MEDICAL TENDERS OCT 2012
www.mavenpk.com
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290336/R-1209/310210 dated 27-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
Cat/Part No.
DETAIL OF STORES
DENTAL UNIT HYDRAULIC CHAIR MOUNTED TYPE
QTY/ UNIT
UNIT PRICE
01
Technical Specification at ANNEX A General Conditions at ANNEX B OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
DP-2 INVITATION TO TENDER FORM 1. Schedule to Tender No. 1290345/B-1290/310189 dated 29-09-2012. This tender will be closed for acceptance at 1000 Hrs and will be opened at 1100 Hours on 07-11-2012. Please drop tender in the Tender Box No.107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. Please tick the prescribed IT instructions and confirm complied or not complied in the column given in front of each instruction. 4. You are requested not to use ink of any colour other than black and there should be no writing / overwriting except in the column / columns specified for that purpose. 5. Any overwriting will render your offer liable for rejection. 6. You are requested to please attach DP-1,DP-2 and DP-3 along with your quotation duly signed & stamped. S.No
DETAIL OF STORES
QTY/ UNIT
UNIT PRICE
1. MOBILE SURGICAL C ARM X-RAY SYSTEM
01
Technical specifications at as per Annex ‘A’ General Instruction at as per Annex ‘B’ GRAND TOTAL Special Note: All participating firms must submit technical offers in duplicate in original (one for TSR committee and one for DP(Navy)). In case of failure to comply, offer will liable for rejection.
TOTAL PRICE
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290327/R-1209/310203 dated 29-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
Cat/Part No.
DETAIL OF STORES
C-PAP MACHINE WITH N-PAP (DISPOSABLE)
QTY/ UNIT
UNIT PRICE
01
Technical Specification at ANNEX A General Conditions at ANNEX B OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290329/R-1209/310205 dated 29-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
02
03
Cat/Part No.
DETAIL OF STORES
WAX -BATH WITH PARAFFIN WAX TRACTION UNIT
HOT PACK HEATER
QTY/ UNIT
UNIT PRICE
02
01
01
Technical Specification at ANNEX A,B and C General Conditions at ANNEX D OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290332/R-1209/310206 dated 29-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
Cat/Part No.
DETAIL OF STORES
ANESTHESIA MACHINE WITH VENTILATOR
QTY/ UNIT
UNIT PRICE
01
Technical Specification at ANNEX A General Conditions at ANNEX B OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290333/R-1209/310207 dated 29-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
Cat/Part No.
DETAIL OF STORES
OPERATION THEATRE TABLE
QTY/ UNIT
UNIT PRICE
02
Technical Specification at ANNEX A General Conditions at ANNEX B OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290334/R-1209/310208 dated 29-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
02
Cat/Part No.
DETAIL OF STORES
X-RAY FILM PROCESSOR PHOTO DYNAMIC THERAPY
QTY/ UNIT
UNIT PRICE
01
01
Technical Specification at ANNEX A AND B General Conditions at ANNEX B OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290335/R-1209/310209 dated 29-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
Cat/Part No.
DETAIL OF STORES
OPERATION THEATRE LIGHT
QTY/ UNIT
UNIT PRICE
01
Technical Specification at ANNEX A AND B General Conditions at ANNEX B OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
D P 2 I N V I T A T I O N
T O
T E N D E R
F O R M
1. Schedule to 1290338/R-1209/310212 dated 27-09-2012 This tender will be closed for acceptance at 1030 Hours and will be opened at 1100 Hours on 07-112012_. Please drop tender in the Tender Box No 107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. You are requested to please attach DP-1,DP-2 and DP-3 alongwith your quotation duly signed & stamped. Same can be requested from DP (N) at Email dpnrwp2007@gmail.com dpnavy@paknavy.gov.pk
S.No
01.
Cat/Part No.
DETAIL OF STORES
NEURO ENDOSCOPIC SET FOR PITUITARY SURGERY
QTY/ UNIT
UNIT PRICE
01
Technical Specification at ANNEX A General Conditions at ANNEX B OEM: Firm to mention in its offer detailed address, Tel No and Fax No of respective OEM‌. Above mentioned price inclusive of 16% sale Tax (Please tick Yes or No) Grand Total
Yes
No
DP-2 INVITATION TO TENDER FORM 1. Schedule to Tender No. 1290345/B-1290/310189 dated 29-09-2012. This tender will be closed for acceptance at 1000 Hrs and will be opened at 1100 Hours on 07-11-2012. Please drop tender in the Tender Box No.107. 2. You are requested to please use this Performa for price quotation, fill in the prices, affix your stamp on the same, sign it and forward it in original as your Commercial offer along with the covering letter of your firm. If you do not use this form as price quotations your offer might be rejected. 3. Please tick the prescribed IT instructions and confirm complied or not complied in the column given in front of each instruction. 4. You are requested not to use ink of any colour other than black and there should be no writing / overwriting except in the column / columns specified for that purpose. 5. Any overwriting will render your offer liable for rejection. 6. You are requested to please attach DP-1,DP-2 and DP-3 along with your quotation duly signed & stamped. S.No
DETAIL OF STORES
QTY/ UNIT
UNIT PRICE
1. MOBILE SURGICAL C ARM X-RAY SYSTEM
01
Technical specifications at as per Annex ‘A’ General Instruction at as per Annex ‘B’ GRAND TOTAL Special Note: All participating firms must submit technical offers in duplicate in original (one for TSR committee and one for DP(Navy)). In case of failure to comply, offer will liable for rejection.
TOTAL PRICE
POF 1262-A(In Lieu of)
GOVERNMENT OF PAKISTAN PAKISTAN ORDNANCE FACTORIES WAH CANTT. TENDER ENQUIRY SCHEDULE OF TENDER ENQUIRY NO. POF - 004-LP-42-MED-PUR-HOSP DATED: 03-10-2012 TO BE OPENED ON. 13-11-2012 Item #
item Code
Manufacturer's
1
011531
ACTO/BIOP
2
010481
PHDC/PHEO/PHRC
3
010508
SCHE
4
010690
ATCO/DOSA/GSK/PHEV
5
010476
ATCO/PHDC
6
011199
ROCH
7
010814
ICI
8
011415
SANO
9
011416
SANO
10
010484
AGP/PHDC
11
010684 FERO/MEDN/PHDC/ROCH/SANO
12
010479
ACTO/BIOP/HIGH
13
010494
GSK/MDNT/PHDC
14
011449
PHEV/ROCH/SEAR
15
010657
ROCH
16
010497
ATCO/CCL/PHDE
17
010498
ATCO/CCL/PHDE
18
010507
EXCE/GSK/NOVA
19
010487
BIOP/LACH/PHDC/PHRC
20
010656
MASS/NOVA
21
010491
ICI/PHDC/PHRC
22
010756
ATCO/PHDC/SANO
23
010493
PHCH/PHDC
24
010759
ROCH
25
010454
CHIN/SEJZ
26
010452
SCHE
27
010453
MTEC
28
010474
OTSU
29
010817
30
011539
Item Nomenclature
A/U
Qty. Demanded
INJ 5-FU 500 MG/FLURACIL 500 MG
VIAL
120.00
INJ ADRIN 50 MG/D-RUBICIN 50 MG/DOXORUBICIN 50 MG TAB ANDROCUR 50 MG
VIAL
84.00
INJ ANZATAC 30 MG/DALY'S 30 MG/TAXOL 30 MG/ONCOTAXEL 30 MG INJ BEMOCIN 15 MG/BLEOMYCIN 15 MG
VIAL
164.00
VIAL
168.00
INJ BONVIVA 3MG/3ML
VIAL
116.00
NO
943.00
INJ ELOXATIN 100 MG
VIAL
40.00
INJ ELOXATIN 50 MG
VIAL
20.00
INJ ENDOXAN 1 GM/CYCLOMIDE 1 GM
VIAL
66.00
INJ FILGEN 300 MCG/FILATIL 300 MCG/FILGRAS 300 MCG/NEUPOGEN 300 MCG/GRAMOCYTE 300 MCG INJ FIVUFLU 250 MG/FLURACIL 250/5- FU 250 MG
VIAL
149.00
VIAL
370.00
TAB CASODEX 50 MG
CAP HYDREA 500 MG/HYDRA 500 MG/HYDROUREA 500 MG TAB IBANDROL 150 MG/BONVIVA 150 MG/ADRONIL 150 MG INJ KYTRIL 3 MG
NO
1,472.00
NO
1,810.00
NO
1,000.00
VIAL
120.00
INJ LEUCOVORIN 15 MG/LEUCOFOLATE 15 MG/LEUCOCIN 15 MG INJ LEUCOVORIN 50 MG/LEUCOFOLATE 50 MG/LEUCOCIN 50 MG TAB LEZRA/AROMEK/FEMARA
VIAL
30.00
VIAL
109.00
NO
301.00
INJ METHOTREXATE 50 MG/METHOTREXATE 50 MG/PHARMTREXATE 50 MG/EMTHEXATE 50 MG INJ NILSETRON 5 MG/NAVOBAN 5 MG
AMP
57.00
VIAL
176.00
TAB NOLVADEX 10 MG/TAMOX 10 MG/TAMOPLEX 10 MG INJ PLUSTAXANO 20 MG/DAXOTEL 20 MG/DOZEP 20MG/TAXOTERE 20 MG INJ VINCRISTINE 2 MG/PHARMACRISTINE 2 MG
NO
1,065.00
VIAL
344.00
VIAL
17.00
NO
406.00
BOTT
138.00
BOTT
56.00
INJ OMNIPAQUE 300 MG / 50 ML
BOTT
96.00
INJ AMINOLEBAN
BAG
219.00
BB
INJ AMINOPLASMAL 10 % 500 ML
BOTT
76.00
BB
INJ AMINOPLASMAL 5 % 500 ML
BOTT
200.00
TAB XELODA 500 MG BARIUM SULPHATE POWDER/EZ PACK LIQUGASTROGRAFFIN LIQUID 100 ML
Sheet #
Quoted Rate (Rs.)
5 of 7
POF 1262-A(In Lieu of)
GOVERNMENT OF PAKISTAN PAKISTAN ORDNANCE FACTORIES WAH CANTT. TENDER ENQUIRY Item #
item Code
Manufacturer's
Item Nomenclature
A/U
31
011620
GEOF/MDPK/OTSU
BAG
10,000.00
32
010461
GEOF/MDPK/OTSU
BAG
6,221.00
33
010697
GEOF/MDPK/OTSU
BAG
3,960.00
34
010473
GEOF/MDPK/OTSU
BAG
1,600.00
35
010462
GEOF/MDPK/OTSU
BAG
5,241.00
36
010466
ABBO/BB
INJ LIFESOL 0.9% NACL IN 100 ML/MEDISOL N/S 0.9% 100 ML/PLASALINE 0.9%100 ML INJ LIFESOL 0.9% NACL IN 1000 ML/MEDISOL N/S/PLASALINE INJ LIFESOL 0.9% NACL IN 500 ML/MEDISOL N/S 0.9% 500 ML/PLASALINE 0.9% 500 ML INJ LIFESOL 25%/MEDISOL 25%/DEXTROSE 25% 20 ML INJ LIFESOL LACTATED RINGER 1000 ML/MEDISOL RINGER 1000 ML/RINGOLACT 1000 ML INJ LIPOSYN II 20%200 ML/LIPOFENDIN 20% 250 ML
BAG
249.00
37
010464
MDPK/OTSU
INJ MEDISOL ½ ST,/PLADEXSAL ½ ST 500 ML
BAG
1,207.00
38
010475
OTSU
PKT
200.00
39
010662
JNCL
VIAL
100.00
40
011541
LEO/ZAM
BOTT
200.00
41
010531
BLOM/GETZ/HIGH/HORI/PHEV
42
011583
MACT/NABI/PHDC/SAMI
43
011632
44
011628
45
NO
4,800.00
NO
3,000.00
47
010526 ADAM/MART/NOVA/PHDE/PLAT/S TAB LENTIL 2 MG/MUSIDIN 2 MG/TERNLENE 2 AMI MG/TRAJIN 2 MG/ZANIFLEX 2 MG/MOVAX 2 MG 011623 TAB MELFAX 7.5 MG/MUBIK 7.5 MG/MOBIX 7.5 AGP/ENGL/GLOB/MART/SAMI MG/LOXATEC 7.5 MG/MELOR 7.5 MG 010530 TAB MOBBIX 15 MG/MELOX 15 MG/MOBIC 15 MG GLOB/REMI/WELS
NO
3,000.00
48
010527
BARR/MACT/NABI/PHDE/SAMI
NO
1,280.00
49
011614
BYSC/MEDS
TAB MYLAXON 500 MG/COBOLMIN 500 MG/MECOBAL 500 MG/MEDICOBAL 500 MG/MABIL 500 MG INJ NIMOTOP 10 MG/BREDIN 10 MG
50
011627
BYSC/MEDS
TAB NIMOTOP 30 MG/BREDIN 30 MG
51
011633
UCB
INJ NUETROPIL 1 GM
52
011625
UCB
CAP NUOTROPIL 400 MG
NO
1,000.00
53
011626
UCB
CAP NUOTROPIL 800 MG
NO
1,000.00
54
010523
MDSU
55
010652
GETZ/GSK
INHABEKSON/FLIXOTIDE INHALER 50 MCG
56
010900
BARR/SIZA
SYP BRITANYL 60 ML/MEXAIL 60 ML
57
010540
ATCO/EFRO
TAB CAPACE 12.5 MG/CAPRIL
58
010542
GETZ/HILT/MACT/NABI/SAMI
59
010535
HILT/PHEV
60
010538
ABBO
61
011542
LIBR
SYP MINICOL 60 ML
BOTT
1,200.00
62
010533
GSK
DROPPANADOL 15 ML
BOTT
120.00
46
POWPOWDER AMINOLEBAN 450MG INJ EPREX 10000 IU DROPONE ALPHA 20 ML/ONE ALPHA 20 ML
NO VIAL
SERV
CAP BLOXIB/CELLBEX/RHEOXIB/SELECO 100 MG/SEFECOX INJ COBOLMIN 500 MCG/MECOBAL 500 MCG/MEDICOBAL 500 MCG/MABIL 500 MCG TAB DUXIL 30/10 MG
ACTO
INJ EPIGRAN 200 MG/5 ML
VIAL
INJ PROBRIN 0.732 MG / 0.5 ML
SYP CEFIGET/CEFIM DS/MAXIMA/CEFEXAL DS/CARICEF DS SACHENFLOR/ACTIFLOR DROPIBERET
NO
VIAL NO VIAL
Qty. Demanded
1,412.00 600.00 1,000.00 400.00
200.00 1,000.00 200.00
VIAL
600.00
NO
21.00
BOTT
1,200.00
NO
2,400.00
BOTT
1,200.00
SACH
936.00
NO
240.00
Sheet #
Quoted Rate (Rs.)
6 of 7
POF 1262-A(In Lieu of)
GOVERNMENT OF PAKISTAN PAKISTAN ORDNANCE FACTORIES WAH CANTT. TENDER ENQUIRY Item #
item Code
Manufacturer's
63
011543
GLOB/JNCL
64
010536
AGP
65
010537
ABBO
66
011593
LUND
67
011587
MERC/NABI/WERR
68
011590
LUND
69
011591
LUND
70
010424
ROCH/SAMI
71
010434
ADAM
72
010435
GENE/GLIT/LILL/WERR
73
010428
74
Item Nomenclature
A/U
Qty. Demanded
SYP PELTON 120 MG/MOTILIUM 120 MG
BOTT
1,200.00
SYP SPASLAR-P
BOTT
240.00
BOTT
240.00
AMP
200.00
NO
480.00
INJ FLUANXOL DEPOT 20 MG
VIAL
200.00
INJ FLUANXOL DEPOT 40 MG
VIAL
100.00
DROPVIDALYN 60 ML INJ CLOPIXOL 200 MG CAP DEPEX 10 MG/DEPRICAP 10 MG/RIZE 10 MG
TAB LEXOTANIL 3 MG/LEXILIUM 3 MG
NO
9,318.00
TAB NEUROLITH SR 400 MG
NO
3,132.00
NO
4,774.00
ABBO
CAP OLEPRA 5 MG CAP/ZAPIN 5 MG/ZYPREXA 5 MG CAP/OLANZIA 5 MG CAP TAB PROTHIADEN 25 MG
NO
3,600.00
011534
ABBO
TAB PROTHIADEN 75 MG
NO
500.00
75
010443
HILT/ICI/WERR
TAB QUSEL 100 MG/SEREQUIL 100 MG/QUITIN 100 MG
NO
1,372.00
76
010410
EPLA/ROCH
TAB RELAXIPAM 5 MG/VALIUM 5MG
NO
9,111.00
77
010425
GETZ/ORGA
TAB VALTA 30 MG/REMERON 30 MG
NO
2,508.00
78
010483
MSD
79
010722
GEOF/LISK/MEND/ORIE/PLIV
80
010524
PHCI
INJ DECADRON
VIAL
600.00
INJ DEXAMETHASONE 4 MG/DEXAMETHASONE 4 MG/DEXAMETHASONE 4 MG/DEXAMETHASONE 4 MG/DEXAMETHASONE 4 MG INJ SOLU MEDROL 1GM
VIAL
7,296.00
VIAL
120.00
Quoted Rate (Rs.)
MANAGER PURCHASE, POFs Hospital Wah Cantt. OCT, 2012
Sheet #
7 of 7
A-PDF Merger DEMO : Purchase from www.A-PDF.com to remo
OFFICE OF THE CANTONMENT BOARD CHAKLALA QUOTATIONS
Quotations in sealed cover, free from cutting and overwriting accompanied are invited for supply of the following store items:S.No. 1.
Description
Quantity
Medicine for spray of Dengue Virus D-Thrine 25-EC or equivalent of Medicines.
Per Liter.
TERMS AND CONDITIONS i)
The quotations/rates should reach the office of the Cantonment Board Chaklala on 30th October, 2012 at 12:00 hours and the same will be opened in the same day at 12:30 hours.
ii)
The rates should be FOR Chaklala Cantonment.
iii)
The detail of store items and other information / specification can be obtained from the office of the Cantonment Board Chaklala during office working hours on any working day.
No.CCB/3/G.Store/1546 Dated, the 9th Oct,2012.
EXECUTIVE OFFICER Chaklala Cantonment.
FEDERAL GOVERNMENT POLYCLINIC (POSTGRADUATE MEDICAL INSTIITUTE), ISLAMABAD
Extension of date Federal Government Polyclinic (Postgraduate Medical Institute), Islamabad has published the news for re tender of Surgical Disposable, Instrument and Suture items for the year 2012-2013 on the PPRA website for 22-10-2012 being the last date for receipt / opening of tenders. The institution has extended the receipt/opening of tender date by 24-10-2012.
(DR.IFTIKHAR AHMED NARU) DEPUTY EXECUTIVE DIRECTOR
NO. F.3-52/2012-A Federal Government Polyclinic (Postgraduate Medical Institute) Islamabad.
Dated-
- 10 - 2012
Deputy Director-II, (PPRA) Cabinet Division, F.B. Building G-5/2, Islamabad Subject: - CORRIGENDUM Please find enclosed herewith corrigendum for publication on the website of PPRA as early as possible:-
(DR.IFTIKHAR AHMED NARU) DEPUTY EXECUTIVE DIRECTOR
Rawalpindi Institute of Cardiology Rawal Road Rawalpindi
Bidding Documents for the Procurement of (Drugs, Medicines and Disposables) 2012-13
Bidding Document for Purchase of Drugs and Medicines
Page 1
Contents Invitation for Bids ............................................................................................................................. ........................3 Bid Data Sheet ............................................................................................................................. ...............................4 SECTION 1 ................................................................................................................................................................. .5 Invitation to Bid ............................................................................................................................. ..........................5 Letter of Invitation ............................................................................................................................. .................6 SECTION II ................................................................................................................................................................. .7 Instructions to Bidders............................................................................................................................................... .7 1.
Scope of Bid............................................................................................................................. ..............8
2.
Source of Funds ............................................................................................................................. .......8
3.
Eligible Bidders.............................................................................................................................. ........8
4.
Corruption and Fraud. ......................................................................................................................... .8
5.
Eligible Goods and Services. ............................................................................................................. .9
6.
Cost of Bidding. ............................................................................................................................. .......9
7.
Bidding for Selective Items. ................................................................................................................ .9
The Bidding Procedure............................................................................................................................. .............9 8.
The Governing Rules........................................................................................................................... .9
9.
Applicable Bidding Procedure. ........................................................................................................... .9
The Bidding Documents ............................................................................................................................. .........10 10.
Contents of the Bidding Documents ........................................................................................... .10
11.
Clarification(s) on Bidding Documents. .......................................................................................11
12.
Amendment(s) to the Bidding Documents. .................................................................................11
Preparation of Bids ............................................................................................................................. .................12 13.
Language of Bids. .......................................................................................................................... .12
14.
Documents comprising the Bids. ................................................................................................. .12
15.
Bid Price. ............................................................................................................................. .............12
16.
Bid Currencies.............................................................................................................................. ...13
17.
Samples. ..........................................................................................................................................13
18.
Documentation on Eligibility of Bidders. ......................................................................................13
19.
Documentation on Eligibility of Goods. ........................................................................................13
20.
Bid Security. ............................................................................................................................. .......13
21.
Bid Validity. ............................................................................................................................. .........14
22.
Format and Signing of Bids. ......................................................................................................... .14
Submission of Bids ............................................................................................................................. .................15 23.
Sealing and Marking of Bids. ....................................................................................................... .15
24.
Deadline for Submission of Bids.................................................................................................. .15
25.
Late Bids ............................................................................................................................. .............16
26.
Withdrawal of Bids ......................................................................................................................... .16
Opening and Evaluation of Bids........................................................................................................................ .16
Bidding Document for Purchase of Drugs and Medicines
Page 2
27.
Opening of Bids by the Procuring Agency. .................................................................................16
28.
Clarification of Bids.........................................................................................................................17
29.
Preliminary Examination. ...............................................................................................................17
30.
Evaluation of Bids. ..........................................................................................................................18
31.
Qualification of Bidder ....................................................................................................................18
32.
Rejection of Bids .............................................................................................................................19
33.
Re-Bidding .......................................................................................................................................19
34.
Announcement of Evaluation Report ...........................................................................................19
35.
Contacting the Procuring Agency.................................................................................................19
Award of Contract ............................................................................................................................. ...................20 36.
Acceptance of Bid and Award Criteria. ........................................................................................20
37.
Procuring Agency’s Right to vary quantities at the time of Award...........................................20
38.
Notification of Award. .....................................................................................................................20
39.
Limitation on Negotiations. ............................................................................................................20
40.
Signing of Contract. ........................................................................................................................21
41.
Performance Guarantee. ...............................................................................................................21
SECTION III ............................................................................................................................. ..................................23 SCHEDULE OF REQUIREMENTS & TECHNICAL SPECIFICATIONS ..........................................................23 SECTION IV ............................................................................................................................. .................................32 EVALUATION CRITERIA ............................................................................................................................. ...........32 SECTION V............................................................................................................................................................... .35 BID FORM............................................................................................................................. .....................................35 BID COVER SHEET .......................................................................................................................................36 BID FORM 1 ........................................................................................................................................................37 BID FORM 2 ......................................................................................... ................................................................38 BID FORM 3(A) ...............................................................................................................................................39 BID FORM 3(B) ...............................................................................................................................................40 BID FORM 4.....................................................................................................................................................41 BID FORM 5(A) ...............................................................................................................................................42 BID FORM 5(B) ...............................................................................................................................................43 BID FORM 6.....................................................................................................................................................44 SECTION VI ............................................................................................................................. .................................45 DRAFT STANDARD CONTRACT......................................................................................................................... .45 Special Conditions of the Contract ...............................................................................................................46 General Conditions of Contract (GCC) ........................................................................................................57
Bidding Document for Purchase of Drugs and Medicines
Page 3
Invitation for Bids Rawalpindi Institute of Cardiology Rawalpindi Reference No: RIC/ED/40-42/12
, Dated 15/10/2012
Procurement of Drugs and Medicines 1. The Rawalpindi Institute of Cardiology invites sealed bids from the eligible bidders for supply of drugs and medicines to meet the requirement of Rawalpindi Institute of Cardiology Detailed description and quantities of drugs and medicines are given in the Bidding Documents. 2. Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission of written application along with payment of non- refundable fee of Rs. 500/- (Five hundred only). Bidding Documents shall be issued up to 01/11/12 till 03:00PM. However, a copy of the Bidding Documents is also available for information only on the websites of Punjab Procurement Regulatory Authority (www.ppra.punjab.gov.pk) a n d h t t p : / / h e a l t h . p u n j a b . g o v. p k until the closing date for the submission of bids. 3. Bidding will be conducted through Single Stage – Two Envelopes bidding procedure as per Rule 36 (b) of Punjab PPR-2009(Amended). 4. Bids must be delivered to the address below at or before 10:30 hours on 05.11.2012 Bid security of 2% of the total bid value in the shape of pay order/ bank draft/ call deposit should be attached with the financial bid. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address given below at 11:00 AM on 05.11.2012 5. The Bidders are requested to give their best and final prices as no negotiations on the prices are allowed.
Executive Director Rawalpindi Institute of Cardiology Rawal Road, Rawalpindi Bidding Document for Purchase of Drugs and Medicines
Page 4
Bid Data Sheet ITB Ref
Description
N/A
Bid reference number
N/A
Commencement of sale of Bidding Document
N/A
Last date of sale of Bidding Document
ITB Clause 24 N/A
Last date and time for the receipt of bidding Document Pre-bid meeting date, time and venue
Detail RIC/ED/40-42/12, Dated 15/10/2012 After three days of publishing of advertisement in newspaper. 3 pm, 3rd November, 2012 10:30 am, 5th November, 2012 11 am, 3rd November, 2012 at conference room of RIC 11 am, 5th November, 2012 at conference room of RIC
ITB Clause 27
Date, time and venue of opening of technical Bids
ITB Clause 16
Bid currency
PKR
ITB Clause 13
Language of bid
English or Urdu
ITB Clause 20
Amount of bid security
ITB Clause 21
Bid validity period
2% of the total bid value 90 Days
ITB Clause 09
Bidding procedure
ITB Clause 27
Address for communication:
Single stage – Two Envelop procedure
Executive Director Rawalpindi Institute of Cardiology Rawal Road, Rawalpindi
Bidding Document for Purchase of Drugs and Medicines
Page 5
SECTION 1 Invitation to Bid
Bidding Document for Purchase of Drugs and Medicines
Page 6
Letter of Invitation Procurement of Drugs and Medicines October 15th, 2012 Dear Sir/ Madam. 1. The Rawalpindi Institute of Cardiology Rawal Road, Rawalpindi invites sealed bids from eligible bidders for provision of drugs and medicines in quantities and specifications more specifically described in Section III of the Bidding Documents. 2. Bidding shall be conducted as per the procedure specified in the Bidding Documents. 3. Interested bidders may obtain further information and inspect the Bidding Documents at the address given below from 08:00 hours to 15:00 hours on any working day before closing date or the same can be examined online at the PPRA website www.ppra.punjab.gov.pk 4. A complete set of original Bidding Documents shall be purchased from the below mentioned office on all working days from 08:00 hours to 15:00 hours on submission of a written application and payment of non-refundable fee of Pak Rupees 500/- only. 5. Prospective bidders may note that the pre-bid meeting will be held at 1100 hours on 03.11.2012 at the Conference room, Rawalpindi Institute of Cardiology, Rawal Road, Rawalpindi 6. Bids must be delivered, in the manner prescribed, at or before 10:30 hours on 5th October 2012. Late Bids will be rejected. Bids will be opened on the same day at 1100 hours in presence of bidders or their representatives, who choose to be present. 7. All bids (financial) must be accompanied with a bid security which is 2% of the total bid value in form of a Pay Order/ Bank Draft/Deposit at Call. 8. In an event where the last date for submission of bids be declared a public holiday the due date for submission and opening of bids shall be the following working day at the same appointed timings and venue. 9. Interested bidders may visit Government of the Punjab, Health Department websites www.health.punjab.gov.pk and Punjab Procurement Regulatory Authority www.ppra.punjab.gov.pk for more information.
Executive Director Rawalpindi Institute of Cardiology Rawal Road, Rawalpindi
Bidding Document for Purchase of Drugs and Medicines
Page 7
SECTION II Instructions to Bidders
Bidders are advised to read the contents of the Instruction to Bidders (ITB) carefully
Bidding Document for Purchase of Drugs and Medicines
Page 8
1.
Scope of Bid 1.1 The Rawalpindi Institute of Cardiology i n v i t e s b i d s f o r s u p p l y o f G o o d s s p e c i f i e d i n t h e Schedule of Requirements along with Technical Specifications.
2.
Source of Funds 2.1
3.
Government of the Punjab, Health Department
Eligible Bidders. 3.1 This Invitation for Bids is open to all original manufacturers/ their authorized sole agents/suppliers and in case of imported goods their authorized agents/ importers/ suppliers in Pakistan for supply of Goods more specifically described in the Schedule of Requirement (Section-III.) 3.2 Government-owned enterprises in Pakistan may participate only if they are legally and financially autonomous and authorized to participate in bidding. 3.3 The Agent/ Supplier/ Importer must possess valid authorization from the Manufacturer and shall have to submit a copy of Memorandum of Association/ Partnership deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof as prescribed in the Bid Form Section V to the effect that they are the original Manufacturer of the required specifications of Goods. 3.4 Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE.
4.
Corruption and Fraud. 4.1 The Government of Punjab defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty�
4.2 Indulgence in corruption and fraudulent practices is liable to result in rejection of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or indefinite period of time.
Bidding Document for Purchase of Drugs and Medicines
Page 9
5.
Eligible Goods and Services. 5.1 All goods and related services to be supplied under the contract shall conform to the policies of the Government of Punjab in vogue. All expenditures made under the contract shall be limited to such goods and services. For purposes of this clause, (a) the term “Goods” includes any goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related ancillary services such as transportation, insurance, after sale service etc.
6.
Cost of Bidding. 6.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
7.
Bidding for Selective Items. 7.1 A Bidder, if he so chooses, can bid for selective items from the list of goods provided for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements. However, Bidders cannot bid for partial quantities of an item in the Schedule of requirement. THE BID MUST BE FOR THE WHOLE QUANTITY OF AN ITEM REQUIRED IN THE SCHEDULE OF REQUIREMENT.
The Bidding Procedure 8.
The Governing Rules. 8.1 The Bidding procedure shall be governed by the Punjab Procurement Rules, 2009 (Amended) of the Government of Punjab.
9.
Applicable Bidding Procedure. 9.1 The bidding procedure is governed by Rule 36 “Procedures of Open Competitive Bidding” sub-rule (b) “Single stage – Two Envelop procedure”. Bidders are advised also to refer to the Bid Data Sheet above to confirm the Bidding procedure applicable in the present bidding process. 9.2 The bidding procedure prescribed in the Bid Data Sheet above is explained in the table below. Single Stage: Two Envelope Procedure i) The bid shall comprise a single package containing two
Bidding Document for Purchase of Drugs and Medicines
Page 10
separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; ii) The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; v) The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; vi) during the technical evaluation no amendments in the technical proposal shall be permitted; vii) The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; viii) After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically n o n -responsive s h a l l b e r e t u r n e d u n opened to the respective Bidders; and ix) The bid found to be the lowest evaluated bid shall be accepted.
Bidding Document for Purchase of Drugs and Medicines
Page 11
The Bidding Documents 10.
Contents of the Bidding Documents 10.1 The goods required, applicable bidding procedures, and Contract terms are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding Documents include: (a) Instructions to Bidders (ITB) (b) Schedule of Requirement. (c) Technical Specifications. (d)
Evaluation Criteria.
(e)
Bid Forms i) Letter of Intention ii) Affidavit iii) Technical Forms iv) Financial Forms
(f)
General Conditions of the Contract
(g)
Special Conditions of Contract,
(h)
Draft Contract.
10.2 The “Invitation for Bids” is not a formal part of the Bidding Documents and i s in clu d e d a s a ref e ren ce o n l y . In c a s e of discrepancies b e t we e n the I n vi t a t i o n f o r B id a n d t h e B i d d in g Documents listed in 10.1 above, the Bidding Documents shall take precedence. 10.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or to submit a bid not substantially responsive to the Bidding Documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 11.
Clarification(s) on Bidding Documents. 11.1 A prospective Bidder requiring any clarification(s) on the Bidding Documents may notify the Procuring Agency1 in writing at the Procuring Agency’s address indicated in the Bid Data Sheet. The Procuring Agency shall respond in writing to any request for clarification(s) of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring
Bidding Document for Purchase of Drugs and Medicines
Page 12
Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the Bidding Documents. 12.
Amendment(s) to the Bidding Documents. 12.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification(s) requested by a prospective Bidder, may modify the Bidding Documents by amendment(s). 12.2 All p r o s p e c t i ve B i d d e r s t h a t h a v e r e c e i v e d t h e B i d d in g Documents shall be notified of the amendment(s) in writing through Post, e-mail or fax, and shall be binding on them. 12.3 In order to allow prospective Bidders reasonable time for taking the amendment(s) into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.
Bidding Document for Purchase of Drugs and Medicines
Page 13
Preparation of Bids 13.
Language of Bids. 13.1 All correspondences, communications, associated with preparation of Bids, clarifications, amendments, submissions shall be written either in English or Urdu or both languages. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English or Urdu, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence.
14.
Documents comprising the Bids. 14.1 The Bid shall comprise of the Bid Forms of this Bidding Document and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in the Bid Forms in Section V. 14.2 The Bidder shall complete the Bid Forms and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their general and specific characteristics, ancillary services that the bidder is willing or required to provide along with the proposed price.
15.
Bid Price. 15.1 The Bidder shall indicate on the appropriate form prescribed in this Bidding Document the unit prices and total bid price of the goods, it proposes to supply under the Contract. 15.2 Form prescribed for quoting of prices is to be filled in very carefully, preferably t yp e d . Any a l t e r a t i o n / co r r e c t io n m u st b e initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red/yellow marker. 15.3 The Bidder should quote the prices of goods according to the technical specifications a s p r o vi d e d in S e c t i o n I I I o f t h i s document. The technical specifications of goods, different from the required specifications, shall straightway be rejected. 15.4 The Bidder is required to offer a competitive price. All prices must include the taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/ duties.
Bidding Document for Purchase of Drugs and Medicines
Page 14
15.5 The benefit of exemption from or reduction in the taxes and duties shall be passed on to the Procuring Agency. 15.6 Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement; partial quantity offers shall s t r a i g h t a wa y be rejected. Conditional o f f e r s h a l l a l so b e considered as non-responsive Bid. 15.7 While making a price quote, trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained. 16.
Bid Currencies. Prices shall be quoted in Pak Rupees.
17.
Samples. The Bidder shall provide samples of quoted goods along with the bid at his own cost and in a quantity prescribed by the Procuring Agency in Section III. However, samples of cold chain (perishable) goods will be called later at the time of technical evaluation of bids.
18.
Documentation on Eligibility of Bidders. 18.1 Bidder shall furnish, as part of its bid (Bid Form) as specified in Section V, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 18.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under ITB Clause 3 above.
19.
Documentation on Eligibility of Goods. 19.1 The Bidder shall furnish, as part of its bid (Bid Form) as specified in Section V, documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract.
20.
Bid Security. 20.1 The Bidder shall furnish, as part of its bid, a Bid Security in the amount specified in the Bid Data Sheet. Unsuccessful bidder’s bid security shall be discharged or returned soon after announcement of the successful bids.
Bidding Document for Purchase of Drugs and Medicines
Page 15
20.2 The successful Bidder’s bid security shall be discharged upon signing of contract and furnishing the performance security. 20.3
The bid Security may be forfeited:
a) If a Bidder withdraws its bid during the period of bid validity; or b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a performance security (if any). 21.
Bid Validity. 21.1 Bids shall remain valid for the period identified in the Bid Data Sheet after the date of opening of technical bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 21.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. 21.3 Bidders who: (a) Agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and (b) Do not agree to an extension of the bid validity period shall be allowed to withdraw t h e ir bids without forfeiture of their bid securities.
22.
Format and Signing of Bids. 22.1 The Bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder. 22.2 The Bid shall be accompanied by the original receipt for payment made for the purchase of the bidding document. In an event where the Bidder has downloaded the bidding document from the web, he will require to get the original payment receipt of the prescribed fee from the Procuring Agency well before the date of submission of bid. 22.3 The original bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or
Bidding Document for Purchase of Drugs and Medicines
Page 16
persons signing the bid shall initial all pages of the bid form. 22.4 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
Submission of Bids 23.
Sealing and Marking of Bids. 23.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to a vo id co nf usion . Similarly, t he B id de r shall seal the proposals/ bids in separate envelopes. The envelopes shall then be sealed in an outer envelope. 23.2
The inner and outer envelopes shall: (a) Be addressed to the Procuring Agency at the address given in the Invitation for Bids; and (b) Bid Reference No. indicated in the Bid Data Sheet, and a statement: “DO NOT OPEN BEFORE,” the time and the date specified in the Bid Data Sheet for opening of Bids.
23.3 The in ne r e n ve lo pe s s h a l l also in d ica t e t h e n ame a n d address of the Bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”. 23.4 In case the Bidder is bidding for more than one item, they will have to prepare separate price schedule for each item, seal them in separate envelops with naming of items. Envelops of each individual items will further be sealed in one envelope marked as “Financial Proposal”. This arrangement will enable the Procuring Agency to return bid related to any item of any Bidder unopened in case the item is declared as ineligible or non-responsive. 23.5 If the outer as well as inner envelope is not sealed and marked as required by 23.1 to 23.4 above the Procuring Agency shall a s s u m e n o responsibility f o r t h e b i d ’ s m i s p l a c e m e n t o r premature opening. 24.
Deadline for Submission of Bids 24.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the time and date specified in the Bid Data Sheet. Bids received later than the time and date specified in the Bid Data Sheet will stand summarily rejected. 24.2 The Procuring Agency may, in its discretion, extend the prescribed deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 12 above, in which case all rights and obligations of the Procuring Agency and
Bidding Document for Purchase of Drugs and Medicines
Page 17
Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 25.
Late Bids 25.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to ITB Clause 24 shall be rejected and returned unopened to the Bidder.
26.
Withdrawal of Bids 26.1 The Bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. 26.2 No bid may be withdrawn in the period between deadline for submission of bids and the expiration of the period of bid validity specified in Bid Data Sheet. Withdrawal of a bid during this period may result in forfeiture of the Bid Security submitted by the Bidder, pursuant to the ITB Clause 20 above
Opening and Evaluation of Bids 27.
Opening of Bids by the Procuring Agency. 27.1 All bids received, shall be opened by the Procuring Agency publically in the presence of the Bidders or their representatives on the date, time and venue prescribed in the Bid Data Sheet. 27.2 The o p e n i n g o f B i d s s h a l l b e s u b j e c t t o t h e B i d d i n g Procedure prescribed in the Bid Data Sheet and elaborated in ITB Clause 9 above. 27.3
All Bidders in attendance shall sign an attendance sheet.
27.4 The Procuring Agency shall open one Bid at a time and read out aloud its contents which may include name of the Bidder, items bided for and unit prices and total amount of the Bid (if applicable). The Procuring Agency may choose to announce any other details which it deems appropriate if not in conflict with the Punjab PPR2009, specifically Rule 28 (Opening of Bids) 27.5 The Procuring Agency shall have the minutes of the Bid opening (technical and when applicable financial) recorded. 27.6 No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder 27.7 The financial bids found having without Bid Security shall also be returned unannounced to the Bidders. However, prior to Bidding Document for Purchase of Drugs and Medicines
Page 18
return to the Bidder, the Chairman of the Purchase/ Procurement Committee shall record a statement giving reasons for return of such bid(s). 28.
Clarification of Bids. 28.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
29.
Preliminary Examination. 29.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been m a d e , whether required s u r e t i e s h a v e b e e n f u r n i s h e d , whether the documents have been properly signed, and whether the bids are generally in order. 29.2 In the financial bids the arithmetical errors shall be rectified on the following basis. a) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. b) If the Bidder does not accept the correction of the e r r o r s , it s b id sh a ll be rejected , a n d it s B id Security may be forfeited. c) If there is a discrepancy between words and figures, the amount in words shall prevail. 29.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 29.4 Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Laws, Taxes & Duties and internationally recognized best practices shall be deemed to be a material deviation for technical proposals and Bid Security for financial proposals. The Procuring A g e n c y ’ s d e t e r m i n a t i o n of
Bidding Document for Purchase of Drugs and Medicines
Page 19
a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 29.5 If a bid is not substantially responsive, it shall be rejected by the Procuring A g e n c y a n d m a y n o t s u b s e q u e n t l y b e m a d e responsive by the Bidder by correction of the nonconformity. 30.
Evaluation of Bids. 30.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive in accordance with ITB Clause 29 above. 30.2 All bids shall be evaluated in accordance with the Evaluation Criteria and other terms and conditions set forth in these bidding documents. 30.3 For the purposes of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 30.4 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
31.
Qualification of Bidder 31.1 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacities, may require the Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not. 31.2 Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding. 31.3 The Procuring Agency shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily. 31.4 The d e t e r m i n a t i o n c a n t a k e i n t o a c c o u n t t h e B i d d e r ’ s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems
Bidding Document for Purchase of Drugs and Medicines
Page 20
necessary and appropriate. Further, during the process of technical evaluation of Bidder, the Procuring Agency may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary. 31.5 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 31.6 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Bidder was false and materially inaccurate or incomplete. 32.
Rejection of Bids 32.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 32.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 32.1 towards Bidders who have submitted bids. 32.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids
33.
Re-Bidding 33.1 If the Procuring Agency rejected all bids in pursuant to ITB Clause 32, it may call for a re-bidding. The Procuring Agency, if it deems necessary may prescribe another method of procurement not inconsistent with the Punjab Procurement Rules-2009. 33.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary.
34.
Announcement of Evaluation Report 34.1 The Procuring Agency shall announce the results of the bid evaluation in form of a report, not inconsistent with Rule 35 of the PPR-2009 giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract.
Bidding Document for Purchase of Drugs and Medicines
Page 21
35.
Contacting the Procuring Agency. 35.1 Subject to ITB Clause 28 above, no Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Repot. If a Bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. 35.2 Any e f f o r t b y a B i d d e r t o i n f l u e n c e t h e P r o c u r i n g Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the Bidder’s bid. Canvassing by any Bidder at any stage of the bid evaluation is strictly prohibited. Any infringement shall lead to disqualification.
Award of Contract 36.
Acceptance of Bid and Award Criteria. 36.1 the Bidder whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Section IV and having the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Punjab Government, shall be awarded the Contract, within the original or extended period of bid validity.
37.
Procuring Agency’s Right to vary quantities at the time of Award. 37.1 The Procuring Agency reserves the right at the time of award of Contract to increase or decrease, the quantity of goods originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.
38.
Notification of Award. 38.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify to the successful Bidder in writing that its bid has been accepted. 38.2 The notification of award shall constitute the formation of the Contract between the Procuring Agency and the successful Bidder. 38.3 The enforcement of the Contract shall be governed by Rule 44 of the PPR-2009.
39.
Limitation on Negotiations. 39.1 Negotiations, that may be undertaken in finalization of the Contract shall not relate to the price or substance of bid specified by the Bidder, but only to minor technical, contractual or logistical details. 39.2 Negotiations may relate to the following areas; (the list is being provided as guidance only and under no circumstances be
Bidding Document for Purchase of Drugs and Medicines
Page 22
treated as exhaustive and final):
Minor alterations to technical details, such as the scope of work, the specification or drawings;
Minor amendments to the Special Conditions of Contract;
Finalization of payment schedule and ancillary details;
Mobilization arrangements;
Agreements on final delivery or completion schedules to accommodate any changes required by the Procuring Agency; The proposed methodology or staffing;
Inputs required from the Procuring Agency;
clarifying details that were not apparent or could not be finalized at the time of bidding;
The Bidder’s tax liability in Pakistan, if the Bidder is a foreign company.
Negotiations shall not be used to:
40.
substantially change the technical quality or details of the requirement, including the tasks or responsibilities of t he Bidder or the performance of the goods;
substantially alter the terms and conditions of Contract;
reduce unit rates or reimbursable costs;
substantially alter anything which formed a crucial or deciding factor in the evaluation of the bids or proposals
Signing of Contract. 40.1 After t h e completion of the Contract N e g o t i a t i o n s t h e Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 40.2 Within O NE wee k of re ce ipt of t h e Con t ra ct Fo rm , th e successful Bidder and the Procuring Agency shall sign the Contract in accordance with the legal requirements in vogue. 40.3 If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted an debarred from future participation, whether temporarily or permanently. In such situation the Procuring Agency may award the contract to the next lowest evaluated Bidder or call for new bids. 40.4
The
Contract
shall
Bidding Document for Purchase of Drugs and Medicines
become
effective
upon Page 23
a f f i x a t i o n o f signature of the Procuring Agency and the selected Bidder on the Contract document, and shall be governed for ONE year period and by the terms and conditions mutually agreed in the contract. 41.
Performance Guarantee. 41.1 On the date of signing of Contract, the successful Bidder shall furnish a Performance Guarantee, on the Form and in the mannered prescribed by the Procuring Agency. 41.2 The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the Bidder upon submission of Performance Guarantee. 41.3 Failure to provide a Performance Guarantee by the Bidder is a sufficient ground for annulment of the award and forfeiture of Bid Security. In such event the Procu rin g Agency may award the contract to the next lowest evaluated bidder or call for new bid.
Bidding Document for Purchase of Drugs and Medicines
Page 24
SECTION III SCHEDULE OF REQUIREMENTS & TECHNICAL SPECIFICATIONS
Bidding Document for Purchase of Drugs and Medicines
Page 25
Schedule of Requirements: The supplies shall be delivered in accordance with the subsequent Purchase Orders to be issued by the Executive Director, Rawalpindi Institute of Cardiology as per following schedule of requirements:S#
Name of the Store
Quantity
Delivery Scheduled
Name of Drugs & Medicines
Quantity also
50% Drugs & Medicines
mentioned in the scheduled
mentioned in the
before 31st December 2012.
of Requirements List
scheduled of
25% Drug and Medicines up
Requirements List
to 31st March 2013. 25% Drug and medicines up to 31st May 2013.
Rawalpindi Institute of Cardiology: Mode of Penalty
Without penalty With penalty @ 0.067 % per day
Quantity as per Purchase Order Time period has mentioned in above said Delivery Scheduled table. After delivery time mentioned in above said delivery scheduled.
Bidding Document for Purchase of Drugs and Medicines
Page 26
Schedule of Requirement- (Medicines/drugs/disposables) Rawalpindi Institute of Cardiology
RAWALPINDI INSTITUTE OF CARDIOLOGY LIST OF DRUGS/ MEDICINES/DISPOSABLES etc. for 2012-13 S#
DRUGS ACTING ON CNS
A / UNIT
1
Tab Alprazolam 0.5mg. Blister/Aluminum strip pack of 30 or less. Packed in carton e leaflet
30000Tabs
2
Inj Promethazine 25mg/ml Ampoule of 2ml Pack of 10 or less Packed in carton with leaflet
100 Vials
3
Inj. I.V. Diazepam 10mg/2ml ampoule, Box of 100. Packed in carton with leaflet.
200 Vials
LOCAL ANAESTHETICS 4
Lignocaine Solution 4%. Bottle of 50 ml or less, Packed in carton with leaflet
100 Bott
5
Lignocaine Gel 2%. Tube of 15 g. Individually packed in carton with leaflet.
500 Tube
6
Inj. Lignocaine Solution 2%. Ampoule of 10ml. Packed in carton with leaflet.
5000 Amp
ANALGESICS / ANTI INFLAMMATORY DRUGS 7
Tab. Diclofenac Sodium 50mg. Blister pack, Pack of 20. Packed in carton.
30000 Tab
8
Inj. Diclofenac Sodium 75mg/3ml. Pack of 10 or less. Packed in carton with leaflet.
3000 Amp
9
Tab. Naproxen Sodium 500mg (Base). Blister Pack, Pack of 20, Packed in carton ĂŤ leaflet.
1000 Tab
10
Tab Allupurinol 300mg. Blister pack, Pack of 100 or less, Packed in carton with leaflet.
1500 Tab
11
Tab Allupurinol 100mg. Blister pack, Pack of 100 or less. Packed in carton with leaflet.
1500 Tab
12
Tab. Aspirin (Soluble) 300mg. Aluminum strip pack, Pack of 600 or less, Packed in carton.
50000 Tab
13
Tab. Aspirin 75mg Enteric Coated, Blister pack, Pack of 30, Packed in carton with leaflet.
50000 Tab
14
Susp. Ibuprofen 100mg/5ml. Bottle of 90ml or less, Individually packed in carton.
15
Tab. Ibuprofen 400mg. Blister pack, pack of 250 or less, Packed in carton.
16
Inj Paracetamol 300mg/2ml, pack of 10 or less. packed in carton with leaflet.
100 Amp
17
Syp/Susp/Elixir. Paracetamol 120mg/5ml. Bottle of 60ml. Individually packed in carton.
500 Bott
18
Tab. Paracetamol 500mg Blister pack, Pack of 250 or less. Packed in carton.
500 Bott 20000 Tab
50000 Tab
NARCOTIC ANALGESICS
Bidding Document for Purchase of Drugs and Medicines
Page 27
19
Inj Nalbuphine HCl 10mg/ml, Pack of 10 or less. Packed in carton with leaflet.
5000 Amp
20
Inj Nalbuphine HCl 20mg/ml, Pack of 10 or less. Packed in carton with leaflet.
500 Amp
21
Inj Tramodol 50mg/ml, Pack of 5. Packed in carton with leaflet.
3000 Amp
ANTIDOTES 22
Inj. Naloxone Hydrochloride 0.4mg/ml, Pack of 10. Packed in carton with leaflet.
100 Amp
23
Inj. Protamine Sulphate 10mg/ml Ampoule of 5ml, Pack of 10. Packed in carton with leaflet.
1500 Amp
24
Inj Neostigmine Methylsulphate 2.5mg. Ampoule of 5ml or less, pack of 5, packed in carton with leaflet.
1500 Amp
ANTACIDS/ ANTI ULCER DRUGS 25
Tab. Famotidine 20mg Blister pack, pack of 20 or less. packed in carton with leaflet.
5000 Tab
26
Tab. Famotidine 40mg Blister pack, pack of 20 or less. packed in carton with leaflet.
5000 Tab
27
Tab. Ranitidine 150mg. Blister pack/ Aluminum Strip, Pack of 10, packed in carton ë leaflet
5000 Tab
28
Cap. Omeprazole 20mg, pack of 14 or less, packed in carton with leaflet.
5000 Cap
29
Cap. Omeprazole 40mg,pack of 14 or less, packed in carton with leaflet.
5000 Cap
30
Inj. Omeprazole 40mg (Omeprazole Sodium 42.6mg eq. to omeprazole 40mg, Lyophillized). Packed in carton with leaflet.
31
Cap. Esomeprazole 20mg, pack of 14 or less, packed in carton with leaflet.
10000Cap
32
Cap. Esomeprazole 40mg, pack of 14 or less, packed in carton with leaflet.
10000 Cap
500 Vial
ANTI EMETICS 33
Inj. Cyclizine 50mg/ml. Pack of 25 or less, packed in carton with leaflet.
5000Amp
34
Inj. Dimenhydrinate 50mg/ml. Pack of 25 or less. Packed in carton with leaflet.
1000 Amp
35
Tab. Metoclopramide 10mg. Blister pack, Pack of 100 or less. packed in carton with leaflet.
36
Inj. Metoclopramide 5mg/ml. Amp of 2ml Box of 10, Packed in carton with leaflet.
1000 Amp
37
Tab. Domperidone 10mg. Blister pack, pack of 100 or less. packed in carton with leaflet.
2000 Tab
2000Tab
PURGATIVE AND STOOL SOFTENERS 38
Syp. Lactulose 3.35g /5ml, Bottle of 120ml or less, Individually packed in carton ë leaflet.
1000 Bott
SPASMOLYTICS Bidding Document for Purchase of Drugs and Medicines
Page 28
39
Inj Atropine Sulphate 1mg/ml, Ampoule of 1ml, Pack of 100 ampoules, Packed in carton with leaflet.
2000 Amp
ANTI FUNGALS 40
Susp. Nystatin 100000 unit per ml with dropper. Pack of 12 dose/ Bottle of 30ml, Individually packed in carton with dropper and leaflet.
100 Bott
ANTI BIOTICS (PENICILLIN) 41
Susp. Amoxycillin 125mg/5ml. Bottle of 90ml or less. Packed in carton with Measuring cup, spoon and leaflet.
1500 Bott
42
Susp. Amoxycillin 250mg/5ml. Bottle of 90ml or less, Packed in carton with Measuring cup,spoon and leaflet.
1500 Bott
43
Cap. Amoxycillin 500mg. Blister pack, Pack of 100 or less. packed in carton with leaflet.
5000 Cap
44
Inj. Amoxycillin 500mg vial. packed in carton with leaflet.
1000 Vial
45
Inj. Benzyl Penicillin 10,00,000 units. Vial
1000 Vial
46
Inj. Benzathine Penicillin 1.2 million units vial. individually packed in carton with leaflet.
1000 Vial
47
Inj. Benzathine Penicillin 0.6 million units. Vial. individually packed in carton with leaflet.
200 Vial
48
Tab. Amoxycillin (as trihydrate) 500mg + Clavulanic acid (as potassium) 125mg. Pack of 6. Packed in carton with leaflet.
1500 Tab
49
Inj. Amoxycillin (as sodium) 500mg + Clavulanic acid (as potassium) 100mg. vial. packed in carton with leaflet.
1000 Vial
50
Inj Amoxycillin (as sodium) 1g + Clavulanic acid (as potassium) 200mg.Vial packed in carton with leaflet.
2000 Vial
50a
Inj Midazolam HCl 5 mg/ 5ml. Ampule. Pack of 10 or less
1500 amp
ANTI BIOTICS (CEPHALOSPORIN) 51
Inj. Ceftizoxime 500mg. Individually packed with water for Injection in carton with leaflet.
500 Vial
52
Susp. Cefaclor 250mg/5ml Bottle of 60ml individually Packed in carton with Measuring cup, spoon and leaflet.
100 Bott
53
Inj. Ceftriaxone 1g. Individually packed with water for Injection.in carton with leaflet.
2000 Vial
ANTI BIOTICS (MACROILIDES) 54
Tab. Clarithromycin 500mg. Blister pack, pack of 10 or less.packed in carton with leaflet.
500 Tab
55
Susp. Clarithromycin 125mg/5ml, Bottle of 60ml. individually packed in carton with
100 Bott
Bidding Document for Purchase of Drugs and Medicines
Page 29
Measuring cup, spoon and leaflet. 56
Inj. Clarithromycin 0.5g (Lyophilized)individually packed with water for injection in carton with leaflet
200 Vial
ANTI BIOTICS (AMINO GLYCOSIDES) 57
Inj. Gentamicin 80mg/2ml. Pack of 100 or less. Packed in carton with leaflet.
1000 Vial
58
Inj. Amikacin Sulphate 250mg Ampoule/ Vial. Packed in carton with leaflet.
1000 Amp
59
Inj. Amikacin Sulphate 500mg Ampoule/ Vial. Packed in carton with leaflet.
1000 Amp
ANTI AMOEBICS 60
Infusion Metronidazole 500mg/100ml. Bottle / Bag of 100ml. with hanger & IV set (Prequalified firm).
1000 Bott
61
Tab. Metronidazole 400mg. Blister pack, Pack of 100. packed in carton with leaflet.
1000 Tab
ANTI BIOTICS (QUINOLONES) 62
Tab. Ciprofloxacin 500mg, Blister pack, Pack of 10. packed in carton with leaflet.
1000 Tab
63
Tab. Levofloxacin 500mg. Blister pack, Pack of 10. packed in carton with leaflet.
1500 Tab
64
Infusion Levofloxacin 500mg/100ml. Bottle / Bag of 100ml with hanger & IV set (Prequalified firm).
200 Bott
65
Tab. Moxifloxacin 400mg. Blister pack of 10 or less. packed in carton with leaflet.
1000 Tab
66
Infusion Moxifloxacin 400mg/250ml. Bottle / Bag of 250ml with hanger and I/V set packed in carton with leaflet.
200 Bott
ANTIBIOTICS (OTHER ANTI INFECTIVES AND MISC.) 63
Inj. Vancomycin HCl 1g. Vial of 20 ml. Individually packed in carton with leaflet.
100 Vial
64
Inj. Meropenem 500mg. Individually packed in carton with leaflet
200 Vial
65
Inj. Meropenem 1g. Individually packed in carton with leaflet
200 Vial
66
Inj. Imipenem Cilastatin 500mg vial. Individually packed in carton with leaflet.
200 Vial
OPHTHALMICS / ENT 67
Eye Oint Polymyxin B Sulphate 10000 units +Zinc Bacitracin 500units/g, Tube of 4g, Individually packed in carton with leaflet.
200 Tube
TOPICALS
Bidding Document for Purchase of Drugs and Medicines
Page 30
69
Tr. Benzoin Co. B.P.C. Bottle of 450ml or less.
50 Bott
70
Hand Antiseptic (Chlorhexidine Gluconate 1% & Ethyl Alocohal 61%) 500 ml
300 Bott
71
Hydrogen Peroxide B.P Liquid 6%, Bottle of 450ml
100 Bott
72
Spirit Methylated (Industrial Methylated Spirit BP) Pack of 4.5 Liter or less
300 Bott
73
Skin Lotion Povidone-Iodine 10%, Bottle of 500ml or less
300 Bott
74
Surgical Scrub Povidone-Iodine 7.5%. Bottle of 500ml or less.
300 Bott
75
Liquid Paraffin. Bottle of 500ml or less.
50 Bott
RESPIRATORY DRUGS 76
Inj. Aminophylline 250mg/10ml. Ampoule of 10ml. Box of 50 with leaflet
200 Amp
77
Cough Syp Ammonium Chloride 100mg, Sodium Citrate 60mg, CPM 2mg, Ephedrine HCl. 7mg, Menthol 1mg/5ml, Bottle of 450ml.
300 Bott
78
Syp. Chlorpheniramine Maleate 100mg ; Terpinhydrate 200mg ; Potassium Bicarb 2mg;Ammonium Chloride 500mg ; Menthol 20mg; Ephedrine HCl 100mg; Tr. Ipecac 0.5ml; Ext. glycyrrhiza Liq.2ml per 100ml. Bottle of 120ml or less.
300 Bott
79
Inj. Terbutaline Sulphate 0.5mg/ml. Pack of 5. Packed in carton with leaflet.
100 Vial
80
Syp Pholcodine 10mg +Citric acid 100mg+Spt. Chloroform 0.75ml per5ml. Bottle of 60ml. Packed in carton with leaflet.
300 Bott
81
Nebule Ipratopium Bromide 0.025% (250mcg/ml),vial/amp of 4ml or less. Pack of 5s. Packed in carton with leaflet.
1000 Vial
CARDIO VASCULAR DRUGS 82
Tab. Atenolol 100mg. Blister pack, Pack of 100 or less.packed in carton with leaflet.
5000 Tab
83
Tab. Atenolol 50mg. Blister pack, Pack of 100 or less. packed in carton with leaflet.
5000 Tab
84
Tab. Carvedilol 25mg Blister pack, Pack of 30 or less.packed in carton with leaflet.
5000 Tab
85
Tab. Carvedolol 6.25mg Blister pack, Pack of 30 or less.packed in carton with leaflet.
10000 Tab
86
Tab. Bisoprolol Fumerate 2.5mg Blister pack pack of 20 or less. packed in carton with leaflet.
2000 Tab
87
Tab. Bisoprolol Fumerate 5mg Blister pack pack of 20 or less. packed in carton with leaflet.
2000 Tab
88
Tab. Bisoprolol Fumerate 10mg Blister pack pack of 20 or less. packed in carton with leaflet.
1000 Tab
Bidding Document for Purchase of Drugs and Medicines
Page 31
89
Tab. Nebivolol 2.5mg Blister pack pack of 14 or less. packed in carton with leaflet.
1000 Tab
90
Tab. Nebivolol 5mg Blister pack pack of 14 or less. packed in carton with leaflet.
1000 Tab
91
Tab. Digoxin 0.25mg. Pack of 100 or less. packed in carton with leaflet.
10000 Tab
92
Inj Digoxin 0.25mcg/ml, Box of 5 ampoule, Ampoule of 2ml, Packed in carton with leaflet.
93
Tab Nitroglycerine 0.5mg, Blister pack / alluminium strip, Pack of 100 or less, packed in carton with leaflet.
50000 Tab
94
Tab Verapamil Hcl 80mg,Blister pack, Pack of 100 or less. Packed in carton with leaflet.
1000 Tab
95
Inj. Verapamil HCl 5mg/ 2ml. Pack of 10 or less. Packed in carton with leaflet.
96
Tab Glyceryl Trinitrate 2.6mg, Blister pack, / Aluminum strip pack of 30’s packed in carton with leaflet.
5000 Tab
97
Tab Glyceryl Trinitrate 6.4mg, Blister pack, / Aluminum strip pack of 30’s packed in carton with leaflet.
5000 Tab
98
Inj. Dobutamine 250mg. Packed in carton with leaflet.
1000 Vial
99
Tab. Lisinopril 5mg, Blister pack. Pack of 20 or less. Packed in carton with leaflet.
2000 Tab
100
Tab. Lisinopril 10mg, Blister pack. Pack of 20 or less. Packed in carton with leaflet.
2000 Tab
101
Inj. Isosorbide Dinitrate (0.1%) 10mg/10ml.pack of 10 or less. packed in carton with leaflet.
5000 Vial
102
Tab. Isosorbide Mononitrate 20mg. Blister pack, Pack of 20. Packed in carton with leaflet.
10000 Tab
103
Tab. Propranolol 10mg. Blister pack, Pack of 100 or less. packed in carton with leaflet.
2000 Tab
104
Tab Diltiazem HCl 60mg. Blister pack, pack of 50 or less packed in carton with leaflet.
1000 Tab
105
Tab. Metoprolol tartrate 100mg, Blister pack, Pack of 30 packed in carton with leaflet.
5000 Tab
106
Tab. Metoprolol tartrate 25mg, Blister pack, Pack of 30 packed in carton with leaflet.
5000 Tab
107
Inj. Metoprolol tartrate 5mg. Pack of 5. packed in carton with leaflet.
108
Tab. Amlodipine Besylate 5mg, Blister pack, Pack of 20 packed in carton with leaflet.
30000 Tab
109
Tab. Amlodipine Besylate 10mg, Blister pack, Pack of 20 packed in carton with leaflet.
5000 Tab
110
Tab. Amiodarone 200mg. blister pack. Pack of 20 or less. packed in carton with leaflet.
2000 Tab
111
Inj. Amiodarone HCl 150mg/3ml.pack of 6 or less. packed in carton with leaflet.
112
Inj Adrenaline 1 in 1000. Glass Ampoule 1ml x100 Amp, Packed in carton with leaflet.
1000 Amp
113
Inj. Norepinephrine / Noradernaline Tartrate 2 mg / ml.
300 Amp
Bidding Document for Purchase of Drugs and Medicines
500 Amp
500 Vial
500 Vial
500 Vial
Page 32
114
Tab. Losartan Potassium 50mg, Blister pack, Pack of 20 packed in carton with leaflet.
10000 Tab
115
Tab. Losartan Potassium 50mg + Hydrochlorthiazide 12.5mg, Blister pack, Pack of 20 packed in carton with leaflet.
5000 Tab
116
Inj. Magnesium Sulphate 500mg/ml Amp. of 2ml. pack of 10 or less. Packed in carton with leaflet.
100 Amp
117
Inj. Sodium Nitroprusside 25mg/ml. Amp/vial of 2ml, pack of 10 or less. Packed in carton with leaflet.
50 Amp
118
Tab. Trimetazidine Dihydrochloride MR 35 mg, Pack of 30 or less, Packed in carton ĂŤ leaflet.
2000 Tab
119
Tab. Perindopril Tertbutylamine 2 mg, Pack of 10, Packed in carton with leaflet.
1000 Tab
120
Tab. Perindopril Tertbutylamine 4 mg, Pack of 10, Packed in carton with leaflet.
2000 Tab
121
Tab. Perindopril Tertbutylamine 2mg+ Indapamide 0.625 mg. Pack of 10s. Packed in carton with leaflet
1000 Tab
122
Tab. Indapamide Hemihydrate SR 1.5 mg, Pack of 30 or less, Packed in carton with leaflet.
1000 Tab
Injection Adrenaline 600 mgs 10 vials per pack
100 vials
122 a
ANTI PLATELETS (COAGULATION AND HAEMOSTATIC) 123
Tab. Clopidogrel 75mg, Blister pack, Pack of 10. packed in carton with leaflet.
20000 Tab
124
Tab. Prasugrel 5mg Alu Alu pack of 14 or less. packed in carton with leaflet.
1000 Tab
125
Tab. Prasugrel 10mg Alu Alu pack pack of 14 or less. packed in carton with leaflet.
126
Inj Heparin 5000 IU/ml, Vial of 5ml, packed in carton with leaflet.
10000 Vial
127
Inj. Enoxaprin (Heparin LMW) PFS 60mg. Pack of 5 or less. packed in carton with leaflet.
2000 PFS
128
Inj. Fondaparinux Sodium 2.5 mg.PFS. Pack of 10 or less. packed in carton with leaflet.
1000 PFS
129
Inj Streptokinase 1.5miu vial / Amp, Packed in carton with leaflet
2000 Vial
130
Inj. ReoPro 10 mg. Packed in carton with leaflet
100 Vial
131
Inj. Integrilin 0.75 mg in 100 ml Packed in carton with leaflet
700 Vial
132
Inj. Integrilin 2 mg in 10 ml Packed in carton with leaflet
700 Vial
133
inj. Aggrastat
100 Vial
134
Inj. Tranexamic Acid 500mg/5ml, Pack of 10 or less packed in carton with leaflet.
200 Vial
Bidding Document for Purchase of Drugs and Medicines
Page 33
135 136
Inj. Vitamin K 10mg/1ml I.V, Amp. of 1ml. Pack of 100 or less. packed in carton with leaflet. N-Acetyl Cysteine 600mg Sachet
300 Amp 200 Sachet
DIURETICS 137 138
Tab. Frusemide 40mg. Blister pack, Pack of 100 or less packed in carton with leaflet. Inj. Frusemide 20mg/2ml. Ampoule of 2ml. Box of 100 or less. packed in carton with leaflet.
2000 Tab 10000 Amp
139
Tab. Frusemide 40mg + Amiloride HCl 5mg. blister pack of 30or less. packed in carton ë leaflet.
3000 Tab
140
Tab. Spironolactone 100mg, blister pack. Pack of 10. packed in carton with leaflet.
2000 Tab
141
Tab. Spironolactone 50mg + Frusemide 20mg blister pack of 20. packed in carton with leaflet.
10000 Tab
142
Tab. Potassium Chloride 500mg. Bottle of 100 or less. Packed in carton.
2000 Tab
143
Syp Potassium Chloride 40mEq / 15ml. Bottle of 120ml or less. Individually packed in carton with leaflet.
200 Bott
ELECTROLYTES 144
Inj. Dextrose 25%. Ampoule of 20ml/25ml.
2000 Amp
145
Infusion Dextrose in water 5%. Bottle/bag of 1000ml with IV set (Pre-qualified firm)
5000 Bott
146
Infusion. Dextrose in water 25% Bottle/bag of 1000ml with IV set.( Pre-qualified firm)
1000 Bott
147
Infusion Mannitol 20% Bottle/bag of 500ml with IV set (Pre-qualified firm)
1000 Bott
148
Inj. Potassium Chloride ampoule of 20ml/25ml
1000 Amp
149
Infusion Ringer Solution Bottle/bag of 500ml with IV set. (Pre-qualified firm)
1000 Bott
150
Infusion Normal Saline. Bottle/bag of 1000ml with IV set. ( Pre-qualified firm)
5000 Bott
151
Inj Sodium Bicarbonate 8.4%, vial of 50ml or less
152
Inj. Distilled water 5ml. Box of 100
153
Infusion 1/2 Saline .Bottle/bag of 500ml with IV set. ( Pre-qualified firm)
300 Vial 15000Amp 200 Bott
GLUCOCORTICOIDS 154
Tab. Dexamethasone 0.5mg. Blister pack, pack of 100 or less. packed in carton ë leaflet.
Bidding Document for Purchase of Drugs and Medicines
500 Tab
Page 34
155
Inj. Dexamethasone 4mg/ml. Vial/amp of 5ml. Packed in carton with leaflet.
200 Vial
156
Inj Hydrocortisone Sodium Succinate 250mg (Dry Powder) vial, individually packed in carton ē solvent & leaflet.
500 Vial
157
Inj Hydrocortisone Sodium Succinate 500mg (Dry Powder) vial, individually packed in carton ē solvent & leaflet.
500 Vial
158
Tab Prednisolone 5mg, Pack of 1000s or less. Packed in carton with leaflet.
1000 Tab
HORMONES 159
Tab. Levothyroxin/Thyroxin 50mcg. Pack of 100 or less. Packed in carton with leaflet
2000 Tab
160
Tab. Carbimazole 5mg pack of 100 or less. Packed in carton with leaflet
2000 Tab
ANTI HISTAMINES 161
Syp Promethazine HCl 5mg/5ml .Bot of 110ml/120ml. Individually packed in carton ë leaflet.
100 Bott
162
Tab. Cetirizine; 10mg, Blister pack, Pack of 30 or less. packed in carton with leaflet.
2000 Tab
163
Tab. Fexofenadine 120mg, Blister pack,/ Aluminum strip Pack of 10’s packed in carton with leaflet.
2000 Tab
164
Tab. Fexofenadine 180mg, Blister pack,/ Aluminum strip Pack of 10’s packed in carton with leaflet.
1000 Tab
165
Tab. Loratidine 10mg. Pack of 10 or less. Packed in carton with leaflet.
1000 Tab
ANTI DIABETIC DRUGS 166
Tab Gliclazide 80mg. Blister pack, Pack of 20. Packed in carton with leaflet.
2000 Tab
167
Tab Gliclazide 30mg (Modified Release). Blister pack, Pack of 20. Packed in carton with leaflet.
2000 Tab
168
Tab. Glimepiride 4mg, Blister pack, Pack of 20. Packed in carton with leaflet
3000 Tab
168a
Tab. Glimepiride 2mg, Blister pack, Pack of 20. Packed in carton with leaflet
3000 Tab
169
Tab Glibenclamide 5mg, Blister pack, Pack of 60, packed in carton with leaflet..
1000 Tab
170
Tab Metformin 500mg, Blister pack, Pack of 5 X 10, packed in carton with leaflet.
10000 Tab
171
Inj Insulin Plain 100 unitëëë/ml, Glass vial of 10ml. packed in carton with leaflet (Human)
1000 Vial
172
Inj Insulin Plain (70/30) 100 IU/ml, Glass vial of 10ml,packed in carton with leaflet (Human)
1000 Vial
173
Tab. Pioglitazone 30mg Blister pack ,pack of 20 or less. Packed in carton with leaflet.
2000 Tab
Bidding Document for Purchase of Drugs and Medicines
Page 35
HYPOLIPIDIMICS 174
Cap. Gemfibrozil 300mg. Blister pack. Pack of 20’s or less. Packed in carton with leaflet
1000 Cap
175
Cap. Gemfibrozil 600mg. Blister pack, Pack of 20 or less. Packed in carton with leaflet
2000 Cap
176
Tab. Atorvastatin 10mg, Blister pack, Pack of 10 packed in carton with leaflet.
10000 Tab
177
Tab. Atorvastatin 20mg, Blister pack, Pack of 10 packed in carton with leaflet.
2000 Tab
178
Tab. Rosuvastatin (as calcium salt). 5mg. Blister Pack of 10. Packed in carton with leaflet.
10000 Tab
179
Tab. Rosuvastatin (as calcium salt). 10mg. Blister Pack of 10. Packed in carton with leaflet.
5000 Tab
SURGICAL DRESSINGS 180
(Note: The items Sr. No. 667 to 688 are for Tertiary Care Health Facility and on the recommendation of the Head of respective specialty)
181
Cotton Bandage BPC 6.5cmx6m. Dozen Pack.
3000 No.
182
Cotton Bandage BPC 10cmx6m Dozen Pack.
3000 No.
183
Cotton Bandage BPC 15cmx6m Dozen Pack.
3000 No.
184
Cotton Crape Bandage 7.5 cmx4.5m Dozen Pack or less.
1000 No.
185
Cotton Crepe Bandages, 10cm x 4.5m, Dozen pack or less.
1000 No.
186
Absorbent Cotton wool BPC Pack of 500g.
3000 No.
187
Surgical Gauze BPC cloth 100cmx30m. (30 meter Pack)
5000 No.
188
Adhesive Plaster B.P.C. Spool of 7.5cm x 5 to 9 meter. The firms will quote rates @ per meter & stores received will be analyzed as per BPC.
3000 No.
189
Surgical Hypoallergenic Latex Free Breatheable Paper Tape 2.5 cm X 5 m
3000 No.
190
Surgical Hypoallergenic Latex Free Breatheable Paper Tape 5cm X 5 m
3000 No.
191
Transparent Breatheable Hypoallergenic Plastic Film 4" x 4.3/4" w/ label
3000 No.
192
Transparent IV Dressing 7cm x 8.5cm - I.V. Dressing (peripheral).
3000 No.
DISPOSABLE SURGICALS 193
(Note: The items Sr. No. 712 to 729 and serial No 769 t0771 are for Tertiary Care Health Facility and on the recommendation of the Head of respective specialty)
194
Disposable Insulin Syringe 1ml with needle
Bidding Document for Purchase of Drugs and Medicines
10000 No.
Page 36
195
Disposable Syringe 3ml with needle. (Blister pack).
10000 No.
196
Disposable syringe 5ml with needle. (Blister pack).
50000 No.
197
Disposable syringe 10ml with needle. (Blister pack),
30000 No.
198
Disposable Syringe 20ml with needle. (Blister pack),
20000 No.
199
Disposable Syringe 50ml with needle. (Blister pack),
10000 No.
200
Disposable Syringe 50/60ml with Central Nozzal or Catheter Tip.
20000 No.
201
Surgical Gloves (all sizes),sterilized packed in carton.
30000 No.
202
Examination Gloves Standard size, Pack of 100
10000 No.
203
Polythene Glove Disposable, Pack of 100.
10000 No.
204
Surgical Blade (all sizes) individually packed in aluminum foil packed in carton.
5000 No.
205
I.V. Cannula with Injection Port and Integrated Closing Cone Size 14, pack of 100’s
5000 No.
206
I.V. Cannula with Injection Port and Integrated Closing Cone Size 16, pack of 100’s
10000 No.
207
I.V. Cannula with Injection Port and Integrated Closing Cone Size 18, pack of 100’s
10000 No.
208
I.V. Cannula with Injection Port and Integrated Closing Cone Size 20, pack of 100’s
10000 No.
209
I.V. Cannula with Injection Port and Integrated Closing Cone Size 22, pack of 100’s
5000 No.
210
I.V. Cannula with Injection Port and Integrated Closing Cone Size 24, pack of 100’s
5000 No.
211
Blood Transfusion set (sterile) pack of 20 or less.
3000 No.
212
IV giving Set (Sterile)
15000 No.
213
Feeding Tubes (All Sizes)
3000 No.
214
Air Ways (All Sizes)
3000 No.
215
NASO PHARYNGEAL AIR WAY SIZE 5 TO 8 (ALL SIZE) (NASAL AIRWAY)
1000. No
216
Endotracheal Tubes with Cuff (All sizes)
1000 No.
217
Endotracheal Tubes without Cuff (All sizes)
1000 No.
218
Micro burette 100ml (sterilized)
10000 No.
219
Three way stopper with Tubing
3000 No.
220
Three way stopper without Tubing
5000 No.
Bidding Document for Purchase of Drugs and Medicines
Page 37
221
CVP Line (Single Lumen) with seldinger wire (All Sizes)
5000 No.
222
CVP Line (Double Lumen) with seldinger wire (All Sizes)
3000 No.
223
CVP Line (Triple Lumen) with seldinger wire (All Sizes)
1000 No.
224
Urine Bag (Adult) with no return valve
3000 No.
225
Urine Bag (Infant) with no return valve
500 No.
226
L.P Needles (All Sizes)
500 No.
227
Foley’s Catheters Two way Silicon Coated (All Sizes)
2000 No.
SURGICAL SUTURES 228
Black Silk size 1, 30mm, 1/2 Circle Round Body needle. Box of 12 foils.
1000 No.
229
Black Silk size 1, 30mm, 3/8 Circle Curved Cutting needle. Box of 12 foils.
1000 No.
230
Black Silk size 1, 40mm, 3/8 Circle Curved Cutting needle. Box of 12 foils.
1000 No.
231
Black Silk size 1, 60mm, Straight Cutting needle. Box of 12 foils.
1000 No.
232
Black Silk size 2/0 30mm 1/2 Circle needle, Box of 12 foils.
1000 No.
233
Black Silk size 2/0 60mm, Curved Cutting needle Box of 12 foils
1000 No.
234
Black Silk Size 3/0, 1/2Circle 30mm Needle. Box of 12 foils.
1000 No.
235
Black Silk Size 4/0, Curved Cutting 25 mm. Box of 12 foils.
1000 No.
236
1 CVP MEASUREMENT SCALE
200 No.
237
SUCTION CATH 6 TO 20 FR (ALL SIZE)
500 No.
238
CLOSE SUCTION CATHETER SYSTEM DUAL LUMEN (STERI CATH) SIZE 12 TO 16 FR (ALL SIZE)
500 No.
239
OXYGEN MASK ADULT, PAED
1000 No.
240
CVP MONITORING LINES 200CM
1000 No
241
PARAFFIN GUAZE packs
242
BANDAGE LOOSEWOVE U/C Different Sizes
1000
243
TRIANGULAR BANDAGE
1000
244
SHEETING WATER PROOF RUBBER (MACKIN TOSH)
1000
Bidding Document for Purchase of Drugs and Medicines
100 packs
Page 38
245
BOWIE DICK TEST SHEET (BUNDLE OF 100)
50
246
RINGER LACTATE 1000ML
500
247
PEADS SOLUTION 500ML
500
248
500
249
PERI HYPERTONIC SOLUTION BOTT OF 1000ML
250
PERI ISOTONIC SOLUTION BOTT OF 1000ML
251
SCALP VEIN (BUTTERFLY) NEEDLE ALL SIZES
1000
252
CHEST BINDER Differetn Sizes
500
253
SANI PLAST (PKT OF 100)
5000
254
DUSTING POWDER / TALCUM POWDER
200
255
ULTRASOUND GEL 5 liter CANE with bottel
100
256
ECG ROLL 3 CHANNEL
2000
257
ECG ROLL different sizes
1000
258
ECG CHEST ELECTODE 60MM-ADULT, PEAD
20000
259
ECG ELECTODE RED DOT (3M)
1000
260
THERMAL PAPER KENZ
1000
261
DOME FOR PRESSURE TRANSIDUCER
10000
262
NICHICLEAR TRANSPORE TAPE Different Sizes
2000
263
DISPOSABLE APPRIN CHINA
2000
264
DISPOSABLE SHOES COVER FOR MACHINE
10000
265
DISPOSABLE FACE MASK
10000
266
EXTERNAL CATHETER (Fl)
500
267
PLASTLIC JAR 3LTR
200
268
NASAL CANNULA PRONGE Different Sizes
1000
Bidding Document for Purchase of Drugs and Medicines
500
Page 39
269
NEBULIZER MASK KIT ADULT, PEAD
1000
270
C-PAP MASK ADULT & PEAD
500
271
DIAPER LARGE/ PAMPER
1000
272
INTIBUTION STYLET LARGE (ALL SIZE) BOUGIES
500
273
ETT SYLET (ALL SIZE)
500
274
DISPOSABE SURGEON GOWN
1000
275
46000 TUBING FOR BLOOD WARMER (BLOKKD WARMER LINE)
200
276
PRESSURE MONITORING SET
50
277
HYDRO TEACH T WITH OXYGEN TUBE
200
278
DISPOSABLE FULL BODY BLANKET ADULT & PAEDSIZE
200
279
TRACHEOSTOMY KIT WITH INNER CANNULA
50
280
TRAHESTOMY TUBE CUFF SIZE 5.0 TO 8.0(ALL SIZE)
50
281
PERCUTANEOUS DILATION TRACHEOSTOMY KIT WITH SINGLE STAGE DILATOR SIZE SIZES
50
282
PD CATHETER WITH SET ADULT, PAED
50
283
HIGH PRESSURE SYRING 150ML
20
284
SUPRAPUBIC CATHETER Kit
50
285
VIRKON BOTT OF 500GM
50
286
BIB FORTE BOTT OF 1000ML
50
287
ENDOSTAR (1000ML)
50
288
MANORAPID 500ML
50
289
MANORAPID 1000ML
50
290
SOFTAMAN
50
291
PERA SAFE BOTT OF 81 GM
50
292
UMONUM MASTER
50
Bidding Document for Purchase of Drugs and Medicines
Page 40
293
PUREL HAND SANITIZER
50
294
HEXIPREP 2% 250ML
50
295
PYODIN SCRUP BOTT OF 450ML
200
296
PYODIN ANTISEPTIC SOLUTION
200
297
FORMALINE
100
298
CHEST TUBE Different Sizes
1000
299
VASCULAR TOURNIQUET SET
500
300
SURFLOW VENOUS CANNULA different sizes
500
301
CHEST DRAINAGE BOTT
300
302
TEGADREM DRESSING different sizes
500
303
VENTILATOR TUBING (ADULT)
500
304
OPSITE 35x45 DRAPE
1000
305
PURGE LINE
500
306
ARTERIAL PERFUSION CANNULA 24Fr
500
307
VENOUS CANNULA 28/1, 32/1
500
308
HME FILTER
300
309
CATHETER MOUNT
1000
310
CARDIAC Clamp ADULT & Peads
500
311
DISPOSABLE CONNECTION Different Sizes
5000
312
PERFUSION ADAPTER
500
313
CORAPOR STERIL 10CMx30cm
1000
314
SPRIOMETER
300
315 316
Membrane Oxygenator (different sizes) With original tubing Aortic Cannula Curved Different Sizes reubfirced
Bidding Document for Purchase of Drugs and Medicines
300 300
Page 41
317
Venous Return Cannula Different Sizes
300
318
Antigrade cardioplegia cnnula 12 gauge 9fr
500
319
Retrograde cannula
500
320
Thoracic Catheter (differenn Sizes)
300
321
Liner 7.5 FR 34cc
50
322
Inrra Aortic Balloon IAB-S730C Rediguard 7FR 30cc
50
323
Liner 7.5 fr 40
300
324
LA line 3fr
300
325
LAP 1230 Pressure catheter placement LA Line
300
326
Arterial embolectomy cath different sizes
100
327
Vacscular Graft (differenn Sizes)
100
328
Vascular vascutex 24 x 20 cm
100
329
PTFE Graft 10, 12 14 2 22mm
100
330
Double Velour Decry Graft (differenn Sizes)
50
331
Contegra Valved Graft (different Sizes)
10
332
Aortic Conduit Valve Graft
10
333
Aortic Punch (differenn Sizes)
200
334
Oper film 35x35 (ioban)
100
335
Teflon Pactch (different sizes)
50
336
Double Velor Dacron Fabric Patch 007826 different Sizes
50
337
Pericardial sump adult, paed
50
338
Central venous catherization set cv-50014, 16
50
339
Douderm Steri Size 5cm X 20cm
100
340
Steri Drap 4cm x 60 cm
100
Bidding Document for Purchase of Drugs and Medicines
Page 42
341
Safe drape 45 X 60 cm
100
342
Spring guide wire
100
343
Epicardial temp pacing wire
100
344
Prolene with different sizes and Needles
1000
345
Ethibond with different Sizes and needles
1000
346
Mersilk with different size and needles
1000
347
Vicryl with different Sizes and needles
1000
348
Steel Wire with different Sizes and needles
1000
349
PCP-20 PTFE Firm Pledget (6mm x 3mm x 1.5mm)
1000
350
W-810 bone wax
1000
351
Sugicell Absorbable Heamostatic Guaz with different sizes
2000
352
Liga Clip Extra Stainless Steel Clip with different sizes
1000
353
Diathermy lead disposable (pencil)
300
354
Diathermy cleaner
300
355
Haemofilter with kit Adult, Paed & Infant
300
356
007976 Pledget 4.5mm x 6mm (Pkt of 5)
1000
357
Gore-Tex Cardiovascular Patch (different sizes)
1000
358
Peri Guard (different sizes)
1000
359
Preclude Pericardial membrane 1PCM (different sizes)
500
360
Cardio vascular pack (CABG)
50
361
Arterial filter peads, adult
100
362
Patient circuit size adult, Pead
200
363
Brener 1M Carotid bypass shunt type 1887
200
364
Heart Valves (tissue) mitral, different sizes
10
Bidding Document for Purchase of Drugs and Medicines
Page 43
365
Heart Valves (tissue) Aortic, different sizes
10
366
Heart Valves (Metalic) mitral, different sizes
10
367
Heart Valves (Metalic) Aortic, different sizes
10
368
Carbo Seal Ascending Aortic Prosthesis H/V different sizes
10
369
Valve Ring different sizes
10
370
ACT Pippete (hemocron) tube 510
5000
371
Autoclave tape
1000
372
Sterigage steam indicator
300
373
Biological glue + adhasive
300
374
Epidural set simple
200
375
Spinal epidural set combind
100
376
Multi perfusion adopter
100
377
Perfusion adopter
100
378
Swan gaunz catheter 7fr
50
379
Thrmo dilution balloon catheter different sizes
50
380
Percutaneous Sheeth Introducer Critical Care for use with Thermodilution Catheter 7-7.5 Fr SI-09880 8.5 FR
100
381
Siniflax/ Operfix different size
1000
382
ES-4522 & 4150 Pediatric jugular Cath set 20G &22 G
100
383
Dialysis Double Lumen Cath Different Sizes
50
384
Packing material different sizes
200
385
1841 clear therm (HMEF) adult, Pead & Neonate
150
386
2002 Breathing system with extra limb adult, pead
150
387
3514 catheter Mount superset peads, Adult & neonnate
150
Bidding Document for Purchase of Drugs and Medicines
Page 44
388
2330 Humidification chamber for servo ventilator
200
389
1850 Heat Moisture Exchangers (HME)
200
390
Breathing system nitric oxide adult, pead
200
391
High concentration mask adult & pead
200
392
Nitric Oxide adaptor kit 6216
200
393
Vasco Buldog Clamp
150
Cath Lab 394
INFLATION DEVICE KIT/ GUM
4000
395
Judkin Catheter Right & Left (diagnostic) diferent sizes
7000
396
Judkin Catheter Right & Left (guide) diferent sizes
1500
397
Pigtail Cathter different sizes
2000
398
Heart Rail Catheter different sizes
1000
399
EBU Catheter different sizes
1000
400
MP Catheter different sizes
1000
401
Amplatz Catheter Right & Left (diagnostic) diferent sizes
1000
402
Amplatz Catheter Right & Left (guide) diferent sizes
1000
403
RBU Different sizes
1000
404
XB CATHETER Different Sizes
500
405
NIH Catheter different sizes
500
406
BMW G/WIRE
1500
407
ATW G/WIRE
1000
408
RUNTHROUGH G/WIRE
200
409
BHW
200
410
PILOT 150
200
411
PILOT 150
200
Bidding Document for Purchase of Drugs and Medicines
Page 45
412
SHANOBI GUIDE WIRE
100
413
VOYAGER BALLOON (1.5MM OVER THE WIRE)
100
414
VOYAGER BALLOON
100
415
SAPPHIRE NC
100
416
POWER SAIL BALLOON
100
417
SEQUENT CTO BALLOON
100
418
YANGTZE BALLOON
100
419
POWER LINE BALLOON
100
420
SAPPHIRE BALLOON
100
421
Drug Eluting Stents (different sizes)
600
422
Bare Metal Stents (different sizes)
700
423
INOUE BALLOON (different Sizes)
50
424
MULLEN SHEATH 8F
50
425
PDA COIL DELIVERY SYSTEM
20
426
VALVOPLASTY BALLOON (different sizes)
20
427
PHERIPHRAL BALLOON (different sizes)
20
428
MULLER SEPTOSTOMY BALLOON 5 F
50
429
PALMER GLENNS (COARCTATION STENT)
10
430
CP STENT WITH DELIVERY SYSTEM
10
431
SNARE (different sizes)
20
432
PDA DEVICE
20
433
PDA DELIVERY SYSTEM
20
434
PDA SET (DEVICE + DELIVERY SYSTEM)
20
435
LEPU WITH DEL SYSTEM
20
Bidding Document for Purchase of Drugs and Medicines
Page 46
436
PDA WITH DELIVERY SYSTEM WITH F/WIRE
20
437
ASD DEVICE
20
438
ASD DELIVERY SYSTEM
20
439
ASD SET
20
440
ASD DEVICE WITH DEL SYSTEM
20
441
WITH DELIVERY SYSTEM + SIZING BALLOON + GUIDE WIRE
20
442
THROMBUSTER II
20
443
PTMC NEEDLE
50
444
TIG RADIAL different sizes
1000
445
Arterial SHEATH different sizes
3000
446
Arterial SHEATH Long different sizes
1000
447
RADIAL SHEATH different sizes
1500
448
Radial needle different sizes
2000
449
IMA Catheter different sizes
20
450
MPA WITH SIDE HOLE Catherter differetn sizes
20
451
Temporary Pace Maker LEAD different sizes
200
452
Temporary Pace Maker LEAD BALLOON TIP different sizes
50
453
Puncture Needles
5000
454
Manifold
5000
455
Connectors for Angio Plasty
1500
456
Torquers
1500
457
Guide Wires J type Different sizes
1500
458
Guide Wires Straight Different sizes
1500
459
Exchange Guide Wires Stiff
500
Bidding Document for Purchase of Drugs and Medicines
Page 47
460
TERUMO EXCH GUIDE WIRE
500
461
GUIDE WIRE THSF different sizes
500
462
AMPLATZER EXCHANGE GUIDE WIRE
500
463
Temporary Pace Maker BOX
50
464
Brokenbrough Needle for PTMC
50
465
TRANSEPTAL PUNCTURE NEEDLE
50
466
MEDTRON INJECTOR SET
200
467
I/V PRESSURE LINE
1000
468
ACT CARTRIDGE
500
469
Permanat pace maker Single Chamber
10
470
Permanat pace maker Dual Chamber Different Size
10
471
Pressure Wire System
2
472
IVUS CATHETER System
2
Note: 1. For all those items where packing specifications are not given, single unit prices will be considered 2. The samples tablet/capsules/tubes of above said items for technical scrutiny are to be required according to the specifications mentioned in the above list. The 02 (two) packs/ bottles of samples will be provided for Technical Scrutiny free of charges.
Bidding Document for Purchase of Drugs and Medicines
Page 48
SECTION IV EVALUATION CRITERIA
Bidding Document for Purchase of Drugs and Medicines
Page 49
Bidding Document for Purchase of Drugs and Medicines
Page 50
Evaluation Criteria: S. No. 1
2
3
4
Parameters
Detail
Bidder’s Past Performance (Last one year) As per Bid Form 4
Major institutions served:
Bidder’s Market experience in quoted items
Manufacturer Credibility & Certification (if agent is bidding, he shall attach such certificates of Drug manufacturer )
Total Marks 15
i
No any institution served
ii
1
iii
2 to 3
iii
4 to 5
iii
6 to 7
12
iii
8 and above
15
i
1 - 3 years
ii
3 - 5 years
iii
Above 5 years
i
Valid GMP Certification
ii
Valid ISO Certification
iii
Any other international reputed certification
Bidder’s Financial status i
Last year Audited Balance Sheet
ii
Tax Returns (Last 3 years)
iii
Bank Certificate
Remarks Institutions include government departments and private hospitals
5
Bidders having less than 1 year experiences are ineligible. Experience will be confirmed from the date of Registration
10
GMP certificate issued by the concerned Drug Regulatory Authority is required
15
Bank Statements are not required. Bidder can provide more than one Bank certificates
2
2
The Bank will certify about the Bidder’s financial worth, liquidity status, reputation and that they have never defaulted in financial transactions and letter of credits (LCs).
Bidding Document for Purchase of Drugs and Medicines
Page 51
5
Manufacturer Technical Staff (if agent is bidding, he shall attach such documents of manufacturer of the Drugs )
i
7
Manufacturer Production Capacity (if agent is bidding, he shall attach such certificate of Drug manufacturer ) Product Sample
The bidder is required to attach attested copy of the relevant Degree and appointment letter of concerned technical staff
10
The bidder is required to attach the certificate.
10
Product that 100% comply with the advertised specifications will be considered for evaluation
B. Pharm PhD/M. Phil
ii iii
iv 6
Plant Manager
10
Production Manager
B. Pharm
Quality Control Manager Quality Assurance Manager
B. Pharm/MSc Chemistry
PhD/M. Phil
B. Pharm/MSc Chemistry
Per day production capacity of quoted items against the total advertised quantity: i
Less than 1%
ii
1%
iii
1.1% - 1.5%
iv
1.6% - 2%
Samples will be examined per following parameters: a. L a b e l i n g and Packing Rules 1986 b. Outer packing c. Inner packing d. Physical appearance i
Excellent
ii
Good
iii
Satisfactory
iv
Unsatisfactory
10
Total marks: 75 Qualifying marks: 70% (52.50) and above The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically non- responsive shall be returned un-opened to the respective Bidders.
Bidding Document for Purchase of Drugs and Medicines
Page 52
SECTION V BID FORM
Bidding Document for Purchase of Drugs and Medicines
Page 53
BID COVER SHEET Bid Ref. No. ------------------------
Date----------------------------
Name of the Supplier/Firm Contractor: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Address: ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- E-mail:_ Phone: Facsimile: Bid Security. Bid Security attached with Financial Bid
YES
NO
Bid for: â Ż: All Items mentioned in the Schedule of Requirements. â Ż: Selected Items from the Schedule of Requirements3. List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type the Serial No4. and the name of the Items selected for Bidding. Use additional Sheets if Required) S. No.
Name of the Item
Signed : Dated: Official Stamp: Attachment5:
Original receipt for the purchase of the bidding documents.
3
In case a bidder is bidding for only some of the items mentioned in the list Technical Specifications , he is advised to take note of ITB Clauses 7 & 15.6 4 The Serial No. of the item as mentioned in the Technical Specifications. 5 The Attachment must be made with the Bid Cover Sheet.
Bidding Document for Purchase of Drugs and Medicines
Page 54
BID FORM 1 Letter of Intention Bid Ref No. Date of the Opening of Bids Name of the Contract :{ Add name e.g Supply of Dugs and Medicines etc} To: [Executive Director] Rawalpindi Institute of Cardiology, Rawal Road, Rawalpindi Dear Sir/Madam, Having examined the bidding documents, including a ddenda nos. [insert numbers& Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements. If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts, and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding documents In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Bidding Document for Purchase of Drugs and Medicines
Page 55
BID FORM 2 AFFIDAVIT I/We, the undersigned solemnly state that: 1) We have read the contents of the Bidding Document and have fully understood it. 2) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. 3) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB. 4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB. 5) The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. 6) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. 7) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed
Bidding Document for Purchase of Drugs and Medicines
Page 56
BID FORM 3(A) Name of the Firm Bid Reference No: Date of opening of Bid. Documentary Evidence: Eligibility of the Bidders and Goods Required Documentation Checklist6 Relevant Page (To be initialed (To Be Filled by the Procuring Number7 in the by the Bidder Agency) Bid (To be filled by against each document)
Column:1
the Bidder)
Column:2
Column:3
Supporting Documents8 (To be filled by the Bidder with name of the documents that are submitted to meet the requirement)
Column:4
Valid Manufacturing License Valid Registration(s) of quoted items Valid Drugs Sale License9 Valid Import License (where applicable) Letter of Manufacturer's authorization Partnership Deed (where applicable) NTN Certificate GST Certificate Letter of Intention Affidavit One year experience evidence Child Labor Free Certificate10 Original Receipt of purchase of Bidding Documents
6
Bidders should only initial against those requirements that they are attaching with the form 3(a). In case they do not have any document to attach the corresponding cell in column 2 should be left blank. 7 Bidders are required to mention the exact page number of relevant document placed in the Bid. 8 Bidders are advised to attach all Supporting documents with this form in the order of the requirement as mentioned in column 1. 9 In case of Sole Agent 10 Bidders are required to furnish a certificate to the effect that their firm is free from child labor and having standard child labor free policy
Bidding Document for Purchase of Drugs and Medicines
Page 57
BID FORM 3(B) MANUFACTURER’S AUTHORISATION11 To:
[Name &Address of the Procuring Agency]
WHEREAS [name of
the Manufacturer] who are established and reputable
Manufacturers of [name and/or description of the goods] having factories at [address of factory] do hereby authorize [name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate and sign the Contract with you against the Invitation for Bids (IFB) No. [Reference of the Invitation to Bid] for the goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids.
Signature:--------------------------------------.
Designation:--------------------------------------
Official Stamp:-----------------------------------
11
This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid.
Bidding Document for Purchase of Drugs and Medicines
Page 58
BID FORM 4 Firm’s Past Performance12. Name of the Firm: Bid Reference No: Date of opening of Bid: 25 October 2011 Assessment Period: (One Year as per Evaluation Criteria) Name of the Purchase Purchaser/Institution Order No.
12 13
Description Of Order
Value of Order
Date of Completion
Purchaser’s13 Certificate
Bidders may use additional Sheets if required. All certificates are to be attached with this form.
Bidding Document for Purchase of Drugs and Medicines
Page 59
BID FORM 5(A) Price Schedule User Note: This form is to be filled by the Bidder for each individual item and shall submit with Financial Proposal. Name of the Firm: Bid.Ref.No: Date of opening of Bid. S. Name of the No. Item
1
2
Unit Price (inclusive all applicable taxes) 3
No. of Units
Total Price
Discounts
4
5 3*4
6
(if any)
Final Total Price (Inclusive of all taxes) 7 5-6
TOTAL A) FINAL TOTAL PRICE: ----------------------------------------------B) DISCOUNT14:--------------------------------------------C) FINAL QOUTED PRICE: ------------------------------------------------- (C=A-B) Signature: ----------------------------------------------Designation: ------------------------------------------Date: -----------------------------------------------Official Stamp: ------------------------------------------
14
If a Bidder does not wish to offer an item wise discount but intends to offer an overall discount to its quoted price that should be mentioned here.
Bidding Document for Purchase of Drugs and Medicines
Page 60
BID FORM 5(B) Price Schedule (Price Analysis) (User Notes): This form is to be filled by the Bidder for each individual item and shall submit with Financial Proposal. Name of the Firm: Bid Reference No: Date of opening of Bid. S#
Name of the Item
Ex-factory, Ex Ware house, ExShowroom ,Off the Shelf
Sales and Income Tax
Other Levies and Duties (if any)
a
b
c
U n i Packaging t P r i c e D
Total Price/Unit Transportation Costs incidental to delivery
e
Total Units Price
Other Incidental Costs as defined in the Schedule of Requirement f
g g=a+b+c+d+e+f
h
i i= g*h
Signature:------------------------------------------------Designation:-----------------------------------------------Date:-----------------------------------------------Official Stamp:--------------------------------------------
Bidding Document for Purchase of Drugs and Medicines
Page 61
BID FORM 6 Performance Guarantee To: [Name & Address of the Procuring Agency] Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No. [number] dated [date] to supply [description of goods] (hereinafter called “the Contract”). And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract. And whereas we have agreed to give the Supplier a Guarantee: Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the
day of_
, 200
Signature and Seal of the Guarantors/ Bank Address Date
Bidding Document for Purchase of Drugs and Medicines
Page 62
SECTION VI STANDARD CONTRACT
Bidding Document for Purchase of Drugs and Medicines
Page 63
Special Conditions of the Contract AGREEMENT THIS CONTRACT is made at on day of 2012, between The Executive Director, Rawalpindi Institute of Cardiology (hereinafter referred to as the “Purchaser”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas, the Purchaser has accepted the bid by the Supplier;
NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING; 1. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract , viz:a. the Schedule of Requirements. Annex- A b. the Technical Specifications. Annex- B c. the Price Schedule submitted by the Bidder. Annex- C d. the Purchaser’s Notification of Award. Annex- D e. the Purchase Order Annex-E f. the General Conditions of Contract 2. Interpretation: In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract”: 3. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless amended by mutual consent. 4. The Supplier declares as under: i.
[Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right, interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.
ii.
Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or
Bidding Document for Purchase of Drugs and Medicines
Page 64
indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto. iii.
[The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.
iv.
[The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.
v.
Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.
vi.
In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The Additional Chief Secretary or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.
5. Items to be Supplied & Agreed Unit Cost: (i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the Price Schedule Submitted by the Bidder (Annex C). (ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical Specification (Annex B) prescribed by the Purchaser against each item (iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with transportation and other agreed incidental costs. Bidding Document for Purchase of Drugs and Medicines
Page 65
6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services, as specified in the Schedule of Requirements and Technical Specification in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract. 7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of [supplier’s name] 8. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of documentary and Codal formalities highlighted in the Payment Schedule at Annex F. 9. Performance Guarantee: (i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a Performance Guarantee equivalent to 05% of the total Contract amount on the prescribed format and in prescribed manner. This Performance Guarantee shall be released to the Supplier upon successful completion of the Contract. ii) Supplier’s Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security and Cancellation of Contract. 10. Penalties/ Liquidated Damages. i) Wherein the Supplier fails to make deliveries as per purchase order and within the stipulated time frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall stand cancelled. ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies shall be forfeited. iii) If the Supplier fails to supply the whole consignment and not able to deliver to any district, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for two years for future participation. iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders. v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier. Bidding Document for Purchase of Drugs and Medicines
Page 66
11. Notices: All notices and correspondences incidental to this contract shall be in English language and shall be addressed to: For the Purchaser: [insert: name of office ] [insert: name of officer ] [insert: postal address ] [insert: telephone number, indicate country and city code ] [insert: facsimile or cable number or e-mail address ] For the Supplier:
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_ (the place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed: For the Purchaser. Signature: Name: Designation:
Signed/ Sealed: For the Manufacturer/ Authorized Supplier/ Authorized Agent. Signature: Name: Designation:
Bidding Document for Purchase of Drugs and Medicines
Page 67
Annex. A Schedule of Requirements
The supplies shall be delivered in accordance with the subsequent Purchase Orders to be issued by the Executive Director Rawalpindi Institute of Cardiology as per following schedule of requirements:S#
Name of the Store
Quantity
Delivery Scheduled
Name of Drugs & Medicines
Quantity also mentioned
50% Drugs & Medicines before
mentioned in the scheduled of
in the scheduled of
31 December 2012.
Requirements List
Requirements List
25% Drug and Medicines upto
st
st
31 March 2013. 25% Drug and medicines upto st
31 May 2013.
Rawalpindi Institute of Cardiology: Mode of Penalty
Without penalty With penalty @ 0.067 % per day
Quantity as per Purchase Order Time period has mentioned in above said Delivery Scheduled table. After delivery time mentioned in above said delivery scheduled.
Bidding Document for Purchase of Drugs and Medicines
Page 68
Annex. B Technical Specifications and Ancillary Services a).
Product Specifications. (Detailed technical specifications, given in Section III, will be followed)
b).
Labeling and Packing i. The manufacturer shall follow the Drugs (Labelling and Packing) Rules 1986, framed under the Drugs Act, 1976. ii. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/ written in indelible ink both in English and Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the drug manufacturing license No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu version namely: name of drug, dosage and instructions, should also be written on the outer carton and on the most inner container in bold letters. All tablets shall be supplied in aluminium strip / blister pack. Expiry date must be printed on each aluminium strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps.
c)
Additional instructions for packing i. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability (Including colouration of medicines) of the Drug for human consumption etc. in accordance with the Drug Act, 1976 on judicial paper. ii. The bidder shall supply the drugs/medicines in special green packing with Logo of the Government of Punjab. The following wording/insignia shall be printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In case of items supplied by the foreign manufacturer the mentioned condition may be relaxed by the Procuring Agency.
“NOT FOR SALE” “PUNJAB GOVERNMENT HEALTH DEPARTMENT PROPERTY” iii. After signing of the Contract, the Supplier shall submit the samples of finished medicines in accordance with the above instructions for approval of the Health Department. The approved samples will be shared with the districts and all subsequent supplies must be in accordance with the approved samples. d).
Shelf life i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported drugs.
Bidding Document for Purchase of Drugs and Medicines
Page 69
ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed limit for locally manufactured and imported medicines respectively. iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70% will be accepted without penalty charges and up to 60% with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed limit� e).
Testing/Verification Procedures i. After delivery of drugs and medicines at the Purchaser’s premises, the Purchaser shall send the samples from each batch to the Drugs Testing Laboratory, Punjab for testing. The Inspection Committee constituted by the Purchaser shall inspect the quantity, specifications of goods after receipt of standard quality report from DTL concerned. The cost of the lab tests shall be borne by the Supplier. ii. In case of substandard report of any batch, the Supplier has the right to go for appellate laboratory. If it is again declared substandard, the Supplier will be intimated and they will be bound to resupply the entire fresh stock of that batch free of cost within the reasonable time period to be intimated by the purchaser but not later than 21 days (three weeks) from the date of intimation, which will be subject to completion of all testing and verification formalities. At the parallel, the case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act 1976 and disposal of substandard stocks. iii. The Inspection Committee will carry out detailed physical examination of stocks and can reject, even if it is declared of standard quality by DTL, if found not according to the approved sample and other technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier will also be responsible to replace the unconsumed expired stores without any further charges.
f).
Transportation/Delivery Requirements i. The Supplier shall arrange such transportation of the drugs and medicines as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement ii. All costs associated with the transportation including loading/unloading of drugs and medicines and road taxes shall be borne by the Supplier. iii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for such types of items.
Bidding Document for Purchase of Drugs and Medicines
Page 70
Annex. C Price Schedule submitted by the Bidder. (The approved price schedule submitted by the Bidder will be attached)
Bidding Document for Purchase of Drugs and Medicines
Page 71
Annex. D Purchase r’s Notification of Award (Copy of the final letter will be attached)
Bidding Document for Purchase of Drugs and Medicines
Page 72
Annex. E (Specimen Sample of PO) OFFICE OF THE EXECUTIVE DIRECTOR RAWALPINDI INSTITUTE OF CARDIOLOGY RAWALPINDI
Purchase Order. 1 2 3 4 5
Purchase Order No Date Supplier/Firm Name Supplier/Firm’s Address Firm Contact No Conditions of the Contract:
6
Particulars of Stores:
Item No.
As already communicated in the Bidding Document & Contract As per detail given below
Item Name Approved Specifications
Unit Price in PKR (As per contract)
Quantity
Total Cost (PKR)
Additional instructions (if any): 1. 2. 3.
Executive Director
Bidding Document for Purchase of Drugs and Medicines
Page 73
Annex F Payment Schedule (Payment to the Suppliers will be made against satisfactory performance and upon submission of required documents and in accordance with the procedure mentioned in the PPR-2009. However, if there is any alternate payment schedule, agreed by the Procuring Agency and Supplier, will be annexed here)
Bidding Document for Purchase of Drugs and Medicines
Page 74
General Conditions of Contract (GCC) 1. Definitions
1.1
In this Contract, the following terms shall be interpreted as indicated: (a) “The Contract” means the agreement entered into between the Purchaser (provincial and district Health department) and the Supplier, as recorded in the Agreement signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein. (b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its Contractual obligations. (c) “The Goods” means all those supplies which the Supplier is required to supply to the Purchaser under the Contract. (d) “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the government of Punjab, transportation of goods up to the desired destinations and other such obligations of the Supplier covered under the Contract. (e) “GCC” mean the General Conditions of Contract contained in this section. (f) “SCC” means Special Conditions of the Contract. (g) “The Purchaser” means the Government of Punjab, Health Department Lahore. (h) “The Supplier” means the individual or firm supplying the goods under this Contract. (i) “Day” means calendar day.
Bidding Document for Purchase of Drugs and Medicines
Page 75
2. Application
2.1
These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.
3. Source of Import
3.1
All goods and related services to be supplied under the contract that are required to be imported in Pakistan shall have their origin in eligible source countries as prescribed by the commercial policies of the Federal Government of Pakistan and all expenditures made under the contract shall be limited to such goods and services. For purposes of this clause, “origin� means the place here the goods are produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing.
3.2
4. Standards
4.1
The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.
4.2
In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.
4.3
If the Supplier provide substandard item and fail to provide the fresh supply, the payment of risk purchase (which will be purchased by the Health Department) the price difference shall be paid by the Supplier.
4.4 In case of supply of substandard product the cost associated with disposal/destruction or associated handling shall be borne by the Supplier i.e. removal from purchaser’s premises, burning, dumping, or insertion.
Bidding Document for Purchase of Drugs and Medicines
Page 76
5. Use of Contract Documents and Information.
5.1
5.2
6. Patent Rights
7. Submission of Samples
8. Ensuring storage arrangements
The Supplier shall not, without the Purchaser’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance. The Supplier sha ll n o t , wit h o u t t h e P u r c h a s e r ’ s p rio r written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract.
5.3
Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the Purchaser.
5.4
The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance of the Supplier.
6.1
The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.
7.1
Before commencing supplies, the Supplier shall provide samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff, as the case may be.
8.1
To ensure storage arrangements for the intended supplies, the Supplier shall inform the Purchaser at least one (01) week in advance. However, in case no space is available at the Purchaser’s premises at the time of supply, the Purchaser shall, at least 02 days prior to such situation, shall inform the Supplier, in writing, of the possible time frame of availability of space by which the supplies can be made. In case the Supplier abides by the given time frame it shall not be penalized for delay.
Bidding Document for Purchase of Drugs and Medicines
Page 77
9. Inspections and Tests
10. Delivery and Documents
11. Insurance
9.1
The Purchaser or its representative shall have the right to inspect and/or to test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no e x t r a c o s t t o t h e Purchaser.
9.2
All costs associated with testing shall be borne by the Supplier.
9.3
The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods either at Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods delivery from the point of Supply or manufacturing.
9.6
Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract.
10.1
The Supplier in accordance with the terms and manner specified in the Schedule of Requirements shall make delivery of the goods.
10.2
The Supplier shall furnish all necessary documentation necessary for completion of the delivery, at the time of delivery and in the manner prescribed.
10.3
The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the buyer after the Goods having been delivered;
11.1
The supplier shall be solely responsible for Insurance of the Goods subject to the contract.
12.Transportation 12.1
The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement
12.2
All costs associated with the transportation of the goods subject to this contract shall be borne by the Supplier.
Bidding Document for Purchase of Drugs and Medicines
Page 78
13. Incidental Services
13.1
The Supplier shall be required to provide the incidental services as specified in the SCC and the cost of which is included in the total bid price.
14. Warranty
14.1
All goods subject to this contract shall be accompanied by the necessary warranty in the manner prescribed in the SCC.
14.2
The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.
15. Payment
15.1
The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment Schedule agreed and annexed to this contract.
15.2
The currency of payment shall be Pakistan Rupee.
16. Prices
16.1
Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till the expiry of the contract unless the Parties to this contract mutually agree to vary the prices.
17. Contract Amendments
17.1
No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties.
18. Assignment
18.1
The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Purchaser’s prior written consent.
19. Subcontracts
19.1
The Supplier shall not be allowed to sublet and award subcontracts under this Contract.
Bidding Document for Purchase of Drugs and Medicines
Page 79
20. Delays in the Supplier’s Performance
21. Termination for Default
20.1
Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Purchaser in the Schedule of Requirements.
20.2
If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by an amendment to the Contract.
20.3
Except as provided under GCC Clause 20, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages as prescribed in the SCC, unless the parties to this contract mutually agree for extension of time.
21.1
The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: (a) if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract and subsequent purchase order, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 20; or (b) If the Supplier fails to perform obligation(s) under the Contract. (c)
any other
If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.
Bidding Document for Purchase of Drugs and Medicines
Page 80
22. Force Majeure
22.1
22.2
22.3
23. Termination for Insolvency
23.1
Notwithstanding the provisions of GCC Clauses 20 and 21, the Supplier shall not be liable for forfeiture of its Performance Guaranty, or termination/ blacklisting for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and valid evidence of such condition and the cause thereof. The Purchaser shall examine the merits of the case and all reasonable alternative means for completion of purchase order under the Contract and inform the Supplier of its findings promptly. Unless Purchaser informs the Supplier in writing of its agreement on t h e a p p l i c a t i o n o f f o r c e m a j e u r e , t h e Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.
The Purchaser may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties.
Bidding Document for Purchase of Drugs and Medicines
Page 81
24. Arbitration and Resolution of Disputes
24.1
The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.
24.2
If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.
24.3
In case of any dispute concerning the interpretation and/or application of t h i s C o n t r a c t s h a l l b e s e t t l e d t h r o u g h arbitration under the Arbitration Act of 1940 (As amended from time to time).
25.1
The C o n t r a c t s h a l l b e w r i t t e n i n E n g l i s h l a n g u a g e . Subject to GCC Clause 26, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.
26. Applicable Law
26.1
This Contract shall be governed by the Laws of Pakistan And the courts of Pakistan shall have exclusive jurisdiction.
27. Notices
27.1
Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and on the others address specified in SCC.
27.2
A notice shall be effective when delivered or on the Notice’s effective date, whichever is later.
25. Governing Language
28.Taxation
28.1 All taxation, whether International, Federal, Provincial or Local, shall be borne by the Supplier.
Bidding Document for Purchase of Drugs and Medicines
Page 82
THE PUNJAB EMPLOYEES' SOCIAL SECURITY INSTITUTION (HEAD OFFICE) 3/A, Gulberg-V, Lahore.
RE-TENDER NOTICE FOR PURCHASE OF DISPOSABLE SYRINGES FOR THE YEAR 2012-2013. Dr Ilyas 10.1.2010 Sealed tenders are invited for purchase of Disposable Syringes for the year 2012-2013 from manufacturers/sole agents of foreign principals (Registered with Health Department, Government of Punjab with reference to letter No. SO(DC) 639/2007 (P) dated 17-12-2009) on F.O.R. basis at consignee’s end. The tender forms along with details of the Syringes can be purchased from the office, during working hours, on payment of Rs.1000/- as tender fee (Nonrefundable). The tender along with 2% earnest money of the total quoted value of the items, in favour of Commissioner PESSI, should reach this office on 10-11-2012 (up to 10.30 A.M.) which will be opened on the same day at 11.00 A.M. in presence of representatives of the participating firms who care to attend. Single stage two envelop method as specified in Punjab Procurement Rules 2009 (Amended) shall be adopted. Envelops should be marked as FINANCIAL PROPOSAL & TECHNICAL PROPOSAL in bold & legible letters. The financial proposals of bids found technically non-responsive shall be returned un-opened to the respective bidders. Biding Document is also available on PPRA Website ppra.punjab.gov.pk & PESSI Website www.pessi.gop.pk. Note: Tender published in The News & Daily Nawa-e-Waqat dated 24-09-2012 vide IPL No. 12898 for the purchase of syringes has been cancelled.
DR.MUHAMMAD ILYAS DIRECTOR (PURCHASE)
Pipra Rules regarding Instment. medicines.related all files
BIDDING DOCUMENT FOR PURCHASE OF MEDICINES YEAR 2012-2013
PUNJAB EMPLOYEES SOCIAL SECURITY INSTITUTION (HEAD OFFICE) 3/A, GULBERG-V, LAHORE. Ph. No.042-99263122
Pipra Rules regarding Instment. medicines.related all files
INSTRUCTIONS TO BIDDERS 1.
Source of Funds:
THE PUNJAB EMPLOYEE’S SOCIAL SECURITY INSTITUTION
(PESSI), has allocated the budget for purchase of medicines for PESSI Hospitals/Directorates under the relevant head of Account. The PESSI intends to conclude Rate / Running Contract for supply of Medicines, on Free Delivery at Central Medical Store, Depot, Multan Road, Lahore 2.
Eligible bidders:
This Invitation for Bids is open to all Manufacturers and in case of
imported goods, their Sole Agents / Importer in Pakistan, Pre-qualified with the PESSI for supply of Drugs / Medicines, on Free Delivery to CMSD, Multan Road, Lahore. The importer /sole agent must possess a valid authorization from the Foreign Principal / Manufacturer and drugs sale license issued by the competent authority in Pakistan and in case of manufacturer they should have a documentary proof of valid drugs manufacturing license. The bidder shall also have to submit a copy of registration certificate from Ministry of Health, Islamabad and letter for Pre qualification from PESSI. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization. 3.
Eligible Goods and Services: All goods and related services to be supplied under the contract
shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services. For these purposes, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall includes related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components. 4.
Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission
of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the manner or outcome of the bidding process.
THE BIDDING PROCEDURE 5.
Single Stage – Two Envelopes Bidding Procedure shall be applied: i.
The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the Financial Proposal and the Technical Proposal;
ii.
The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion;
iii.
Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;
iv.
The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened;
v.
The Procuring Agency shall evaluate the Technical Proposal, without reference to the price and reject any proposal which do not conform to the specified requirements;
vi.
During the technical evaluation, no amendments in the technical proposal shall be permitted;
vii.
The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance;
viii.
After the evaluation and approval of the technical proposal, the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
ix.
The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
Pipra Rules regarding Instment. medicines.related all files
x.
The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS 6.
Content of Bidding Documents i.
The goods required, bidding procedures, and Contract terms are prescribed in the bidding
documents. In addition to the Invitation for Bids, the bidding documents shall include:a. b. c. d. e. f. g. h. i.
ii.
Instructions to bidders; General Conditions of Contract; Special Conditions of Contract; Schedule of Requirements; Contract Form; Manufacturer’s Authorization Form; Bid Form; Price Schedule Technical specification comprising list of medicines and Drug Specification Proforma.
The bidder is expected to examine all instructions, forms, terms, and specifications in the
bidding documents. iii
Failure to furnish all information required by the bidding documents or to submit a bid
not substantially responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the rejection of its bid. 7.
Clarification of Bidding Documents: A prospective bidder requiring any clarification of the
bidding documents may notify the Procuring Agency, in writing at the Procuring Agency’s address, indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. 8.
Amendment of Bidding Documents:
At any time prior to the deadline for submission of bids,
the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS 9.
Language of Bid:
The bid prepared by the bidder, as well as all correspondence and
documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 10.
Documents Comprising the Bid:
The bid shall comprise the following components:
(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal); (b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted; (c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and Pipra Rules regarding Instment. medicines.related all files
(d) Bid Security, if any furnished in accordance with instruction to bidders. 11.
Bid Form & Price Schedule:
The bidder shall complete the Bid Form and an appropriate
Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices. 12.
Bid Prices: i.
The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods, it proposes to supply under the Contract.
ii.
Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.
iii.
The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
iv.
The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency.
v.
Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive bidder.
vi.
While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
13.
Bid currencies: Prices shall be quoted in Pak Rupees.
14.
Documents Establishing bidder’s Eligibility and Qualification i.
The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
ii.
The documentary evidence of the bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders
iii.
The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency’s satisfaction: (a) The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided. (b) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender. (c) The bidder shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
Pipra Rules regarding Instment. medicines.related all files
(d) The bidder should have minimum two-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last two year. Documentary proof shall have to be provided in this regard. (e) The bidder is required to provide with the Technical Proposal, the name of item(s) for which they have quoted their rates in the Financial Proposals. (f) The bidder must indicate the registration number, make of country of origin / Manufacturer of the drugs, capacity of production of the firm, its financial status, batch capacity, necessary assurance of quality production, GMP / cGMP, and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants. (g) The bidder shall provide a list of plant, major machinery and equipment installed in the factory. In case of imported Drugs / Medicines, the profile / credentials of the foreign Manufacturer in the respective foreign country, shall be provided along with bid. 15.
Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: i.
The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
ii.
The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm.
iii.
Submission of sample: a) The bidder must produce along with technical proposal, Four (04) samples of quoted product(s) (Commercial pack) according to the strength and packing of demand of enquiry. No technical proposal / bid shall be considered in absence of samples. b) The representative sample(s) must be from the most recent stocks, supported by valid warranty as per Drugs Act 1976.
16.
Bid Security i.
The bidder shall furnish, as part of its Financial Proposal, a Bid Security (Earnest Money) in the amount specified in Special Conditions of Contract. Unsuccessful bidder’s, bid security shall be discharged or returned soon after approval of the successful bidders. The successful bidder’s bid security shall be discharged upon signing of contract and furnishing the performance guarantee / security.
ii.
The Bid Security is required to protect the Procuring Agency against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant to instruction to bidders.
iii.
The Bid Security may be forfeited: (a) if a bidder withdraws its bid during the period of bid validity; or (b) in the case of a successful bidder, if the bidder fails: I. to sign the Contract in accordance with instruction to bidders; Or II. to complete the supplies in accordance with the General Condition of Contract.
17.
Bid Validity i.
Bids shall remain valid for the period of six months after the date of opening of Technical Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.
Pipra Rules regarding Instment. medicines.related all files
ii.
The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii.
bidders who,(a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and (b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid securities (earnest money).
18.
Format and Signing of Bid: i.
The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii.
Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS 19.
Sealing and Marking of Bids
i.
The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The inner and outer envelopes shall: a. be addressed to the Procuring Agency at the address given in the Invitation for Bids and; b. bear the name and number indicated in the Invitation for Bids.
ii.
The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
iii.
If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.
20.
Deadline for Submission of Bids:
Bids must be submitted by the bidder and received by
the Procuring Agency at the address specified under instruction to bidders, no later than the time and date specified in the Invitation for Bids. The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 21.
Late Bid:
Any bid received by the Procuring Agency after the deadline for submission of
bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder 22.
Withdrawal of Bids:
The bidder may withdraw its bid after the bid’s submission and prior to
the deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS 23.
Opening of Bids i.
The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of bidders’ representatives who choose to attend, at the time,
Pipra Rules regarding Instment. medicines.related all files
on the date, and at the place specified in the Invitation for Bids. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened and till completion of the evaluation process. ii.
The bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced.
iii.
The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced to the bidders; even they qualified in the evaluation of technical proposal. However, prior to return to the bidder, the Chairman of the Purchase Committee shall record statement / reason on such bids.
iv. 24.
The Procuring Agency shall prepare minutes of the bids opening (technical and financial). Clarification of Bids: During evaluation of the bids, the Procuring Agency may, at its
discretion, ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted
25.
Preliminary Examination i.
The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.
ii.
In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
iii.
The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.
iv.
Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Drugs Act, Taxes & Duties and GMP practices shall be deemed to be a material deviation for technical proposals and Bid Security for financial proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.
Pipra Rules regarding Instment. medicines.related all files
v.
If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the bidder by correction of the nonconformity.
26.
Evaluation & Comparison of Bids i.
The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.
ii.
The Procuring Agency’s evaluation of technical proposal / bid shall be on the basis of previous performances, previous test reports, inspection of plant/ factory / premises (if not previously conducted), previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders and bid Security.
iii.
All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
iv.
A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
27. i.
Evaluation Criteria: For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous Drugs Testing Laboratory, test / analysis reports, inspection of plant / factory / premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the TECHNICAL PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.
1 i. ii. iii.
2 i. ii. iii.
3 i. ii. iii.
4 i. ii.
Physical report Complies with Official Books (BP/USP etc)/Complies with manufacturer’s Spec Quality of Printing, Packing / Packaging & Labeling Material Submission of complete Drug Specification proforma Length of registration of relevant product from Ministry of Health.
15 03
1- 5 year 6-10 year More than 10 year Past Performance of bidder with PESSI. (Last 2 years) Execution of Supply Order 100%
02 04 10 20
Compliance to Supply Order from PESSI outlets Efficacy of relevant product reported by the consultants. Financial Position/status. Income Tax return/any other proof of Income Tax paid for last two years. Financial Bank soundness certificate up to 10
06 06
Pipra Rules regarding Instment. medicines.related all files
10 02 10
08
10 05 02
million.
5
i. ii.
6 i. ii.
Iii 7 i. ii.
Financial Bank soundness certificate up to 20 million.
05
Market availability of the quoted item at Leading Chain Pharmacies for last 2years (Fazal Din, Servaid, Clinix and Green Plus). Availability of quoted item at three Pharmacies Availability of quoted item at Four Pharmacies Percentage of dosage forms approved by prequalification team. Less than 50% More than 50% / Less than 100% 100% Quality Certificates. ISO certification of SOP’s GMP Certification issued by Ministry of Health.
25
Total:-
20 25 10 03 05 10 10 02 08
100
Minimum qualifying marks 70 out of 100.
Newly registered medicines shall be evaluated separately by the evaluation committee Availability of Anti Cancer medicines shall be checked at the pharmacies located at Inmol, Jinnah Hospital & Mayo Hospital.
i)
After technical evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 70% or were considered non-responsive, that their financial proposals shall be returned unopened after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. bidders’ attendance at the opening of financial proposals is optional.
ii)
Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened. These financial proposals shall be then opened and the quoted price read aloud and recorded.
28
Contacting the Procuring Agency:
No bidder shall contact the Procuring Agency on any
matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification. 29.
Qualification & disqualification of bidders:
In the absence of prequalification, the Procuring
Agency shall reject the bid. The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete. Pipra Rules regarding Instment. medicines.related all files
30.
Rejection of Bids:
The Procuring Agency may reject any or all bids at any time prior to the
acceptance of a bid. The Procuring Agency shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Procuring Agency incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids. 31.
Re-Bidding:
If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems
necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2009. The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary. 32.
Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid
evaluation prior to the award of procurement contract.
AWARD OF CONTRACT 33.
Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations
or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity. 34
Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Rate / Running Contract’s award to
increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 35
Limitations on negotiations Negotiations may not relate to the price or substance of tenders or proposals specified by the
bidder in his tender, but only to minor technical, Contractual or logistical details. I.
As guidance only, negotiations may normally relate to the following areas:
minor alterations to technical details/specification. minor amendments to the Special Conditions of Contract; finalizing the payment arrangements; mobilization arrangements; agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency; the proposed methodology or staffing; inputs required from the procuring agency; clarifying details that were not apparent or could not be finalized at the time of bidding; the bidder’s tax liability in Pakistan, if the bidder is a foreign company. II. Negotiations shall not be used to:
36.
substantially change the technical quality or details of the requirement, including the tasks or responsibilities of the bidder or the performance of the goods; substantially alter the terms and conditions of Contract; reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted; reduce work inputs solely to meet the budget; or substantially alter anything which formed a crucial or deciding factor in the evaluation of the Tenders or proposals. Notification of Award i.
Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, that its bid has been accepted.
ii. 37
The notification of award shall constitute the formation of the Contract.
Signing of Contract
Pipra Rules regarding Instment. medicines.related all files
i.
At the same time as the Procuring Agency notifies the successful bidder that its bid has been accepted, the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties.
ii.
Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper worth Rs100/. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then their Bid Security / Earnest Money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.
38.
Performance Security. i.
On the date of signing of Contract, the successful bidder shall furnish the Performance Security in accordance with the Conditions of Contract, provided in the bidding documents. The 2% bid Security would be returned to the bidder upon submission of Performance Security.
ii.
Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.
39.
Corrupt or Fraudulent Practices
a.
The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe
the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency defines, for the purposes of this provision, the terms set forth below as follows: I. “Corrupt Practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in Contract execution; and II. “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. b. shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; c. shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a Contract.
Pipra Rules regarding Instment. medicines.related all files
GENERAL CONDITIONS OF CONTRACT 1.
Definitions:
In this Contract, the following terms shall be interpreted as indicated against
each. a. “The Rate Contract” is a contract for the supply of stores at specified rates during the period covered by the contract. No quantities are mentioned in the Rate Contract and the successful bidder is bound to accept any order which may be placed upon him at the rates specified within the period of the contract. The Rate Contract may be concluded with one or more contractors. b. “The Running Contract” is a contract for the supply of an approximate quantity of stores at specified price during period of contract. The approximate requirements of a number of indentors for the period in question are combined by the Procuring Agency. The running contract also provides that any of these indentors may demand his requirement at any time or at specified period during the currency of the contract. The ordinary period of the Currency of the Rate or Running Contracts shall be one Year Ist July to 2010-11 till 30th June 2011 for all outlets of PESSI including Head Office, Hospitals and Directorates (Extendable) from the date of issuance of the Award Letter. c. “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein. d. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations. A certificate that the prices quoted are not more than the prices quoted to Health Department Govt. of the Punjab and that the quoted rates are not more than the rates quoted/offered to any other Organization shall be attached by the tenderer, failing which the offer/offers will be rejected. The rates quoted should not be more than the trade price of the respective item.
e. “The Goods” means drug/ medicines which the Supplier is required to supply to the Procuring Agency under the Contract. f.
“The Specifications”
means the specifications of medicines, the offered items should be
consistent with the specifications. g. “The Services” means those services ancillary to the supply of goods, such as printing of special instructions on the label and packing, design, logo, transportation upto CMSD, Multan Road, Lahore and other such obligations of the Supplier covered under the Contract. h.
The Procuring Agency: is the Punjab Employees Social Security Institution and other Institutions under administrative control of PESSI, Head Office i.e. PESSI, Hospitals/PESSI, Directorates.
i. j. 2.
means Director Medical, In charge, Central Medical Store Depot PESSI, at S.S. Hospital, Multan Road, Lahore, for the supply order issued by the Head Office. “The Supplier” means the individual or firm supplying the goods under this Contract. “The Consignee”
“Eligible Bidder”
The tenders are to be quoted by the firm pre-qualified with PESSI only for
the approved dosage form. Copy of the valid pre-qualification letter is to be attached with the tender, failing which the offers will be rejected. 3.
Application:
These General Conditions shall apply to the extent that they are not inconsistent /
superseded by provisions of other parts of the Contract 4.
Standards:
The goods supplied under this Contract shall conform to the standards mentioned
in the Technical Specifications. 5.
Pack adjustment Pack adjustment of all medicines will be made by PESSI.
6.
Use of Contract Documents and Information
Pipra Rules regarding Instment. medicines.related all files
i)
The Supplier shall not disclose the Contract, or any provision thereof, or any specification., sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract.
ii)
The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in condition of contract except for purposes of performing the Contract.
iii)
Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.
iv)
The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier.
7.
Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country. 8.
Submission of Samples: Labeling and Packing of the product would be examined in accordance
with Labeling and Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide FOUR (04) samples (commercial packs); free of cost along with the tender failing which the offers will not be accepted. 9.
Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended
supplies, the Supplier shall inform the Consignee one week in advance. 10.
Inspections and Test / Analysis i)
The Procuring Agency or its representative shall have the right to inspect and /or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency.
ii)
The inspection committee constituted by PESSI, Head Office shall inspect the quantity and specifications of medicines who will submit a report on Inspection Certificate.
iii)
The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
iv)
The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the arrival at Procuring Agency’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Procuring Agency or its representative.
v)
Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract.
11.
Chemical and physical examination of medicines I
All the Drugs / Medicines shall be acceptable subject to chemical and physical
examination. The chemical examination shall be carried out through the Drugs Testing Laboratory Government of Punjab. If the facility for test / analysis is not available with DTL, Government of Punjab then the sample will be sent to NIH, Islamabad. If the test facilities are not available with the DTL, Government of Punjab as well as NIH Islamabad then the batch release certificate and test analysis report of quality control / quality assurance department of the manufacturer shall be relied upon.
Pipra Rules regarding Instment. medicines.related all files
II
The Inspection Committee constituted by PESSI, Head Office shall carry out the physical
examination after receipt of supplies. If the medicines supplied are found during physical examination / inspection to be against the required specifications, approved samples, etc, even if it is of standard quality, the Procuring Agency may reject the goods, and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 15 days from the date of communication of decision to the Manufacturer / Supplier by the Concerned Authority. In case after replacement or alteration, the Inspection Committee again declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the PESSI account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years. 12.
Delivery and Documents:
Any erasing/cutting/crossing etc. appearing in the offer must be
properly signed by the person signing the tender. Moreover all pages of the tender must be signed. Offer with any over writing in no circumstances shall be accepted. The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract. 13.
Insurance/Income Tax etc. Octroi/Income Tax and all other Government charges will be paid by
the supplier. 14.
Transportation:
The Supplier shall arrange such transportation / cold chain maintenance of the
goods as is required to prevent their damage or deterioration during transit to their destination. The medicines shall be delivered at CMSD Multan Road, Lahore. In case of any subsequent/supplementary order from S.S. Hospitals/Directorates, the medicines shall be supplied at consignees end on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier 15.
Incidental Services:
The Supplier shall be required to provide the incidental services as
specified in Special Conditions of the Contract and the cost of which should include in the total bid price. 16.
Warranty Certificate: The Drugs / Medicines shall be accompanied by the necessary warranty
(on judicial paper) in accordance with the provision of the Drugs Act, 1976 and rules framed there under. The Procuring Agency shall promptly notify the Supplier in writing of any claims arising under this warranty. 17.
Payment:
The method and conditions of payment to be made to the Supplier under this
Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees. Payment will be made by the Commissioner against bill to be submitted by the contracting firms duly supported with the inspection certificate and test reports. For imported items Bill Of Entry is also to be provided to the inspection team otherwise inspection will not be conducted to proceed further accordingly. 18.
Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from
the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 19.
Contract Amendments:
No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
Pipra Rules regarding Instment. medicines.related all files
20.
Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under
this Contract. 21.
Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in
accordance with the time schedule prescribed by the Procuring Agency. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages. 22. Penalties/liquidated Damages: In case of late delivery beyond the stipulated period, penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm. Broken and damaged material will be replaced by the supplier free of cost. 23.
Termination for Default:
The Procuring Agency, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract 24.
Force Majeure Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable
for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargos. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee constituted by PESSI, Head Office for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25.
Termination for Insolvency The Procuring Agency may at any time terminate the Contract by giving written notice of one
month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not Pipra Rules regarding Instment. medicines.related all files
prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26.
Arbitration and Resolution of Disputes:
The Procuring Agency and the Supplier shall
make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The Commissioner, PESSI or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties 27.
Governing Language: The Contract shall be written in English language. All correspondence
and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28.
Applicable Law This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction. 29. Notices 1
Any Notice given by one party to the other pursuant to this contract shall be sent to the other party in writing and confirmed to other party’s address specified in Special Conditions of Contract.
2
A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Pipra Rules regarding Instment. medicines.related all files
SPECIAL CONDITION OF CONTRACT 1.
Definitions; i. The Procuring Agency: is the Punjab Employees Social Security Institution and other Institutions under administrative control of PESSI, Head Office i.e. PESSI, Hospitals/PESSI, Directorates. PESSI reserves the right to purchase full or part of the stores or ignore/scrape/cancel the tender without assigning reasons. ii. The Supplier; is the individual or firm supplying the goods under this contract.
2.
Availability: All medicines supplied to PESSI should be freely available in leading Pharmacies of
Lahore, if not so the offer of the firm would be cancelled (Bill warranties for last two year should be attached). 3.
Bid Security; The bidder shall furnish, as part of its financial proposal / bid, the Bid Securities / Earnest Money
(refundable) in Pak Rupees @ 2% of the total bid value in the shape of Bank Draft, Pay Order or Call Deposit in the name COMMISSIONER PESSI. The financial bid found deficient of the bid Security shall not be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward. However, the bid security of any successful bidder shall be returned upon submission of Performance Security and in case of unsuccessful bidder, the bid security of the bidder shall be returned. 4.
Performance Security After signing of contract, the successful bidders shall have to deposit bank draft of the amount
equal to 5% of the value of supply order as performance security and 2% of the supply order value as earnest money in shape of deposit at call, for each phase. The bid Security will be returned to the bidder upon submission of Performance Guaranty/Security. 5.
Inspection. Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the
conditions of contract. After delivery at CMSD Multan Road, Lahore, the goods shall be inspected/examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. The Committee shall submit its inspection report to PESSI, Head Office, Lahore. In case of any deficiency, pointed out by the Inspection Committee in the delivered medicines the Supplier shall be bound to rectify it free of cost. For imported items Bill Of Entry is also to be provided to the inspection team otherwise inspection will not be conducted to proceed further accordingly. 6.
Testing. The samples shall be collected for analysis and send to DTL, Punjab. The samples drawn for
Drug Testing are to be replaced by the firm at the time of supply as per rules failing which PESSI will not be responsible for delay in payment. Testing charges of samples against the supplies will be borne by the supplying firms irrespective of the result of sample. A certificate should be furnished by the tenderers that they will be responsible for the free provision of new stores if the same are found to be substandard or at variance with the specifications give in the tender inquiry. Stores of a specifications superior to the one specified in the tender inquiry shall, however, be considered. If the stores are found sub-standard by the end users or by the Drug Testing Laboratory Punjab, the entire stock will be confiscated and destroyed and purchase will be made from the market on risk and cost of the firm or the order will be given to the second lowest. The firm shall also be liable to other punitive actions including black listing as well as department reserves the right to cancel the supply order Pipra Rules regarding Instment. medicines.related all files
for 2nd Phase. In case the payment is released to the firm and DTL declares the stocks substandard, the firm shall be bound to replace the stocks without any further payment. The stocks declared substandard will be confiscated and destroyed. The firm will have to provide the following as and when required/requested. a) b) c) d)
7.
Assay procedure of any/all products. Reference standard. Evidence of Bio-availability/Bio-equivalence for any/all products. Evidence of basis for expiration dating and other stability data concerning commercial/final packing.
Delivery and Documents. a)
The supply order will be placed for the period July, 2009 to June, 2010. The supply
period will be 30 days from the date of issue of supply order with a grace period of 10-days which will start immediately after expiry of 30-days time and extension in delivery period will not be granted. Any subsequent/supplementary order placed by the Head Office/Directorates/S.S. Hospitals, shall also be complied with by the firm promptly, on the same rates as quoted/& approved by the Head Office PESSI. The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment. (i)
Original copies of Delivery Note / Challan (in duplicate)in the name of In charge Director Medical CMSD, Multan road, Lahore where delivery is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.
(ii)
Original copies of the Supplier’s invoices (in duplicate) showing warranty, in the name of Commissioner PESSI, Head Office, item’s description, Batch No, Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.
(iii)
8.
Attested copies of valid drug manufacturing & sale license, Pre-qualification letter with PESSI & drugs registration certificates shall be attached. The firm will have to provide the valid professional tax exemption certificate. (iv) NTN Certificate. (v) Undertaking on judicial paper. (vi) Receipt of (F-6), 5% & 2% of order value. (vii) Three copies of the latest printed Original Price List should be attached. (viii) The firms providing false documents or giving misleading statements will be debarred from the current & next tenders. Incidental Services The following incidental services shall be provided and the cost of which should include in the
total bid price. a.
The bidder shall supply drugs/medicines as far as possible as per tender requirement in special packing with Logo of PESSI.
b. The following wording/insignia shall be printed in bold letters English in indelible ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. “PESSI PROPERTY NOT FOR SALE” c. The rules for labeling and packing shall be followed as per “The Drugs (Labeling and Packing) Rules, 1986”, framed under the Drugs Act, 1976. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/ written in indelible ink in English on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the drug manufacturing license No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu version namely, name of drug, dosage and instructions, should also be written on the outer carton and Pipra Rules regarding Instment. medicines.related all files
on the most inner container in bold letters. All tablets shall be supplied in aluminium strip / blister pack. Expiry date must be printed on each aluminium strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps as per sample provided at the time of opening of tender. In case of non fulfillment of these requirements the supply shall not be accepted. d. Medicines with minimum of 80% shelf life for the locally manufactured shall only be accepted at the time of delivery and no relaxation in shelf life shall be granted. e. Medicines with minimum of 80% shelf life for imported medicines shall be accepted, however shelf life upto 75% shall be accepted with penalty equal to 1% of total value of the medicine per percentage point of the short fall in the prescribed shelf life. f.
If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.
9.
Warranty: The drugs/medicines shall be accompanied by the necessary warranty on judicial
under taking in accordance with the provision of the Drugs Act, 1976 / rules framed there under. 10.
Payment a) The Payment shall be in Pak Rupees. b) The payment will be made in two parts for Phase I & Phase-II respectively on submission of documents at serial No. 7 along with DTL reports and Physical Inspection report carried out by the committee. c) The laboratory test / analysis charges of sample either from DTL, Punjab or from NIH, Islamabad. shall be borne by the Supplier.
11.
Penalties/ Liquidated Damages. a.
In case where the deliveries as per contract are not completed within the time frame
specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non窶電elivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of one year. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the PESSI account and the firm shall be blacklisted minimum for a period of two year. Institution reserves the right to purchase the item from the IInd-lowest firm at the risk and cost of the defaulting firm. The action of black listing the defaulting firm will also be taken. b.
Any order placed erroneously shall have to be lifted back by the firm at its own cost.
c.
The delivery period given by PESSI shall be acceptable to the firms. In case of late
delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 1% per week of the cost of late delivered supply shall be imposed upon the Supplier. 12.
Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or application of this Contract shall be
settled through arbitration. The Commissioner, PESSI or his nominee shall act as sole ARBITRATOR. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties. 13.
Governing Language: The language of this Contract shall be in English.
14.
Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of
Pakistan shall have exclusive jurisdiction.
Pipra Rules regarding Instment. medicines.related all files
15.
Notices
Supplier’s address for notice purpose ------------------------------------------------
Procuring Agency’s address for notice purposes shall be the;
-------------------------------------------------The Director (Purchase), PESSI, Head Office, 3/A, Gulberg-V, Lahore.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, notified on 2nd October, 2009.
Pipra Rules regarding Instment. medicines.related all files
MANUFACTURER’S AUTHORIZATION FORM
To: The Commissioner, PESSI. WHEREAS M/s.________________________________________ who are established and reputable Manufacturers of medicines having factory located at ________________________do hereby authorize _________________________________ to submit a bid, and subsequently negotiate and sign the Contract with you against No.__________________ for the goods manufactured by the firm. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids.
{Signature on behalf of manufacturer___________________________}
Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. It should be included by the bidder in its bid.
Pipra Rules regarding Instment. medicines.related all files
CONTRACT FORM THIS CONTRACT is made at ---------------------------------on--------------------------day of--------------- 200--, between PESSI (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s------------------------------------- a firm registered under the laws of Pakistan and having its registered office at ------------------------------------------------------------------------------------------------ (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Procuring Agency invited bids for procurement of medicines in pursuance where of M/s ---------------------------------------------------------------- being the Manufacturer/ Sole Agent of items (list enclosed) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of item, along with cost per unit list enclosed. NOW THIS CONTRACT WITNESSETH AS FOLLOWS: 1.
In this Contract words and expressions shall have the same meanings as are respectively assigned
to them in the General/ Special Conditions of this Contract hereinafter referred to as “Contract”: 2.
The following documents shall be deemed to form and be read and construed as integral part of
this Contract, viz:a. b. c. d. e. f. 3.
Price Schedule submitted by the bidder, Technical Specifications; General Conditions of Contract; Special Conditions of Contract; and Procuring Agency’s Award of contract; and Purchase Order
In consideration of the payments to be made by the Procuring Agency to the Supplier as
hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract. 4.
The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract. 5.
M/s. ______________________ hereby declares that it has not obtained or induced the
procurement of any Contract, right, interest, privilege or other obligation or benefit from PESSI or any administrative subdivision or agency thereof or any other entity owned or controlled by it PESSI through any corrupt business practice. 6.
Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from PESSI, except that which has been expressly declared pursuant hereto. 7.
M/s. ________________ certifies that has made and shall make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with PESSI and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty. Pipra Rules regarding Instment. medicines.related all files
8.
M/s. _______________________________ accepts full responsibility and strict liability for
making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency. 9.
Notwithstanding any rights and remedies exercised by Procuring Agency in this regard,
M/s.
____________________________ agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by M/s. ________________ as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency. 10
In case of any dispute concerning the interpretation and/or application of this Contract shall be
settled through arbitration. Commissioner, PESSI or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties. 11.
This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction. 12.
If the firms provide substandard item and fail to provide the item the payment of risk purchase,
the price difference shall be paid by the Firm 13.
Incase of supply of substandard product the destruction cost will be borne by the firm i.e burning,
Dumping, Incineration IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at PESSI, Head Office and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person
Signed/ Sealed by Procuring Agency
1 ________________________________
_________________________________ DIRECTOR (PURCHASE) PESSI, HEAD OFFICE
2 __________________________________
Pipra Rules regarding Instment. medicines.related all files
BID FORM Date: ___________ No. ____________ To: The Commissioner, PESSI, Head Office, 3/A, Gulberg-V, Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding
Documents
for
the
sum
of
[Total
Bid
Amount
________________________], [Bid Amount in words_____________________________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we shall submit 5% as performance security and 2% as earnest money (in shape of bank draft) of the contract price. We agree to abide by this bid for a period of 180 days from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency may receive.
Name and address of bidder ---------------------------
Dated this ________________day of _____________________________20_____. Signature (in the capacity of) Duly authorized to sign bid for and on behalf of.
=====================================================================
Pipra Rules regarding Instment. medicines.related all files
PRICE SCHEDULE. Must be attached (duly signed and stamped) with Financial Bid. Tender No._______________Due on ___________ Manufactured by __________________ Address.________________ Manufacturing license No. __________Validity _________
ITE M #.
NAM E AS IN PESS I LIST
BRAND NAME OF THE OFFER ED ITEM
QTY. REQUIR ED
DRUG REGD . NO.
PACKIN G OFFER ED
MRP FIXED BY F.G.
T.P. OF THE DRU G
MARKE T AVERA GE T.P.
PRICE OFFERED In figure s
In words.
VALUE
Complete course for 5 patients
Signature of Authorized Person. ____________________________________________ Name of Authorized Person:
_______________________________________
Designation of Authorized Person:
_______________________________________
Quoting Firm Name:
_______________________________________
Phone No.
_______________________________________
Stamp:
_______________________________________
Pipra Rules regarding Instment. medicines.related all files
pk
m o .c
n 71 e av 4-
m 03-4 3 0
4 4 8
m o .c
k -44 p 18 en
v 4-7 a m 3-4 0 3 0
m o .c
k -44 p 18 en
v 4-7 a m 3-4 0 3 0
Benefits of Maven Tenders A subscription to Maven will ensure your organization has access to the latest tenders being called by all levels of Government along with the private and public sectors. As the smartest provider of tender opportunities in the Pakistan market, Maven lead the way in ensuring all relevant tenders for your business are captured and distributed to you in a timely manner. Our capture rates (finding what tenders are available in the market) are considered the best available. What are you currently missing out on?
There are many good reasons to subscribe to a tender notification service. Think of your subscription as an investment, an investment that will more than pay for itself when you win new business called through the tender process. Even if you already have a tender notification provider, having two subscriptions will ensure nothing slips through the net. If you buy your local newspaper and check the tenders advertised column yourself, and this suffices for your business, then you probably don't need our services. However if you are serious about winning new business through the complete capture of all relevant tenders for your business, then a subscription to Maven will deliver.
The following pages outline the main benefits of using our service. Complete Coverage: Maven is your single source. 95% of all publicly advertised tenders in Pakistan pass through our system. We are the only tender notification company that provides customized service. Our research team are highly experienced in hunting down the latest tenders, and our daily media search extends to printed media such as newspapers, trade journals and industry magazines. We also search known industry websites for new tenders being published including all levels of government, councils, and corporate procurers. Rest assured, we know all the sources of tenders and they know us! Benefit to you Your organization receives the widest possible coverage. When you subscribe to Maven you can be assured that all tenders are being captured that are relevant to your business, and that nothing is being missed. You need confidence in this area. Relevancy: We realise the importance of ensuring you only receive tenders that are relevant to your business and industry. Time is precious
and we also understand that you are very busy in your day-to-day work. That is why we have developed an industry matching system that ensures accuracy and relevancy to your specific needs. With many industry categories available, you pick and choose which categories you require tenders from. We also provide keyword profile matching for the most highly targeted matches. Benefit to you You spend less time searching and filtering for tenders in the market and more time running your business. Only receive tenders that are of direct interest to you, and only tenders you are capable of responding to. We keep it quick and simple! Timeliness: We guarantee to have a minimum of 95% of all publicly available tenders to you within 24 business hours of publication. If a tender is published in a newspaper or website today, and it matches your profile, we will send that to you within one business day usually Benefit to you You receive notification in a timely and efficient manner. The earlier the notification to you the more time you have to prepare and respond. With tight closing times becoming the norm, you need to receive notification of tenders at the earliest point possible!
Many of our clients claim that this benefit alone saves them the equivalent of our annual subscription costs! Users: You can have up to five users under your subscription. So if you have a branch network or multiple offices, five people within your business can receive or access tenders we publish. This is useful when each of your branches require tenders for their own region, or where your business has different operating divisions. Benefit to you A subscription can be set-up with 5 users in your organization. Each user can have access to Maven and can receive tenders via email. This means tenders being captured can easily be distributed to your staff or colleagues based on their location or the division they work in.