Bank call-deposit (CDR), Demand Draft (DD), Pay Order(PO) or Banker’s Cheque valid for thirty (30) days beyondthe validity of bid.

15.4 Any bid not secured in accordance with ITB Clauses 15.1 and15.3 will be rejected by the Purchaser as nonresponsive,

Page 7 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 8: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

pursuant to ITB Clause 24.

15.5 Unsuccessful bidders’ bid security will be discharged orreturned as promptly as possible but not later than thirty (30)days after the expiration of the period of bid validity prescribedby the Purchaser pursuant to ITB Clause 16.

15.6 The successful Bidder’s bid security will be discharged uponthe Bidder signing the contract, pursuant to ITB Clause 32,and furnishing the performance security, pursuant to ITBClause 33.

15.7 The bid security may be forfeited:

(a) if a Bidder withdraws its bid during the period of bidvalidity specified by the Bidder on the Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the contract in accordance with ITB Clause32;

or

(ii) to furnish performance security in accordance withITB Clause 33.

16. Period of Validity of Bids

16.1 Bids shall remain valid for the period specified in the Bid DataSheet after the date of bid opening prescribed by thePurchaser, pursuant to ITB Clause 19. A bid valid for ashorter period shall be rejected by the Purchaser asnonresponsive.

16.2 In exceptional circumstances, the Purchaser may solicit theBidder’s consent to an extension of the period of validity. Therequest and the responses thereto shall be made in writing (orby email). The bid security provided under ITB Clause 15 shallalso be suitably extended. A Bidder may refuse the requestwithout forfeiting its bid security. A Bidder granting therequest will not be required nor permitted to modify its bid,except as provided in ITB Clause 16.3.

16.3 In the case of fixed price contracts, if the award is delayed by aperiod exceeding sixty (60) days beyond the expiry of the initialbid validity, the contract price will be adjusted by a factorspecified in the request for extension.

17.Format and Signing of Bid

17.1 The Bidder shall prepare an original and the number of copiesof the bid indicated in the Bid Data Sheet, clearly markingeach “ORIGINAL BID” and “COPY OF BID,” as appropriate. Inthe event of any discrepancy between them, the original shallgovern.

17.2 The original and the copy or copies of the bid shall be typed orwritten in indelible ink and shall be signed by the Bidder or aperson or persons duly authorized to bind the Bidder to thecontract. All pages of the bid, except for unamended printedliterature, shall be initialed by the person or persons signingthe bid.

Page 8 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 9: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

17.3 Any interlineation, erasures, or overwriting shall be valid only ifthey are initialed by the person or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Formof Bid on commissions or gratuities, if any, paid or to be paid toagents relating to this Bid, and to contract execution if theBidder is awarded the contract.

SUBMISSION OF BIDS18.Sealing and

Marking of Bids

18.1 The Bidder shall seal the original and each copy of the bid inseparate envelopes, duly marking the envelopes as “ORIGINAL”and “COPY.” The envelopes shall then be sealed in an outerenvelope.

18.2 The inner and outer envelopes shall:

(a) be addressed to the Purchaser at the address given in theBid Data Sheet; and

(b) bear the title of procurement Activity indicated in the BidData Sheet, the Invitation for Bids (IFB) title and numberindicated in the Bid Data Sheet, and a statement: “DONOT OPEN BEFORE,” to be completed with the time andthe date specified in the Bid Data Sheet, pursuant to ITBClause 2.2.

18.3 The inner envelopes shall also indicate the name and address ofthe Bidder to enable the bid to be returned unopened in case itis declared “late”.

18.4 If the outer envelope is not sealed and marked as required byITB Clause 18.2, the Purchaser will assume no responsibilityfor the bid’s misplacement or premature opening.

19.Deadline for Submission of Bids

19.1 Bids must be received by the Purchaser at the address specifiedunder ITB Clause 18.2 no later than the time and date specifiedin the Bid Data Sheet.

19.2 The Purchaser may, at its discretion, extend this deadline forthe submission of bids by amending the bidding documents inaccordance with ITB Clause 7, in which case all rights andobligations of the Purchaser and bidders previously subject tothe deadline will thereafter be subject to the deadline asextended.

20.Late Bids 20.1 Any bid received by the Purchaser after the deadline forsubmission of bids prescribed by the Purchaser pursuant toITB Clause 19 will be rejected and returned unopened to theBidder.

Page 9 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 10: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

21.Modification and Withdrawal of Bids

21.1 The Bidder may modify or withdraw its bid after the bid’ssubmission, provided that written notice of the modification,including substitution or withdrawal of the bids, is received bythe Purchaser prior to the deadline prescribed for submission ofbids.

21.2 The Bidder’s modification or withdrawal notice shall beprepared, sealed, marked, and dispatched in accordance withthe provisions of ITB Clause 18. A withdrawal notice may alsobe sent by email, but followed by a signed confirmation copy,postmarked not later than the deadline for submission of bids.

21.3 No bid may be modified after the deadline for submission ofbids.

21.4 No bid may be withdrawn in the interval between the deadlinefor submission of bids and the expiration of the period of bidvalidity specified by the Bidder on the Bid Form. Withdrawal ofa bid during this interval may result in the Bidder’s forfeiture ofits bid security, pursuant to the ITB Clause 15.7.

OPENING AND EVALUATION OF BIDS22.Opening of

Bids by the Purchaser

22.1 The Purchaser will open all bids in the presence of bidders’representatives who choose to attend, at the time, on the date,and at the place specified in the Bid Data Sheet. The bidders’representatives who are present shall sign an attendance sheetevidencing their presence.

22.2 The bidders’ names, bid modifications or withdrawals, bidprices, discounts, and the presence or absence of requisite bidsecurity and such other details as the Purchaser, at its discretion,may consider appropriate, will be announced at the opening. No bidshall be rejected at bid opening, except for late bids, which shall bereturned unopened to the Bidder pursuant to ITB Clause 20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) thatare not opened and read out at bid opening shall not beconsidered further for evaluation, irrespective of thecircumstances. Withdrawn bids will be returned unopened tothe bidders.

22.4 The Purchaser will prepare minutes of the bid opening.

23.Clarification ofBids

23.1 During evaluation of the bids, the Purchaser may, at itsdiscretion, ask the Bidder for a clarification of its bid. Therequest for clarification and the response shall be in writing,and no change in the prices or substance of the bid shall besought, offered, or permitted.

24.Preliminary Examination

24.1 The Purchaser will examine the bids to determine whether theyare complete, whether any computational errors have beenmade, whether required sureties have been furnished, whetherthe documents have been properly signed, and whether the bids

Page 10 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 11: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

are generally in order.

24.2 Arithmetical errors will be rectified on the following basis. Ifthere is a discrepancy between the unit price and the total pricethat is obtained by multiplying the unit price and quantity, theunit price shall prevail, and the total price shall be corrected. Ifthe Supplier does not accept the correction of the errors, its bidwill be rejected, and its bid security may be forfeited. If there isa discrepancy between words and figures, the amount in wordswill prevail.

24.3 The Purchaser may waive any minor informality, nonconformity,or irregularity in a bid which does not constitute a materialdeviation, provided such waiver does not prejudice or affect therelative ranking of any Bidder.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 thePurchaser will determine the substantial responsiveness of eachbid to the bidding documents. For purposes of these Clauses, asubstantially responsive bid is one which conforms to all theterms and conditions of the bidding documents withoutmaterial deviations. Deviations from, or objections orreservations to critical provisions, such as those concerningBid Security (ITB Clause 15), Applicable Law (GCC Clause 30),and Taxes and Duties (GCC Clause 32), will be deemed to be amaterial deviation. The Purchaser’s determination of a bid’sresponsiveness is to be based on the contents of the bid itselfwithout recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by thePurchaser and may not subsequently be made responsive by theBidder by correction of the nonconformity.

25.Qualification & Evaluation of Bids

25.1 In the absence of prequalification, the Purchaser willdetermine to its satisfaction whether the Bidder is qualified toperform the contract satisfactorily, in accordance with thecriteria listed in ITB Clause 13.3.

25.2 The determination will take into account the Bidder’s financial,technical, and production capabilities. It will be based upon anexamination of the documentary evidence of the Bidder’squalifications submitted by the Bidder, pursuant to ITB Clause13.3, as well as such other information as the Purchaser deemsnecessary and appropriate.

25.3 The Purchaser will technically evaluate and compare the bidswhich have been determined to be substantially responsive,pursuant to ITB Clause 24, as per Technical Specificationsrequired.

25.4 The Purchaser’s financial evaluation of a bid will be ondelivered duty paid (DDP) price inclusive of prevailing taxes andduties.

26.Contacting thePurchaser

26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaseron any matter relating to its bid, from the time of the bid

Page 11 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 12: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

opening to the time evaluation report is made public i.e. 10days before the contract is awarded. If the Bidder wishes tobring additional information or has grievance to the notice ofthe Purchaser, it should do so in writing.

26.2 Any effort by a Bidder to influence the Purchaser during bidevaluation, or bid comparison may result in the rejection of theBidder’s bid.

AWARD OF CONTRACT27.Award Criteria 27.1 Subject to ITB Clause 30, the Purchaser will award the contract

to the successful Bidder whose bid has been determined to besubstantially responsive and has been determined to be thelowest evaluated bid, provided further that the Bidder isdetermined to be qualified to perform the contract satisfactorily.

28.Purchaser’s Right to Vary Quantities at Time of Award

28.1 The Purchaser reserves the right at the time of contract awardto increase or decrease, by the percentage indicated in the BidData Sheet, the quantity of goods and services originallyspecified in the Schedule of Requirements without any changein unit price or other terms and conditions.

29.Purchaser’s Right to Accept or Reject All Bids

29.1 The Purchaser reserves the right to accept or reject all bids, andto annul the bidding process at any time prior to contractaward, without thereby incurring any liability to the Bidder orbidders or any obligation to inform the Bidder or bidders of thegrounds for the Purchaser’s action.

30.Notification of Award

30.1 Prior to the expiration of the period of bid validity, thePurchaser will notify the successful Bidder in writing byregistered letter or by email, to be confirmed in writing byregistered letter, that its bid has been accepted.

30.2 The notification of award will constitute the formation of theContract.

30.3 Upon the successful Bidder’s furnishing of the performancesecurity pursuant to ITB Clause 33, the Purchaser willpromptly notify each unsuccessful Bidder and will discharge itsbid security, pursuant to ITB Clause 15.

31.Signing of Contract

31.1 At the same time as the Purchaser notifies the successfulBidder that its bid has been accepted, the Purchaser will sendthe Bidder the Contract Form provided in the biddingdocuments, incorporating all agreements between the parties.

31.2 Within seven (07) days of receipt of the Contract Form, thesuccessful Bidder shall sign and date the contract and return it

Page 12 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 13: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

to the Purchaser.

32 Performance Security

32.1 Within fourteen (14) days of the receipt of notification of awardfrom the Purchaser, the successful Bidder shall furnish theperformance security in accordance with the Conditions ofContract, in the Performance Security Form provided in thebidding documents, or in another form acceptable to thePurchaser.

32.2 Failure of the successful Bidder to comply with the requirementof ITB Clause 32 or ITB Clause 33.1 shall constitute sufficientgrounds for the annulment of the award and forfeiture of thebid security, in which event the Purchaser may make the awardto the next lowest evaluated Bidder or call for new bids.

33. Corrupt or Fraudulent Practices

33.1 The Procuring Agency requires that Bidders, Suppliers, andContractors observe the highest standard of ethics during theprocurement and execution of contracts. For the purposes ofthis provision, the terms set forth below are defined as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting anythingof value to influence the action of a public official in theprocurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence aprocurement process or the execution of a contract to thedetriment of the Procuring Agency,

(iii) “collusive practice” is an arrangement among bidders (prior to or after bidsubmission) designed to establish bid prices at artificial,non-competitive levels for any wrongful gains, and todeprive the Procuring Agency of the benefits of free andopen competition;

(b) The Procuring Agency will reject a proposal foraward if it determines that the Bidder recommendedfor award has engaged in corrupt or fraudulentpractices in competing for the contract in question;

(c) The Procuring Agency will sanction a firm, inaccordance with prevailing Blacklisting proceduresunder Punjab Procurement Rules 2014, if it at anytime determines that the firm has engaged in corruptor fraudulent practices in competing for, or inexecuting, a Bank-financed contract.

33.2 Furthermore, Bidders shall be aware of the provision stated insub-clause 5.4 and sub-clause 24.1 of the General Conditionsof Contract.

Page 13 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 14: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Part-ISection II. Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, oramend the provisions in the Instructions to Bidders (ITB) Part One. Whenever there is aconflict, the provisions herein shall prevail over those in ITB.

IntroductionITB 1.1 Name of Procuring Agency: DHQ Hospital, Pakpattan, Primary &

Secondary Healthcare Department, Government of the PunjabITB2.1 Name of Project:

Procurement of Package 1: BLOOD BAGS FOR BLOOD BANK &Package 2: FOGGER MACHINE FOR OPERATION THEATRE withLiquid

ITB 4.1 Name of Purchaser: Procuring Agency DHQ Hospital, Pakpattan.

ITB 6.1 For clarification purposes, the Purchaser’s address is:Hospital Road, DHQ Hospital Pakpattan.Requests for clarification shall be received by the Purchaser noLater than 30thMarch, 2018

ITB 8.1 Language of the bid – English

Bid Price and CurrencyITB 11.2 The price quoted shall be Delivered Duty Paid at the following

locations in accordance with the Schedule of Requirements including the delivery charges: Pakpattan city, District Pakpattan(Punjab)

ITB 12.1 The price shall be in Pak Rupees and shall be fixed.

Preparation and Submission of BidsITB 13.2 a. Certificate of Incorporation of bidder’s firm showing its

location and the date of registration etc.

b. NTN and GST Registration Certificate

ITB 13.3 (b) Audited Balance Sheet or Bank Statement for the last 2 financial years (up to December 2017).

ITB 13.3 (d) Qualification requirements. In addition to ITB 13.1, ITB 13.2,

Page 14 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 15: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

and ITB 13.3 (b), the potential bidder must also fulfill thefollowing:-

a) The Bidder must be a Manufacturer or an Authorized Dealer or service provider for sales & service continuouslyfrom last one-year.

b) Technical Brochures of Equipment quoted, mentioning itsspecifications, manufacture’s model, product number, andcountry of origin.

c) An average annual sale of Rs. 2 million.

d) One year business history with government/autonomous institutions.

e) Authority Letter from the Bidder Company authorizing therelevant person to represent the company.

f) If an Agent submits bids on behalf of more than oneManufacturer, unless each such bid is accompanied by aseparate Bid Form for each bid, and a bid security, whenrequired, for each bid, and a valid authorized dealershipcertificate from the respective Manufacturer, all such bidswill be rejected as nonresponsive.

ITB 14.3 (b) A certificate from the dealer that all spare parts of the equipmentto be supplied are easily available in Pakistan in the local market orfrom company owned outlets. (in case of equipment)

ITB 15.1 Amount of Bid Security:

Package Item Bid Security

1 BLOOD BAGS FOR BLOOD BANK

14,500/-

2FOGGER MACHINE FOR OPERATION THEATRE with Liquid

20,000/-

Bids shall be in the prescribed format, sealed and accompanied bythe Bid Security in the form of Call Deposit, Bank Draft, or PayOrder in favor of Medical Superintendent, DHQ Hospital,Pakpattan, Primary & Secondary Healthcare Departmenthaving its validity for 90 days from the date of opening of bid.

ITB 16.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bidsmust be accompanied by unit price and total price.

ITB 18.2 (a) Address for Bid Submission:

District Headquarter Hospital, Hospital Road, Pakpattan.

ITB 19.1 Deadline for Bid Submission Package 1: 7th April 2018 at 10:30am

Deadline for Bid Submission Package 2: 7th April 2018 at 1:30

Page 15 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 16: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

pm

ITB 22.1 Time, Date, and Place for Bid Opening:

Package 1: On 7th April 2018 at 10:30 am at conference HallDHQ Hospital Pakpattan.

Package 2: On 7th April 2018 at 1:30 pm at conference HallDHQ Hospital Pakpattan.

Bid Evaluation

ITB 25.3 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) Total Price offered by the qualified responsive bidder.

Contract AwardITB 29.1 Percentage for quantity increase or decrease:

15 % of total contract value

Section III. Schedule of RequirementsThe delivery schedule expressed as weeks stipulates hereafter a delivery date which is thedate of delivery required.

TABLE 1 DELIVERY SCHEDULE

Location Item Delivery Period from the date ofNotification of Award/supply order

DHQ HospitalPakpattan

Package 1: BLOOD BAGS FOR BLOOD BANK Package 2: FOGGER MACHINE FOR OPERATION THEATRE with Liquid

Supply order will be issued onrequirement and delivery period is

10 days.

1. Store Supply should be made within 10 days. 2. However 05 days grace period may be granted upon written request to the procuring agency. 3. If the firm fails to supply the store even after grace period LD will be charge after 15 days of issuance of supply order. 4. If the firm fails to supply the stores, within 45 days the contract/supply order will be treated as cancelled.5. In case of emergency and ordinary daily used medicines, supply shall be made immediately, Otherwise order should be considered cancelled if not delivered within 24 Hours.

Page 16 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 17: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Mode of Penalty 100% Quantity as perPurchase Order

Total DeliveryPeriod

Without penalty 10 days (05 days grace period)

10 days

With penalty @ 0.1% per day after 10 days of Purchase Order

After Grace Period 15 days

Part-ISection IV. Technical Specifications

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER

Sr.# MANADATORY CRITERIA / KNOCK DOWN CRITERIA Yes/NoPage

#1 Original receipt for purchase of tender

2Bid Security in the favor of Medical Superintendent DHQ Hospital Pakpattan, should be attached with financial bid & photocopy of the same attached with Technical bid as demanded in bidding document.

3 Minimum one year business history

4Bidder shall submit an affidavit worth Rs. 100/- that he accepted all terms and conditions of tender documents and PPRA rules 2014 (Amended 2016) and shall continue the same in future, duly signed and stamped

5 National Tax Number and General Sale Tax number certificate.

6 Non-Black-listing certificate on a Rs. 100/- stamp paper.

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

Rules, 2014 (Amended to date). Single stage/two envelops bidding procedure shall be applied. The

Envelopsshall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold

and in legible letters. Envelops shall then be sealed in an outer envelope. The Financial proposal of

bids found technically non-responsive shall be returned un-opened to the respective bidders. The

inner envelops shall also indicate the name and address of the of the bidder to enable the bid to be

returned unopened in case it is declared as “non-responsive” or “late”.

2. The envelope must also clearly show the Bid title and bidder’s name and address. Failure tocomply with this requirement may result in rejection of the bid and the committee decision inthis regard shall be final. Bids submitted after the prescribed time shall not be entertained.

3. Only technical proposal will be opened by the tender opening committee. The financial proposalwill be opened by tender opening committee of responsive/ technically successful bidders later on

Page 17 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 18: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

the declared time, place & date. Financial proposal of the non-responsive/ technically unsuccessfulbidders will be returned as such to them on that date without opening their financial offers as perPPRA Rules 2014.

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

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

6. Bids shall remain valid for a period of three months after opening of Technical bid. A bid valid for

shorter period shall be rejected as non-responsive. Extendable equal to the period of the original

bid validity.

7. The validity of the contract will be till 30-06-2018, extendable for three (03) months.

8. The supplier/tenderer background should be financially sound, based on authentic bank

statement.

9. Amount of bid security

Package 1: Submit a bid security of Rs. 14,500/- in the form of CDR or bankguarantee.

Package 2: Submit a bid security of Rs. 20,000/- in the form of CDR or bankguarantee

10. Clarification of Bids:

No bidder shall be allowed to alter or modify his bid after the bid has been opened. However, the

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

11. Limitation on Negotiation’s:

There shall be no negotiations with the bidder.

12. Rejection of Bids:

The authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

13. Acceptance of Bids:

The bidder with the highest discount, if not conflict in any other law, rules, regulations or policy

of the Government of Punjab, shall be awarded the procurement award.

14. Performance Guarantee:

Page 18 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 19: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

The successful bidder shall furnish performance security 05% of award of contract in addition to bid

security already deposited by the firm. The performance security shall be deposited in the shape of

cash deposit receipt, Bank Guarantee, Demand Draft valid for at least one years.

15. Qualification of Suppliers and Contractors:

Procuring agency, at any stage of the procurement proceedings, may require the suppliers or

contractors to provide information concerning their professional, technical, financial, legal or

managerial competence whether already prequalified or not.

16. No Offer Will Be Considered If It:

i. Is submitted without call deposit by registered firm in the

name of Medical Superintendent DHQ Hospital, Pakpattan

ii. Is received after the date and time fixed for its receipt.

iii. Is unsigned.

iv. Is ambiguous

v. Is over written

v. Is conditional

vi. Is given by the firm black listed, suspended or removed from the approval list of

the Health Department Government of Punjab, Autonomous Health institutions

or by the Federal Government.

vii. Is received with a validity period shorter than that required in the tender inquiry.

viii.Does not conform to the general conditions of the tender inquiry.

ix. Is received without earnest money as specified in the tender.

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

18.Successful bidder is bound to supply the full ordered quantities of all the desired brands except

those, which are actually not available in the market.

19. All the Stock will be received defaced.

20. Inspections and Test/Analysis:

Page 19 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 20: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

The supplier will be responsible for free replacement of stocks if found not of the same specifications

as required on the demand. In case of non-supply the same will be purchased from the local market

and the amount will be deducted from the bills of contractor pending in the purchase department.

Unregistered/substandard/spurious/misbranded expired drug will be forfeited by the hospital

authorities and legal action will be taken against the Contractor. The contractor shall be responsible

for providing standard quality medicines/ disposable/items.

21. In case of any dispute the decision of the Medical superintendent/ Grievance Committee of DHQ

Hospital Pakpattan , will be final.

General Criteria for Package 1:

Firms qualifying in the Knock Down Criteria will be further evaluated under General Criteria for the responsiveness of the technical bids

The quotation /bid who secure 65% marks will stand responsive for the competition.Sr. No. Parameter Weight age

1 Business Volume 20%

2 Age of Company/Firm 15%

3 Financial strength of the vender 10%

4 H.R. Strength 5%

5 Relevant experience 10%

6 Sample 40%

TOTAL 100%

Samples must be submitted within two days after opening of technical bid. i.e. till 9th April 2018.

Financial bid of only those firms will be opened whose sample is approved bythe technical evaluation committee.

Those firms, who fail to submit their samples within stipulated time as mention above, will not be considered.

Technical Specification for PURCHASE OF BLOOD BAGS FOR BLOOD BANK &FOGGER MACHINE FOR OPERATION THEATRE at DHQ HOSPITAL, Pakpattan FOR THEYEAR, 2017-18

Sample with Catalogue submission is mandatory for Package 1. Per Unit Rate Required;JMS or equivalent; no china will be accepted

Technical Specification of Package 2:

Page 20 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 21: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Catalogue/Literature must be shared.Fogger Machines (2) Required; Per Unit Cost requiredThe liquid part to be used in the machines; price to be quoted in litersThe after sale Preventive Maintenance schedule and corrective maintenance schedule withwarranty be shared.

Application Aerial Sterilisation of Operation Theatre

Structure Best grade Stainless Steel, High purity aluminium and ABS

Droplet Size Less than 1 micron

Voltage 220-240 V

Phase Single Phase

Tank Capacity 5 litres or more

Volume Coverage 7000 to 8000 cubic feet

Weight of the Machine 5 kg atleast

Additional Feature Portable; digital display is preferable

Country of Origin Western Europe/Japan; No China Acceptable.

Page 21 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 22: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Part-I

Section V. Bidding Forms

1. Bid Submission Form

Date:

No:

To

Medical Superintendent DHQ Hospital Pakpattan,Primary & Secondary Health DepartmentGovernment of the Punjab

Having examined the bidding documents including Addenda Nos. [insert numbers],the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply anddeliver [description of goods and services] in conformity with the said bidding documents forthe sum of [total bid amount in words and figures] or such other sums as may beascertained in accordance with the Schedule of Prices attached herewith and made part ofthis Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with thedelivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to5% percent of the Contract Price for the due performance of the Contract, in the formprescribed by the Purchaser.

We agree to abide by this Bid for a period of 90 days from the date fixed for Bidopening and it shall remain binding upon us and may be accepted at any time before theexpiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your writtenacceptance thereof and your notification of award, shall constitute a binding Contractbetween us.

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, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or

Page 22 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 23: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

gratuity

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state “none”)

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

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 23 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 24: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

PRICE SCHEDULE

BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE

PURCHASE OF BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOROPERATION THEATRE at DHQ HOSPITAL, Pakpattan FOR THE YEAR, 2017-18

Sample with Catalogue submission is mandatory for Package 1. Per Unit Rate Required;JMS or equivalent; no china will be accepted

Technical Specification of Package 2:

Catalogue/Literature must be shared.Fogger Machines (2) Required; Per Unit Cost requiredThe liquid part to be used in the machines; price to be quoted in litersThe after sale Preventive Maintenance schedule and corrective maintenance schedule withwarranty be shared.

Application Aerial Sterilisation of Operation Theatre

Structure Best grade Stainless Steel, High purity aluminium and ABS

Droplet Size Less than 1 micron

Voltage 220-240 V

Phase Single Phase

Tank Capacity 5 litres or more

Volume Coverage 7000 to 8000 cubic feet

Weight of the Machine 5 kg atleast

Additional Feature Portable; digital display is preferable

Country of Origin Western Europe/Japan; No China Acceptable.

Page 24 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 25: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Part-IISection I. Contract Forms

1. Contract FormTHIS AGREEMENT made the _____ day of __________ 20_____ between [name of Purchaser](hereinafter called “the Purchaser”) of the one part and [name of Supplier] of (hereinaftercalled “the Supplier”) of the other part:WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [briefdescription of goods and services] and has accepted a bid by the Supplier for the supply ofthose goods and services in the sum of [contract price in words and figures] (hereinaftercalled “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:1. In this Agreement words and expressions shall have the same meanings as arerespectively assigned to them in the Conditions of Contract referred to.2. The following documents shall be deemed to form and be read and construed as partof this Agreement, viz.:(a) the Bid Form and the Price Schedule submitted by the Bidder;(b) the Schedule of Requirements;(c) the Technical Specifications;(d) the General Conditions of Contract;(e) the Special Conditions of Contract; and(f) the Purchaser’s Notification of Award.3. In consideration of the payments to be made by the Purchaser to the Supplier ashereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide thegoods and services and to remedy defects therein in conformity in all respects with theprovisions of the Contract4. The Purchaser hereby covenants to pay the Supplier in consideration of theprovision of the goods and services and the remedying of defects therein, the Contract Priceor such other sum as may become payable under the provisions of the contract at the timesand in the manner prescribed by the contract.

Page 25 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 26: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed inaccordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)

Signed, sealed, delivered by the (for the Supplier

2. Performance Security Form

To:

Medical SuperintendentDHQ Hospital Pakpattan.Primary and Secondary Healthcare DepartmentGovernment of Punjab.

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, inpursuance of Contract No. [reference number of the contract] dated ____________ 20_____ tosupply [description of goods and services] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shallfurnish you with a bank guarantee by a reputable bank for the sum specified therein assecurity for compliance with the Supplier’s performance obligations in accordance with theContract.

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 ofthe Supplier, up to a total of [amount of the guarantee in words and figures], and weundertake to pay you, upon your first written demand declaring the Supplier to be indefault under the Contract and without cavil or argument, any sum or sums within thelimits of [amount of guarantee] as aforesaid, without your needing to prove or to showgrounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the _____ day of __________20_____.

Signature and seal of the Guarantors

Page 26 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 27: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

[name of bank or financial institution]

[address]

[date]

Page 27 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 28: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

BID SECURITY (Bank Guarantee)

Security Executed on __________________________________________________ (Date)

Name of Surety (Bank) with Address: ________________________________________

(Scheduled Bank in Pakistan)

Name of Principal (Bidder) with Address _______________________________________

______________________________________________________________________________

Penal Sum of Security Rupees. _____________________(Rs. _____________________)

Bid Reference No. _______________________________________________________ KNOW ALL MEN

BY THESE PRESENTS, that in pursuance of the terms of the Bid and at the request of the

said Principal (Bidder) we, the Surety above named, are held and firmly bound unto______________________________________________________ (hereinafter called the 'Employer') in

the sum stated above for the payment of which sum well and truly to be made, we bindourselves, our heirs, executors, administrators and successors, jointly and severally, firmlyby these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Bidder has submittedthe accompanying Bid dated ______ for Bid No. _______ for_______(Particulars of Bid) to thesaid Employer; and

WHEREAS, the Employer has required as a condition for considering said Bid that theBidder furnishes a Bid Security in the above said sum from a Scheduled Bank in Pakistanor from a foreign bank duly counter-guaranteed by a Scheduled Bank in Pakistan, to theEmployer, conditioned as under:

1. that the Bid Security shall remain in force up to and including the date---------- daysafter the deadline for validity of bids as stated in the Instructions to Bidders or as itmay be extended by the Employer, notice of which extension(s) to the Surety ishereby waived;

2. that the Bid Security of unsuccessful Bidders will be returned by the Employer afterexpiry of its validity or upon signing of the Contract Agreement; and

3. That in the event of failure of the successful Bidder to execute the proposed ContractAgreement for such work and furnish the required Performance Security.

NOW THEREFORE, if the successful Bidder shall, within the period specified therefor, onthe prescribed form presented to him for signature enter into a formal Contract with thesaid Employer in accordance with his Bid as accepted and furnish within--------- days of hisbeing requested to do so, a Performance Security with good and sufficient surety, as may berequired, upon the form prescribed by the said Employer for the faithful performance andproper fulfillment of the said Contract or in the event of non-withdrawal of the said Bidwithin the time specified for its validity then this obligation shall be void and of no effect,but otherwise to remain in full force and effect.

PROVIDED THAT the Surety shall forthwith pay the Employer (Procuring Agency) the saidsum upon first written demand of the Employer (without cavil or argument) and without

Page 28 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 29: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

requiring the Employer to prove or to show grounds or reasons for such demand, notice ofwhich shall be sent by the Employer by registered post duly addressed to the Surety at itsaddress given above.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whetherthe Principal (Bidder) has duly performed his obligations to sign the Contract Agreementand to furnish the requisite Performance Security within the time stated above, or hasdefaulted in fulfilling said requirements and the Surety shall pay without objection the saidsum upon demand from the Employer forthwith and without any reference to the Principal(Bidder) or any other person.

IN WITNESS WHEREOF, the above bounden Surety has executed the instrument under itsseal on the date indicated above, the name and seal of the Surety being hereto affixed andthese presents duly signed by its undersigned representative pursuant to authority of itsgoverning body.

SURETY (Bank)

WITNESS: Signature_________________________

1. ________________________________ Name____________________________

________________________________ Title_____________________________

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2. ____________________________ _______________________

Name, Title & Address

Page 29 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 30: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Part-IISection II. General Conditions of Contract

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

(a) “The Contract” means the agreement entered into betweenthe Purchaser and the Supplier, as recorded in theContract Form signed by the parties, including allattachments and appendices thereto and all documentsincorporated by reference therein.

(b) “The Contract Price” means the price payable to theSupplier under the Contract for the full and properperformance of its contractual obligations.

(c) “The Goods” means all of the equipment, machinery,and/or other materials which the Supplier is required tosupply to the Purchaser under the Contract.

(d) “The Services” means those services ancillary to thesupply of the Goods, such as transportation andinsurance, and any other incidental services, such asinstallation, commissioning, provision of technicalassistance, training, and other such obligations of theSupplier covered under the Contract.

(e) “GCC” means the General Conditions of Contractcontained in this section.

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

(g) “The Purchaser” means the organization purchasing theGoods, as named in SCC.

(h) “The Purchaser’s country” is Islamic Republic of Pakistan.

(i) “The Supplier” means the individual or firm supplying theGoods and Services under this Contract.

(j) “The Project Site,” where applicable, means the place orplaces named in SCC.

(k) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they arenot superseded by provisions of other parts of the Contract.

3. Country of Origin

3.2 For purposes of this Clause, “origin” means the place where theGoods were mined, grown, or produced, or from which theServices are supplied. Goods are produced when, throughmanufacturing, processing, or substantial and major assemblyof components, a commercially recognized new product results

Page 30 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 31: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

that is substantially different in basic characteristics or inpurpose or utility from its components.

3.3 The origin of Goods and Services is distinct from the nationalityof the Supplier.

4. Standards 4.1 The Goods supplied under this Contract shall conform to thestandards mentioned in the Technical Specifications, and, whenno applicable standard is mentioned, to the authoritativestandards appropriate to the Goods’ country of origin. Suchstandards shall be the latest issued by the concernedinstitution.

5. Use of Contract Documents and Information; Inspection andAudit by the Bank

5.1 The Supplier shall not, without the Purchaser’s prior writtenconsent, disclose the Contract, or any provision thereof, or anyspecification, plan, drawing, pattern, sample, or informationfurnished by or on behalf of the Purchaser in connectiontherewith, to any person other than a person employed by theSupplier in the performance of the Contract. Disclosure to anysuch employed person shall be made in confidence and shallextend only so far as may be necessary for purposes of suchperformance.

5.2 The Supplier shall not, without the Purchaser’s prior writtenconsent, make use of any document or information enumeratedin GCC Clause 5.1 except for purposes of performing theContract.

5.3 Any document, other than the Contract itself, enumerated inGCC Clause 5.1 shall remain the property of the Purchaser andshall be returned (all copies) to the Purchaser on completion ofthe Supplier’s performance under the Contract if so required bythe Purchaser.

5.4 The Supplier shall permit the Procuring Agency to inspect theSupplier’s accounts and records relating to the performance ofthe Supplier and to have them audited by auditors appointed bythe Procuring Agency, if so required by the Procuring Agency.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against allthird-party claims of infringement of patent, trademark, orindustrial design rights arising from use of the Goods or anypart thereof.

7. Performance Security

7.1 Within ten (10) days of receipt of the notification of Contractaward, the successful Bidder shall furnish to the Purchaser theperformance security in the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable tothe Purchaser as compensation for any loss resulting from theSupplier’s failure to complete its obligations under the Contract.

7.3 The performance security shall be denominated in the currencyof the Contract acceptable to the Purchaser and shall be in one

Page 31 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 32: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issuedby a reputable bank located in Pakistan, in the formprovided in the bidding documents or another formacceptable to the Purchaser; or

(b) a cashier’s or certified check.

7.4 The performance security will be discharged by the Purchaserand returned to the Supplier not later than thirty (30) daysfollowing the date of completion of the Supplier’s performanceobligations under the Contract, including any warrantyobligations, unless specified otherwise in SCC.

8. Inspections and Tests

8.1 The Purchaser or its representative shall have the right toinspect and/or to test the Goods to confirm their conformity tothe Contract specifications at no extra cost to the Purchaser.SCC and the Technical Specifications shall specify whatinspections and tests the Purchaser requires and where theyare to be conducted. The Purchaser shall notify the Supplier inwriting, in a timely manner, of the identity of anyrepresentatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises ofthe Supplier or its subcontractor(s), at point of delivery, and/orat the Goods’ final destination. If conducted on the premises ofthe Supplier or its subcontractor(s), all reasonable facilities andassistance, including access to drawings and production data,shall be furnished to the inspectors at no charge to thePurchaser.

8.3 Should any inspected or tested Goods fail to conform to theSpecifications, the Purchaser may reject the Goods, and theSupplier shall either replace the rejected Goods or makealterations necessary to meet specification requirements free ofcost to the Purchaser.

8.4 The Purchaser’s right to inspect, test and, where necessary,reject the Goods after the Goods’ arrival in Pakistan shall in noway be limited or waived by reason of the Goods havingpreviously been inspected, tested, and passed by the Purchaseror its representative prior to the Goods’ shipment from thecountry of origin.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplierfrom any warranty or other obligations under this Contract.

9. Packing 9.1 The Supplier shall provide such packing of the Goods as isrequired to prevent their damage or deterioration during transitto their final destination, as indicated in the Contract. Thepacking shall be sufficient to withstand, without limitation,rough handling during transit and exposure to extreme

Page 32 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 33: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

temperatures, salt and precipitation during transit, and openstorage. Packing case size and weights shall take intoconsideration, where appropriate, the remoteness of the Goods’final destination and the absence of heavy handling facilities atall points in transit.

9.2 The packing, marking, and documentation within and outsidethe packages shall comply strictly with such specialrequirements as shall be expressly provided for in the Contract,including additional requirements, if any, specified in SCC, andin any subsequent instructions ordered by the Purchaser.

10.Delivery and Documents 10.1 Delivery of the Goods shall be made by the Supplier in

accordance with the terms specified in the Schedule ofRequirements. The details of shipping and/or other documentsto be furnished by the Supplier are specified in SCC.

10.2 Documents to be submitted by the Supplier are specified inSCC.

11. Insurance 11.1 The Goods supplied under the Contract shall be delivered dutypaid (DDP) under which risk is transferred to the buyer afterhaving been delivered; hence insurance coverage is seller’sresponsibility.

12.Transportation 12.1 The Supplier is required under the Contact to transport theGoods to a specified place of destination within the Purchaser’scountry, transport to such place of destination in thePurchaser’s country, including insurance and storage, as shallbe specified in the Contract, shall be arranged by the Supplier,and related costs shall be included in the Contract Price.

13. Incidental Services

13.1 The Supplier may be required to provide any or all of thefollowing services, including additional services, if any, specifiedin SCC:

(a) performance or supervision of on-site assembly and/orstart-up of the supplied Goods;

(b) furnishing of tools required for assembly and/ormaintenance of the supplied Goods;

(c) furnishing of a detailed operations and maintenancemanual for each appropriate unit of the supplied Goods;

(d) performance or supervision or maintenance and/or repairof the supplied Goods, for a period of time agreed by theparties, provided that this service shall not relieve theSupplier of any warranty obligations under this Contract;and

(e) Training of the Purchaser’s personnel, at the Supplier’s

Page 33 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 34: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

plant and/or on-site, in assembly, start-up, operation,maintenance, and/or repair of the supplied Goods.

13.2 Prices charged by the Supplier for incidental services, if notincluded in the Contract Price for the Goods, shall be agreedupon in advance by the parties and shall not exceed theprevailing rates charged for other parties by the Supplier forsimilar services.

14.Spare Parts 14.1 As specified in SCC, the Supplier may be required to provideany or all of the following materials, notifications, andinformation pertaining to spare parts manufactured ordistributed by the Supplier:

(a) such spare parts as the Purchaser may elect to purchasefrom the Supplier, provided that this election shall notrelieve the Supplier of any warranty obligations under theContract; and

(b) in the event of termination of production of the spareparts:

(i) advance notification to the Purchaser of the pendingtermination, in sufficient time to permit thePurchaser to procure needed requirements; and

(ii) Following such termination, furnishing at no cost tothe Purchaser, the blueprints, drawings, andspecifications of the spare parts, if requested.

15.Warranty 15.1 The Supplier warrants that the Goods supplied under theContract are new, unused, of the most recent or current modelsand those they incorporate all recent improvements in designand materials unless provided otherwise in the Contract. TheSupplier further warrants that all Goods supplied under thisContract shall have no defect, arising from design, materials, orworkmanship (except when the design and/or material isrequired by the Purchaser’s specifications) or from any act oromission of the Supplier, that may develop under normal use ofthe supplied Goods in the conditions prevailing in the countryof final destination.

15.2 This warranty shall remain valid for twelve (12) months afterthe Goods, or any portion thereof as the case may be, have beendelivered to and accepted at the final destination indicated inthe Contract, or for eighteen (18) months after the date ofshipment from the port or place of loading in the sourcecountry, whichever period concludes earlier, unless specifiedotherwise in SCC.

15.3 The Purchaser shall promptly notify the Supplier in writing ofany claims arising under this warranty.

15.4 Upon receipt of such notice, the Supplier shall, within the

Page 34 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 35: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

period specified in SCC and with all reasonable speed, repair orreplace the defective Goods or parts thereof, without costs tothe Purchaser.

15.5 If the Supplier, having been notified, fails to remedy the defect(s)within the period specified in SCC, within a reasonable period,the Purchaser may proceed to take such remedial action as maybe necessary, at the Supplier’s risk and expense and withoutprejudice to any other rights which the Purchaser may haveagainst the Supplier under the Contract.

16.Payment 16.1 The method and conditions of payment to be made to theSupplier under this Contract shall be specified in SCC.

16.2 The Supplier’s request(s) for payment shall be made to thePurchaser in writing, accompanied by an invoice describing, asappropriate, the Goods delivered and Services performed, andby documents submitted pursuant to GCC Clause 10, and uponfulfillment of other obligations stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in nocase later than thirty (30) days after submission of an invoice orclaim by the Supplier.

16.4 The currency of payment is Pak. Rupees.

17.Prices 17.1 Prices charged by the Supplier for Goods delivered and Servicesperformed under the Contract shall not vary from the pricesquoted by the Supplier in its bid, with the exception of any priceadjustments authorized in SCC or in the Purchaser’s request forbid validity extension, as the case may be.

18.Change Orders 18.1 The Purchaser may at any time, by a written order given to theSupplier pursuant to GCC Clause 31, make changes within thegeneral scope of the Contract in any one or more of thefollowing:

(a) drawings, designs, or specifications, where Goods to befurnished under the Contract are to be specificallymanufactured for the Purchaser;

(b) the method of shipment or packing;(c) the place of delivery; and/or(d) the Services to be provided by the Supplier.

18.2 If any such change causes an increase or decrease in the costof, or the time required for, the Supplier’s performance of anyprovisions under the Contract, an equitable adjustment shall bemade in the Contract Price or delivery schedule, or both, andthe Contract shall accordingly be amended. Any claims by theSupplier for adjustment under this clause must be assertedwithin thirty (30) days from the date of the Supplier’s receipt ofthe Purchaser’s change order.

Page 35 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 36: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

19.Contract Amendments

19.1 Subject to GCC Clause 18, no variation in or modification of theterms of the Contract shall be made except by writtenamendment signed by the parties.

20.Assignment 20.1 The Supplier shall not assign, in whole or in part, its obligationsto perform under this Contract, except with the Purchaser’sprior written consent.

21.Subcontracts 21.1 The Supplier shall notify the Purchaser in writing of allsubcontracts awarded under this Contract if not alreadyspecified in the bid. Such notification, in the original bid orlater, shall not relieve the Supplier from any liability orobligation under the Contract.

21.2 Subcontracts must comply with the provisions of GCC Clause 3.

22.Delays in the Supplier’s Performance

22.1 Delivery of the Goods and performance of Services shall bemade by the Supplier in accordance with the time scheduleprescribed by the Purchaser in the Schedule of Requirements.

22.2 If at any time during performance of the Contract, the Supplieror its subcontractor(s) should encounter conditions impedingtimely delivery of the Goods and performance of Services, theSupplier shall promptly notify the Purchaser in writing of thefact of the delay, its likely duration and its cause(s). As soon aspracticable after receipt of the Supplier’s notice, the Purchasershall evaluate the situation and may at its discretion extend theSupplier’s time for performance, with or without liquidateddamages, in which case the extension shall be ratified by theparties by amendment of Contract.

22.3 Except as provided under GCC Clause 25, a delay by theSupplier in the performance of its delivery obligations shallrender the Supplier liable to the imposition of liquidateddamages pursuant to GCC Clause 23, unless an extension oftime is agreed upon pursuant to GCC Clause 22.2 without theapplication of liquidated damages.

23.Liquidated Damages

23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Purchaser shall, without prejudiceto its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 24.

24.Termination for Default

24.1 The Purchaser, without prejudice to any other remedy forbreach of Contract, by written notice of default sent to theSupplier, may terminate this Contract in whole or in part:

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

Page 36 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 37: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

within the period(s) specified in the Contract, or withinany extension thereof granted by the Purchaser pursuantto GCC Clause 22; or

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

(c) if the Supplier, in the judgment of the Purchaser hasengaged in corrupt or fraudulent practices in competingfor or in executing the Contract.

For the purpose of this clause:

“corrupt practice” means the offering, giving, receiving orsoliciting of anything of value to influence the action of apublic official in the procurement process or in contractexecution.

“fraudulent practice” means a misrepresentation of factsin order to influence a procurement process or theexecution of a contract to the detriment of the ProcuringAgency, and includes collusive practice among Bidders(prior to or after bid submission) designed to establish bidprices at artificial non-competitive levels and to deprivethe Procuring Agency of the benefits of free and opencompetition.

24.2 In the event the Purchaser terminates the Contract in whole orin part, pursuant to GCC Clause 24.1, the Purchaser mayprocure, upon such terms and in such manner as it deemsappropriate, Goods or Services similar to those undelivered, andthe Supplier shall be liable to the Purchaser for any excess costsfor such similar Goods or Services. However, the Supplier shallcontinue performance of the Contract to the extent notterminated.

25.Force Majeure 25.1 Notwithstanding the provisions of GCC Clauses 22, 23, and 24,the Supplier shall not be liable for forfeiture of its performancesecurity, liquidated damages, or termination for default if and tothe extent that it’s delay in performance or other failure toperform its obligations under the Contract is the result of anevent of Force Majeure.

25.2 For purposes of this clause, “Force Majeure” means an eventbeyond the control of the Supplier and not involving theSupplier’s fault or negligence and not foreseeable. Such eventsmay include, but are not restricted to, acts of the Purchaser inits sovereign capacity, wars or revolutions, fires, floods,epidemics, quarantine restrictions, and freight embargoes.

25.3 If a Force Majeure situation arises, the Supplier shall promptlynotify the Purchaser in writing of such condition and the causethereof. Unless otherwise directed by the Purchaser in writing,the Supplier shall continue to perform its obligations under theContract as far as is reasonably practical, and shall seek allreasonable alternative means for performance not prevented by

Page 37 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 38: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

the Force Majeure event.

26.Termination for Insolvency

26.1 The Purchaser may at any time terminate the Contract by givingwritten notice to the Supplier if the Supplier becomes bankruptor otherwise insolvent. In this event, termination will bewithout compensation to the Supplier, provided that suchtermination will not prejudice or affect any right of action orremedy which has accrued or will accrue thereafter to thePurchaser.

27.Termination for Convenience

27.1 The Purchaser, by written notice sent to the Supplier, mayterminate the Contract, in whole or in part, at any time for itsconvenience. The notice of termination shall specify thattermination is for the Purchaser’s convenience, the extent towhich performance of the Supplier under the Contract isterminated, and the date upon which such termination becomeseffective.

27.2 The Goods that are complete and ready for shipment withinthirty (30) days after the Supplier’s receipt of notice oftermination shall be accepted by the Purchaser at the Contractterms and prices. For the remaining Goods, the Purchaser mayelect:

(a) to have any portion completed and delivered at theContract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreedamount for partially completed Goods and Services and formaterials and parts previously procured by the Supplier.

28.Resolution of Disputes

28.1 The Purchaser and the Supplier shall make every effort toresolve amicably by direct informal negotiation anydisagreement or dispute arising between them under or inconnection with the Contract.

28.2 If, after thirty (30) days from the commencement of suchinformal negotiations, the Purchaser and the Supplier havebeen unable to resolve amicably a Contract dispute, either partymay require that the dispute be referred for resolution to theformal mechanisms specified in SCC. These mechanisms mayinclude, but are not restricted to, conciliation mediated by athird party, adjudication in an agreed and/or arbitration.

29.Governing Language

29.1 The Contract shall be written in the language specified in SCC.Subject to GCC Clause 30, the version of the Contract writtenin the specified language shall govern its interpretation. Allcorrespondence and other documents pertaining to theContract which are exchanged by the parties shall be written inthe same language.

30.Applicable Law 30.1 The Contract shall be interpreted in accordance with the laws ofIslamic Republic of Pakistan.

31.Notices

Page 38 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 39: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

31.1 Any notice given by one party to the other pursuant to thisContract shall be sent to the other party in writing or by fax andconfirmed in writing to the other party’s address specified inSCC.

31.2 A notice shall be effective when delivered or on the notice’seffective date, whichever is later.

32.Taxes and Duties

32.1 Supplier shall be entirely responsible for all taxes, duties,license fees, etc., incurred until delivery of the contracted Goodsto the Purchaser.

Page 39 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 40: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

Part-IISection III. Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions ofContract. Whenever there is a conflict, the provisions herein shall prevail over those in theGeneral Conditions of Contract. The corresponding clause number of the GCC is indicatedin parentheses.

1. Definitions (GCC Clause 1)GCC 1.1 (g)—The Purchaser is: MEDICAL SUPRINTENDENT DHQ HOSPITALPAKPATTAN., Primary & Secondary Health Department, Government of the Punjab.

GCC 1.1 (h)—The Purchaser’s country is: Islamic Republic of Pakistan

GCC 1.1 (i)—The Supplier is:

GCC 1.1 (j)—The Project Site is: PAKPATTAN City (Punjab).

2. Country of Origin (GCC Clause 3)

3. Performance Security (GCC Clause 7)GCC 7.1—The amount of performance security, as a percentage of the Contract Price,shall be 5% (Five per cent of the contract price) in the shape of non-recourse,irrevocable and unconditional bank guarantee from scheduled bank of Pakistan onthe prescribed format attached with the bidding document.

4. Inspections and Tests (GCC Clause 8)GCC 8.6— Inspection and tests prior to delivery of goods and at final acceptance are:-

i For being Brand New, bearing relevant reference numbers of theequipment (Certificate from supplier)

ii For Physical Fitness having No Damages (Certificate from supplier)iii For the Country of Origin as quoted by the Supplier (Certificate from

manufacturer)iv For conformance to specifications and performance parameters,

through Prior to delivery inspection (Inspection Report by PMU)v For successful operation at site after complete installation, testing

and commissioning of the equipment (Installation, Testing andCommissioning Report by THQH PAKPATTAN).

5. Delivery and Documents (GCC Clause 10)GCC 10.3— upon shipment, the Supplier shall notify the Purchaser the full details ofthe shipment, including Contract number, description of Goods, quantity and usualtransport document. The Supplier shall mail the following documents to thePurchaser:

(i) Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price,and total amount;

(ii) Original and two copies of the usual transport document (for example, anegotiable bill of lading, a non-negotiable sea waybill, an inland waterway

Page 40 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 41: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

document, an air waybill, a railway consignment note, a road consignment note,or a multimodal transport document) which the buyer may require to take thegoods;

(iii) Copies of the packing list identifying contents of each package;

(iv) Insurance Certificate;

(v) Manufacturer’s or Supplier’s Valid Warranty Certificate;

(vi) Inspection Certificate issued by the Nominated Inspection Agency (if any), andthe Supplier’s Factory Inspection Report; and

(vii) Certificate of Origin.

(viii) The above documents would be required even if the equipment has already beenimported and is available with the supplier ex-stock

6. Insurance (GCC Clause 11)GCC 11.1— The Goods supplied under the Contract shall be Delivered Duty Paid(DDP) under which risk is transferred to the Buyer after having been delivered. Henceinsurance coverage is seller’s responsibility. Since the Insurance is seller’sresponsibility they may arrange appropriate coverage.

7. Incidental Services (GCC Clause 13)GCC 13.1—Incidental services to be provided are:

A At site complete training of Purchaser’s nominated staff regardingmaintenance and operation of Goods.

B At site preventive maintenance on quarterly basis by the bidder’squalified staff for one year, starting from final acceptance of goods.

The rate must include cost for all kinds of labor, inputs and material required for above, and all applicable government taxes and levies. In case a separate rate is not provided by the bidder for the above items, it shall be deemed to have been covered in the overall quoted cost.

8. Warranty (GCC Clause 15) for machinery/equipmentGCC 15.2—In accordance with the provisions, the warranty period shall be 2000hours of operation or 12 months (parts and labor warranty) from date of Handing Over(Final Acceptance) of the Goods whichever occurs earlier. The Supplier shall, inaddition, comply with the performance and/or consumption guarantees specifiedunder the Contract. If, for reasons attributable to the Supplier, these guarantees arenot attained in whole or in part, the Supplier shall, at its discretion, either:

(a) Make such changes, modifications, and/or additions to the Goods or any partthereof as may be necessary in order to attain the contractual guaranteesspecified in the Contract at its own cost and expense and to carry out furtherperformance tests in accordance with SCC 4,

or

(b) Pay liquidated damages to the Purchaser with respect to the failure to meet thecontractual guarantees. The rate of these liquidated damages shall be 0.1 % of

Page 41 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 42: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

the contract price per day. The maximum amount of liquidated damages for thewhole of the goods or part thereof shall be 5% of the contract price.

or

(c) Replacement of the whole unit at site including transportation, installation, testing& commissioning etc. in case of major defect at his own cost.

GCC 15.4 & 15.5—the period for correction of defects in the warranty period is 72hours.

9. Payment (GCC Clause 16) GCC 16.1—the method and conditions of payment to be made to the Supplier underthis Contract shall be as follows:

Payment for Goods supplied:

Payment shall be made in Pak. Rupees in the following manner:

i Payment against Delivered Goods: Upon submission of claim, thesupplier shall be paid within thirty (30) days of receipt of the Goods at siteafter performing the requisite inspection and tests as mentioned in SCC 4.

12. Prices (GCC Clause 17)GCC 17.1—Prices shall be: Fixed.

13. Liquidated Damages (GCC Clause 23)GCC 23.1—Applicable rate: 0.1 % of contract price per day

Maximum deduction: 5 % of contract price

14. Resolution of Disputes (GCC Clause 28)GCC 28.3—the dispute resolution mechanism to be applied pursuant to GCC Clause28.2 shall be as follows:

In the case of a dispute between the Purchaser and the Supplier, the dispute shall bereferred to adjudication or arbitration in accordance with the Pakistan Arbitration Act,1940.

15. Governing Language (GCC Clause 29)GCC 29.1—The Governing Language shall be: English.

16. Applicable Law (GCC Clause 30)GCC 30.1-The Contract shall be interpreted in accordance with the laws of IslamicRepublic of Pakistan which includes the following legislation:

The Employment of Children (ECA) Act 1991

The Bonded Labour System (Abolition) Act of 1992

The Factories Act 1934

Page 42 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166

Page 43: BIDDING DOCUMENT - dhqpakpattan.gov.pk · BIDDING DOCUMENT CONTRACT for BLOOD BAGS FOR BLOOD BANK & FOGGER MACHINE FOR OPERATION THEATRE FOR THE YEAR 2017-18 AT DHQ HOSPITAL PAKPATTAN.

17. Notices (GCC Clause 31)GCC 31.1—Purchaser’s address for notice purposes – Office of MEDICALSUPRINTENDENT DHQ HOSPITAL PAKPATTAN, Primary & Secondary HealthDepartment, Government of Punjab.

—Supplier’s address for notice purposes:

Page 43 of 43 Document belongs to the Procurement Office, DHQ Hospital, Pakpattan Ph. 0457-381166