annex a hepatitis 'b' & 'c' medicine - section a

37
Annex A 1 Package: a) Tab.Declatasvir 60 mg (28 tab.) + b) Tab. Sofosbuvir 400 mg (28 tab) + c) Cap/Tab .Ribavirin 400mg (84tab) a) Tab. Declatasvir 60mg, Pack of 28 tab (4 x 7 's), Aluminium Strip Pack,Packed in carton with leaflet b) Tab. Sofosbuvir 400 mg Pack of 28 tab (4 x 7 's), Aluminium Strip Pack,Packed in carton with leaflet c) Cap. Ribavirin 400 mg, Pack of 10 tab (2 x 5 's), Aluminium Strip Pack,Packed in carton with leaflet 7,000 Packages 4 Tab. Tenofovir Alafenamide 25mg/ Tab. Tenofovir Disoproxil Fumrate 300mg /Tab. Entecavir 0.5mg Pack of 30 tab (3 x 10 's), Aluminium Strip Pack,Packed in carton with leaflet 4,200 Packs 5 (Hepatitis B vaccine) 20mcg/1ml WHO Prequalified/Approved Hepatitis B Vaccine 20mcg/1 ml, vial Packed in carton with leaflet.The firm will Produce batchwise cold chain data from the source of origin & therm0-log data from fatory to warehouse. 20,000 Vial Sr. # Generic Name Pack Size Price/Unit PKR Amount (total) PKR 1 Tab Paracetamol Tab. Paracetamol 500 mg, Blister Pack, Pack of 200 or less, Packed in carton with leaflets. 100,000 Tablet 2 Tab Multi Vitamins Vit. A, Vit D, Vit B1, Vit B2, Vit B6, Vit B12, nicotinamide, Calcium pantothenate 20 mg, Vit C, Iron,Copper, Iodine, cobalt, manganese, magnesium, zinc, molybdenum, potassium & folic acid Packed in carton/Bottle of 30's. 240,000 Tab. 3 Tab.Citrizine HCL 10mg Tab. Cetrizine (as Hydrochloride) 10 mg blister / Strip pack of 30 or less. Packed in caarton with leaflet. 50,000 Tablet 4 Tab. Ciprofloxacine 500mg Tab. Ciprofloacin 500 mg. Blister/Al strip pack.Pack of 10's , Packed in carton with leaflet. 3,000 Tablet 5 Metronidazole 400mg Tab Tab. Metronidazole 400mg, Blister Pack, Pack of 200 or less, Packed in carton with leaflets. 5,000 Tablet 6 Laxative (Liquid Parafin)120 ml 1x 120 ml Syrup 5,000 Syrup 7 Domperidone 5mg/5ml 1x 120 ml Syrup 500 Syrup 8 Tab. Dimenhydrinate 50mg Tab. Dimenhydrinate 50mg, Blister Pack, Pack of 100 or less, Packed in carton with leaflets. 3,000 Tablet 9 Tab. Drotaverine 40 mg Tab. Drotaverine 40 mg, Blister Pack, Pack of 20 or less, Packed in carton with leaflets. 1,000 Tablet 10 Cap. Omeprazole 20mg / Cap. Dexlanzoprazole 30 mg Cap. Omeprazole 20mg , Pack of 2 x 7 Capsules Blister/ aluminum strip Pack, Packed in carton with leaflet.Cap. Dexlanzoprazole 30 mg Pack of 3 x 10 Capsules Blister/ aluminum strip Pack, Packed in carton with leaflet 84,000 Capsules Sub-Total (B) Grand Total (A+B) Sub-Total (A) Hepatitis 'C' & 'B' Supportive Medicine QTY 2 Tab. Sofosbuvir 400 mg + Velpatasvir 100 mg ( 1pt. medicine of 4 weeks) Tab: Sofosbuvir 400 mg + Velpatasvir 100 mg, Pack of 28, Plastic bottle, Packed in carton with leaflet. 1,500 Packs/Bottles Hepatitis 'B' & 'C' Medicine - Section A Sr. # Generic Name Technical Specifications Quantity (NOS) Estimated Unit Rate PKR Total estimated Cost _____________________________________ Pharmacist, FFWTH _________________________________________ Sr. Medical Officer, FFWTH __________________________________________ Medical Superintendent, FFWTH

Upload: others

Post on 10-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Annex A

1

Package: a) Tab.Declatasvir 60 mg (28 tab.) + b) Tab.

Sofosbuvir 400 mg (28 tab) + c) Cap/Tab .Ribavirin

400mg (84tab)

a) Tab. Declatasvir 60mg, Pack of 28 tab (4 x 7 's), Aluminium Strip

Pack,Packed in carton with leaflet b) Tab. Sofosbuvir 400 mg Pack of

28 tab (4 x 7 's), Aluminium Strip Pack,Packed in carton with leaflet c)

Cap. Ribavirin 400 mg, Pack of 10 tab (2 x 5 's), Aluminium Strip

Pack,Packed in carton with leaflet

7,000 Packages

4Tab. Tenofovir Alafenamide 25mg/ Tab. Tenofovir

Disoproxil Fumrate 300mg /Tab. Entecavir 0.5mg

Pack of 30 tab (3 x 10 's), Aluminium Strip Pack,Packed in carton with

leaflet 4,200 Packs

5 (Hepatitis B vaccine) 20mcg/1ml

WHO Prequalified/Approved Hepatitis B Vaccine 20mcg/1 ml, vial

Packed in carton with leaflet.The firm will Produce batchwise cold

chain data from the source of origin & therm0-log data from fatory to

warehouse.

20,000 Vial

Sr. # Generic Name Pack SizePrice/Unit

PKR

Amount (total)

PKR

1 Tab Paracetamol Tab. Paracetamol 500 mg, Blister Pack, Pack of 200 or less, Packed in

carton with leaflets.100,000 Tablet

2 Tab Multi Vitamins

Vit. A, Vit D, Vit B1, Vit B2, Vit B6, Vit B12, nicotinamide, Calcium

pantothenate 20 mg, Vit C, Iron,Copper, Iodine, cobalt, manganese,

magnesium, zinc, molybdenum, potassium & folic acid Packed in

carton/Bottle of 30's.

240,000 Tab.

3 Tab.Citrizine HCL 10mg Tab. Cetrizine (as Hydrochloride) 10 mg blister / Strip pack of 30 or

less. Packed in caarton with leaflet.50,000 Tablet

4 Tab. Ciprofloxacine 500mg Tab. Ciprofloacin 500 mg. Blister/Al strip pack.Pack of 10's , Packed in

carton with leaflet.3,000 Tablet

5 Metronidazole 400mg TabTab. Metronidazole 400mg, Blister Pack, Pack of 200 or less, Packed

in carton with leaflets.5,000 Tablet

6 Laxative (Liquid Parafin)120 ml 1x 120 ml Syrup 5,000 Syrup

7 Domperidone 5mg/5ml 1x 120 ml Syrup 500 Syrup

8 Tab. Dimenhydrinate 50mgTab. Dimenhydrinate 50mg, Blister Pack, Pack of 100 or less, Packed

in carton with leaflets.3,000 Tablet

9 Tab. Drotaverine 40 mgTab. Drotaverine 40 mg, Blister Pack, Pack of 20 or less, Packed in

carton with leaflets.1,000 Tablet

10 Cap. Omeprazole 20mg / Cap. Dexlanzoprazole 30 mg

Cap. Omeprazole 20mg , Pack of 2 x 7 Capsules Blister/ aluminum

strip Pack, Packed in carton with leaflet.Cap. Dexlanzoprazole 30 mg

Pack of 3 x 10 Capsules Blister/ aluminum strip Pack, Packed in carton

with leaflet

84,000 Capsules

Sub-Total (B)

Grand Total (A+B)

Sub-Total (A)

Hepatitis 'C' & 'B' Supportive Medicine

QTY

2 Tab. Sofosbuvir 400 mg + Velpatasvir 100 mg ( 1pt.

medicine of 4 weeks)

Tab: Sofosbuvir 400 mg + Velpatasvir 100 mg, Pack of 28, Plastic

bottle, Packed in carton with leaflet.1,500 Packs/Bottles

Hepatitis 'B' & 'C' Medicine - Section A

Sr. # Generic Name Technical Specifications Quantity (NOS)

Estimated

Unit Rate

PKR

Total estimated

Cost

_____________________________________ Pharmacist, FFWTH

_________________________________________ Sr. Medical Officer, FFWTH

__________________________________________ Medical Superintendent, FFWTH

Page 1 of 4

Annex-B

Tender document for procurement of Lab items 2022 for FFWTH

Laboratory Kits/Chemicals/Reagents/Consumable Items

A. Chemistry Analyzer Kits/chemicals Sr. #

Item Descriptions Technical specifications

QTY Estimated Unit Rate

PKR

Total Estimated

Cost PKR

1 Alkaline Phosphatase 1 Kit = 125ml = 250 Test (R1: 5x 20 ml (R2: 1 x 25 ml)

1 Kits

2 Urea (UV) 1 Kit = 250 Tests = 125 ml (R1: 5x20 ml (R2: 1 x25 ml)

2 Kits

3 Creatinine 1 Kit = 250 Tests (R1: 3 x 25 ml (R2: 3 x 25ml)

6 Kits

4 ASAT (GOT) 1 Kit = 125ml =250 Tests (R1: 5 x 20 ml R2: 1 x 25 ml)

9 Kits

5 ALAT (GPT) 1 Kit = 125ml = 250 Tests (R1: 5 x 20 ml R2: 1 x 25 ml)

8 Kits

6 HBsAg SD/ Accu-check/ equivalent Device

1 Pack = 100 Tests or less One step, rapid, (ICT) immunochromatographic tests for the detection of HBsAg in human plasma or serum

12,200 Tests

7 HCV SD/ Accu-check/ equivalent Device

1 Pack = 100 Tests or less One step, rapid, (ICT) immunochromatographic tests for the detection of Anti-HCV human plasma, serum or Whole blood

12,200 Tests

8 Excel Combo/ equivalent Device

1 Pack = 100 Tests or less One step, rapid, (ICT) immunochromatographic tests for the detection of HBsAg & Anti-HCV human plasma, serum or Whole blood

12,200 Tests

Sub Total (A)

Page 2 of 4

B. Hematology Analyzer

Sr. #

Item Description Technical Specifications

QTY Estimated Unit Rate

PKR

Total Estimated

Cost PKR

9 Reagents for Hematology Analyzer SweLab (Closed system)

a. i. Lyse 1 pack = 500 ml 17 Packs

b. ii. Diluent 1 pack = 20 Ltr 17 Packs

Sub Total (B)

Technical Specifications for PCR Kits

I. HBV DNA Real Time Quantitative & HCV RNA Real Time Quantitative (Amplification KITS) Descriptions

The kit must be for Quantitative/viral load determinations.

The kit must be for Human Diagnostic (IVD)

The kit must be CE-Marked (certificate must be attached)

The kit must be PCR Licensed.

The kit must have superior sensitivity i.e. <20 IU/ ML and higher specificity.

The kit must have reagents that are ready to use.

The kit must have separate vial of internal control (IC) included to verify the isolation process and results reliability.

II. HCV DNA / RNA Isolation (Extraction kits) Descriptions

The kits must be Recommended and compatible with HBV and HCV Real Time PCR Kits, for a system having a throughput of 26 or more tests in one run & process time less than 30 min.

The kit must be for Human Diagnostic (IVD)

All consumable must be included in kits.

Kits must be CE marked / ISO certified.

C. RT-PCR kits:

Sr. #

Item Description Pack Size QTY Estimated Unit Rate

PKR

Total Estimated

Cost PKR

9 HBV DNA Real time Quantitative

amplification Kit

1kit = 96Tests

11 Kits

10 HCV RNA Real time Quantitative

Amplification Kit

1kit = 96Tests

69 Kits

Page 3 of 4

11 Viral DNA/RNA Auto Extraction Kit

1kit = 96 Tests

75 Kits

Sub Total (C)

D. Consumable Items

I. Consumable items PCR

Sr. #

Item Description Technical

Specifications QTY

Estimated Unit Rate

PKR

Total Estimated

Cost PKR

12 Nitrile Exam Gloves 1 x 100 PCS,

Nitrile disposable gloves, medium & large 43 Packs

13 Disposable filter tips 100ul (1 x 96)

100 ul Filter pipette Tips, clear, polypropylene,

Autoclave, on-Pyrogenic RNase-/DNase-free,

Sterile.

131 Packs

14 Disposable filter tips 1000ul=1ml

(1 x 96)

1000 ul Filter pipette Tips, clear,

polypropylene, Autoclave, on-Pyrogenic

RNase-/DNase-free, Sterile.

127 Packs

15 PCR reaction Tube 0.2 ml

(01 Pack = 1x1000 pcs)

0.2 ml flat cap thin walled HBV PCR tube

Color Nature, Made of Virgin Polypropylene,

Pre-sterilized

2 Packs

16 PCR reaction Tube 0.2 ml

(01 Pack = 125 Strips)

0.2 ml 1x8 Strip HCV PCR Tube With Cap

Color Nature, Made of Virgin Polypropylene,

Pre-sterilized

3 Packs

17 Sample Cups 2.0 ml (1 x 500 pcs)

RNase-/DNase-free, Sterile pack

31 Packs

Sub Total (D)(1)

II. Other consumable lab. Items:

Sr. #

Item Description Pack Size QTY

Estimated Unit Rate

PKR

Total Estimated

Cost PKR

18 Blue tips 1 x 500 4 Packs

19 Alcohol Swabs 1 x 200 125

Packs

20 5CC Auto-disable Syringes

1 x 100 300 Boxes

21 Plastic tubes (3 inches)

1 x 500 (pcs) 9 Packs

Page 4 of 4

22 Sani Plast First Aid bandage

1 x 100 Strips 250 Pack

23 EDTA tube 1 pack x 100 (pcs) 124 Pack

24 Gel tube 1 x 100 (pcs) 131 Pack

25 Spirit 1 bottle x 1Ltr. 2 Bottles

Sub Total (D)(II)

Grand Total Amount (A)(B)(C)(D)

__________________________ Pharmacist, FFWTH Senior Medical Officer, FFWTH ____________________________ Pathologist, FFWTH Medical Superintendent, FFWTH

Page 1 of 3

ANNEX-C

Tender document for SLA of I.T Network Equipment and Revamp of FFWTH I.T Server Room

Sr. #

Item Descriptions

Technical specifications

QTY Total Est. Cost PKR

A Maintenance Support Agreement (SLA) of I.T Network Equipment & Configurations

1. 01 Year Maintenance Support by vendor/supplier including all kinds of I.T network communication troubleshooting, configuration change or addition in FFWTH I.T Network Communication.

2. Two (2) Visits for preventive maintenance of equipment and devices and recommendations in the area of improvement.

3. Vendor to provide backup till new / warranty claims device is received

4. The period of SLA will start from awarding of approved contract to vendor/supplier till next 365 days.

5. Details of Installed Equipment is as under:-

1 SLA

Equipment Modal Equipment Serial Qty

Huawei AR2220E Router Wan Speed 800 Mbit/s

2102350DQMDMJ9000186 01 Each

Huawei S5720-24 Ports Switch 2102350DLTDMJ900229 01 Each

Huawei S5720-24 Ports PoE Switch

21980106372SJ7600840 01 Each

Huawei S5720-48 Ports PoE Switch

21980107762SJ8600201 01 Each

Huawei WLAN AC6005 Access Point Controller

21023568169WJ900085 01 Each

Huawei WLAN AP4050 Access Point

21500831023GJ9010530 21500831023GJ9011849 21500831023GJ9010643 21500831023GJ9012035 21500831023GJ9011887 21500831023GJ9010569 21500831023GJ9011868

07 Each

Huawei USG6370 NextGen Firewall

210235G7LL10J8000030 01 Each

Sub-Total (A)

B Revamp of FFWTH I.T Server Room

Supply & Installation of Raise Flooring in FFWTH I.T Server Room (Room Size : 10x 15) as per below specification:

Supply of following raised floor items as per Drawings and Specifications including all accessories, complete in all respect

01 Package

Page 2 of 3

Data Center grade modular, non-combustible Raised Floor System (RFS) designed for seismic zone 2B, 38mm panel thickness, 600x600mm laminated high density particle/chip/mineral board panel, inter-locked stringers, pedestals, 1500kg/m2 distributed load bearing capacity at 18 inches height, , provisioning of tile puller

Load tested to European standard EN 12825 or equivalent

Fire Rating: Bfl-s1, EN 13501-1. ASTM E84 Class1 or DIN 4102 or equivalent Note: Complete RFS including panels, stringers, pedestals and fitting accessories should be from same manufacturer Antistatic epoxy paints under raise floor over the new self-leveled screed Laying, testing and commissioning of above items

Supply & Installation of Environment Monitoring System / Water Seepage Detection & Temperature Detection) as per below specifications:-

Temperature and Humidity Sensor for RDU-SIC

Sensor,water sensor,12V~24VDC/normal low/10m,-10~60℃-RDU-A-S01W(10m)

LED Beacon Alarm with Sound

MODULE DATA STAMPING UNIT IRMHOST2,IRM-HOST2

Door access control ID card reader 112mm(L)×44mm(W) ×18mm(H)

Door access control IC card

Door Access Controller Box

Exit Button ,stainless: 91mm×28mm,suitable for hollow door frame

LOCK ELECTRO-MAGNETIC SINGLE DOOR

Single-door Electric Bolt Lock

Installation & Configuration of EMS, with as built drawings

01 Package

Supply & Installation UPS 3KVA along with batteries to provide 3 hours power backup to 10 Amp Load, with as built drawings

01 Package

Supply & Installation of Biometric Door Lock for Server Room Entry Logging controlling both in and out from server room

01 Unit

Supply & Installation of Cable Trays/Manager 10 Each

Supply & Installation of Camera including Night Vision Support 01 Camera

Note: All equipment must be provided with a. Warranty Life must be => 03 Years b. End of Life must be => 05 Years c. End of Sale must be => 05 Years

Details of Participant Vendors must include with Technical Proposals: Maintenance Experience 1.1. How long is servers and related equipment maintenance and OS Windows, Linux & Open VMS experience 1.2 Agreements with the companies (List of

Page 3 of 3

companies along with respective lists of equipment under maintenance contract and references of companies should be attached) Qualified staff position of the firm: List of Qualified staff position of the firm (attach list). Summary Figures No. of Engineers having experience > 05 years No. of Engineers having experience <05 years and >03 years No. of Engineers experience < 03 years and >01 years Existing/Future Call logging Procedure.(Give details)

Sub-Total (B)

Grand Total Amount (A)(B)

I.T Officer, FFWTH Sr. Medical Officer, FFWTH

Medical Superintendent, FFWTH

Sr. No Description UOM QTY Unit Rate Amount PKR

1 Liquid Floor Cleaning, Make Brito 3Ltr Bottle 50

2 Sar Jharro without handle & Karra KILO GRAM 18

3 Drain Opener, Make King LITER 30

4 Washing Powder, Make Surf Excel KILO GRAM 24

5 Insects Killer, Make Tiger EACH (325ml) 20

6 Air Freshener, Make Aseil EACH (300ml) 25

7 Face Mask, Box 1x50/BOX 25

8Tissue Role for Bath Room, , Make Rose Petal,

(4''x2'')1x10/ PACK 200

9 Hand Sanitizer, Make Finch LITER (1000ml) 25

10 Phenyl, Make Finis 2.9 Ltr/ Bottle 40

11 Dusting Cloth, Make Local, (2’x2’) KILO GRAM 14

12 Shoppers For Dustbin Color White, (30’’x18’’) KILOGRAM 30

-

Sr. No Description UOM QTY Unit Rate Amount PKR

1 ENVELOPS – WHITE SMALL, SIZE : 110 X 235 MM 1x50/ Pack 160

-

Total A+B -

Admin Assistant FFWTH

Medical Superintendnet FFWTH

Annex-D

Admin Officer FFWTH Senior MO FFWTH

Tender Specification of Stationary Items for the year of 2022

Total + B

Total + A

FATIMA FERTILIZER WELFARE TRUST HOSPITALTender Specification of Janitorial Items for the year of 2022

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 1 of 28

FATIMA FERTILIZER WELFARE TRUST

HOSPITAL MUKHTAR GHARH SADIK ABAD

INVITATION FOR BIDS

BIDDING DOCUMENTS FOR THE

PROCUREMENT OF MEDICINES,

LAB ITEMS, CONSUMABLES,

FINANCIAL YEAR 2022

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 2 of 28

THIS DOCUMENT CONTAINS FOLLOWING PARTS

Section-1 Advertisement (Letter of Invitation)

Section-II Bidding Documents for Medicines/laboratory kits/reagents

Section-III Evaluation Criteria & Bid Forms

Section-IV Schedule of Requirements and Technical Specifications.

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 3 of 28

SSEECCTTIIOONN--II AAddvveerrttiisseemmeenntt ((LLeetttteerr ooff

IInnvviittaattiioonn))

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 4 of 28

FATIMA FERTILIZERS WELFARE TRUST

HOSPITAL (FFWTH), MUKHTAR GARH SADIQ ABAD.

INVITATION FOR BIDS (FINANCIAL YEAR 2022)

Sealed tenders are invited from the eligible bidders i.e. manufacturers / their authorized sole agents / suppliers who are registered with income tax and sales tax authorities for the procurement of below mentioned items for this institution on free delivery to consignee’s end on Pak Rupees (F.O.R.) basis. List of items to be purchased with estimated quantity required will be given with bid documents. # Name of Articles Tender price

A Hepatitis B, C Medicine Combos, Hepatitis B Vaccine & Supportive Medicine

1,000

B Laboratory Kits & Chemicals /Consumables 1,000

C Stationary / Printing/ General Store & janitorial Items 500

D 1. Supply of 32 Port 10/100 PoE Switch 2. I.T Network Equipment Configuration / Maintenance Support Agreement. 3. Revamp of Server Room (Supply of Material & Installation Services)

500

E Repair and Maintenance of Hospital Building 500

Note : Tender Sale will be from 16-Nov-2021 to 30-Nov-2021 during office hours

1. The firms having minimum 1 year of experience in Hepatitis B & C manufacturing can participate in the bidding process of Hepatitis medicine.

2. Bio equivalence study of required medicine as per Govt. instructions must be provided. 3. Bidding shall be conducted through PPRA clause 38(2) (a) Single Stage – Two Envelopes bidding

procedure of Punjab Procurement Rules. 2014 with all amendments. 4. Interested eligible bidders may get the Bidding Documents immediately after the publication of this

advertisement from the Procurement Section (Medicine) of this institute on submission of written application along with payment of non-refundable fee. Bidding Documents shall be issued only during office hours.

5. Bid security 2% of estimated cost (refundable) in the shape of call deposit required to be supported with the financial bid (copy with visible amount shall be attached with the technical proposal). Late bids will not be entertained. Bidders are requested to give their best and final prices as no negotiation will be done.

6. Samples of each item from fresh batch must be provided at the time of submission of bid in the quantity / specification as mentioned in bidding documents.

7. Tenders will be received on 20-Nov-2021 up to 12.00 Noon and will be opened on the same day at 01.00 pm in the committee room of FFWTH.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the PPRA Rules 2014.

Secretary Fatima Fertilizers Welfare Trust Mukhtar Garh Sadiq abad. Ph # 0302-5367463 [email protected]

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 5 of 28

BID DATA SHEET

Description Detail

Tender Tenure January 2022 to December 2022

Commencement of Sale of Bidding Documents

16-Nov-2021

Last date of sale of Bidding Documents 30-Nov-2021

Last date and time for the receipt of bids 01-Dec-2021 up to 12:00 noon

Pre-Bid meeting date, time and venue 01-Dec-2021 at 1:00 PM in committee room of FFWTH Mukhtar Garh SDK

Date, time and venue of opening of technical bids

01-Dec-2021 at 01:00 pm in committee room of FFWTH Mukhtar Garh SDK.

Bid Currency PKR

Language of bid English

Amount of bid security 2% of bid value

Bid validity period 120 Days

Bidding procedure Single Stage – Two Envelop Procedure

Address for communication:-

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 6 of 28

SSEECCTTIIOONN--IIII BBiiddddiinngg DDooccuummeennttss ffoorr tthhee BBuullkk

PPuurrcchhaassee ooff MMeeddiicciinneess//llaabboorraattoorryy

rreeaaggeennttss//kkiittss aanndd ccoonnssuummaabbllee

iitteemmss

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 7 of 28

SUBJECT: - BIDDING DOCUMENTS FOR BULK PURCHSE OF MEDICINES/SURGICAL DISPOSABLE ITEMS / LAB KITS/ CONSUMABLE ITEMS.

IINNTTRROODDUUCCTTIIOONN Fatima Fertilizers Welfare Trust Hospital invites sealed bids from eligible bidders for the purchase of Medicines / Surgical Disposable Items / Lab Kits/ Reagents & consumable Lab items as described in the schedule of requirement. INSTRUCTIONS TO BIDDERS ITB 1. General Instructions:

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.

2. Eligible Bidders. 2.1. This invitation for bids is open to all Manufacturers / their authorized sole agents /

suppliers / Sole Distributors / Authorized Distributors / wholesaler and in case of imported goods their authorized / Sole Agents of Foreign Principals / importers and suppliers can participate.

2.2. The bidder must possess valid authorization from the Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required goods.

2.3. The Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), a local body or a public sector organization.

3. Cost of Bidding. 3.1. 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.

3.2. In case of any doubt as to the meaning of any portion of the specification of other terms and conditions, bidder may be seen clarification of the same in writing but not later than one week prior to dead line for submission of bid prescribed by the Medical Superintendent FFWTH.

3.3. Bidders are required to submit their bid that will bear words “CONFIDENTIAL” and Tender (A – C) for the purchase of Medicines / Surgical Disposable Items / Lab Kits / reagents & consumable lab items.

4. Amendment of Bidding Documents. 4.1. 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 requested by a prospective Bidder, may modify the bidding documents by amendment.

5. Qualification and Disqualification of Bidders.

5.1. The firms which are pre-qualified with Health Department should submit the pre-qualification certificate accordingly; however the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the criteria listed in ITB (instructions to bidder) evaluation criteria.

5.2. The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 8 of 28

evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB evaluation criteria, as well as such other information as the Procuring Agency deems necessary and appropriate.

5.3. The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence.

5.4. The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him/her concerning his qualification as Supplier was false and materially inaccurate or incomplete.

5.5. Bidders that are found to consistently fail to provide satisfactory performance or are found to be indulging in corrupt or fraudulent practices shall be black listed.

6. Corrupt or Fraudulent Practices 6.1. The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the

highest standard of ethics during the procurement and execution of such Contracts. 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. Any affirmative determination will be pre-requisite for award of the purchase order of the bidder. A negative determination will result in rejection of the bidders bid. The bidder should provide an affidavit on legal stamp paper of (Rs. 100/-) for this purpose. The bidder should be debarred from bid on account of submission of false statement.

7. The Bidding Procedure 7.1. The Governing Rules

The Bidding procedure shall be governed by the PPRA Rules, 2014 (Amended) of the Government of Punjab.

7.2. Applicable Bidding Procedure. The bidding procedure is governed by Rule 36 “Procedures of Opened 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.

7.2.1. The bidding procedure prescribed in the Bid Data Sheet above is explained in the table below.

7.2.2. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal;

7.2.3. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion;

7.2.4. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; 7.2.5. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the

custody of Procuring Agency without being opened; 7.2.6. 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;

7.2.7. During the technical evaluation no amendments in the technical proposal shall be permitted;

7.2.8. 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.

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 9 of 28

7.2.9. 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 non-responsive shall be returned un-opened to the respective Bidders; and

7.2.10. The bid found to be the lowest evaluated bid shall be accepted. PREPARATION OF BIDS 8. 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 of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

9. Documents comprising the bids. 9.1 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. 9.2 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.

10. Bid Prices 10.1. The bidder shall indicate on the appropriate form prescribed in these bidding

documents the unit prices and total bid price of the goods, it proposes to supply under the Contract.

10.2. Form for Price Schedule is to be filled in very carefully, and should be typed / computerized. Any alteration/ correction must be initialed. Every page is to be signed & stamped at the bottom.

10.3. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker.

10.4. The Bidder should quote the prices of goods according to the technical specifications.

10.5. The specifications of goods, different from the demand of enquiry, shall straightway be rejected.

10.6. The Bidder is required to offer competitive price. All prices must include relevant 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.

10.7. Prices offered should be for the entire quantity demanded; partial quantity offers shall

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 10 of 28

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.

10.8. 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 after the bid has been submitted.

10.9. In case of monopoly items, monopoly certificate must be provided by the firm regarding sole manufacturer / distributor of foreign principal in Pakistan.

10.10. In case of purchase on L.C. (letter of credit) basis bidder has to provide bill of landing at the time of submission of rates of quoted items and has to assure that he has enough stocks for supply on loan basis till the opening of L.C. so, that smooth running of hospital may not suffer.

11. Documents Establishing Bidder’s Eligibility and Qualification 11.1 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. 11.2 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 tender form.

11.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: a. The Supplier/ agent shall have to produce letter of authorization from

Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required goods shall be provided strictly as per specimen form attached.

b. National Tax Number (NTN) and General Sales Tax Number (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/- with the following wording: (i) Their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), a local body or a public sector organization (ii) Replacement of unconsumed / expired / sub-standard- spurious drugs / stocks free of cost (iii) The quoted prices are not higher than the prices quoted in any institution of Pakistan. On account of submission of false statement the bidder shall be disqualified forth with and subsequently black listed.

d. The Bidder should have minimum one-year experience in the market / institutions. Similarly it is mandatory that the item to be quoted by the Bidder should have already been used in different public/ private Institution/ hospitals. 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), tender number and serial number in the exact manner as quoted in the financial proposals.

f. The Bidder must indicate the country of origin of the goods, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 11 of 28

standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings (including details of CNIC), payroll details of staff, list of main service, testing and calibration tools and supervisory staff working in the production and quality control departments in the manufacturing plants.

g. The Bidder (in case of manufacturer) shall provide a list of plant, major machinery and equipment installed in the factory. All necessary equipment must be calibrated and validation certificate to be included in the technical bid.

h. In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.

i. The Bidder shall provide firm’s balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.

j. The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last one year. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives.

SUBMISSION OF BIDS 12. Format and Signing of Bids.

12.1. The bid shall be typed 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.

12.2. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

12.3. All biding documents to be duly attested (signed and stamped) by the authorized person of company.

13. Sealing 13.1. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope.

13.2. The inner and outer envelopes shall:- 13.3. be addressed to the Procuring Agency at the address given in the Invitation for

Bids; and 13.4. Bear the Institution/Hospital name and number indicated in the Invitation for Bids,

and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid.

14. Marking of Bids 14.1. 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.

14.2. If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.

15. Deadline for Submission of Bids

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 12 of 28

Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified under invitation for bids not later than the time and date specified in the Invitation for Bids / according to advertisement schedule.

16. 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. In case of surgical disposable items, submission of samples last date will be same as last date of receipt of bids.

17. OPENING AND EVALUATION OF BIDS 17.1. Opening of Bids by the Procuring Agency

17.1.1. 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, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process.

17.1.2. 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 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.

17.1.3. The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening.

18. 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.

19. Preliminary Examination. 19.1. The Procuring Agency shall examine the bids to determine whether they are

complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

19.2. In the financial bids (at the time of opening the financial proposal) 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 Bidders/Suppliers do not accept the correction of the errors, its bid shall be

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 13 of 28

rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.

20. Evaluation and Comparison of Bids. 20.1. The Procuring Agency shall evaluate and compare the bids, which have been

determined to be substantially responsive, pursuant to ITB evaluation criteria. 20.2. The Procuring Agency’s evaluation of technical proposal/ bid shall be on the

basis of previous performance, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties.

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

20.4. Submission of Samples: The samples shall be submitted as per sample Proforma and the last date of receipt of technical bid, samples (free of cost) of quoted products (s) according to the strength and packing of demand of enquiry. No technical proposal / bid shall be considered in absence of samples in sufficient quantity as per describe in schedule of requirement against each item.

20.5. The representative samples must be from the most recent stocks, supported by valid warranty as per Drugs Act 1976. Detail of samples provided with brand / manufacturer name and quantity must be attached in writing.

20.6. The bidder shall provide samples of quoted items along-with the bid at his own cost and in a quantity prescribed by the procuring agency in section IV.

20.7. The bidder should have minimum one year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder / manufacturer should have availability in the market minimum for the last one year. Documentary proof shall have to be provided in this regard.

20.8. Latest price lists of medicines/drugs with quoted firms must be provided. 20.9. The rates of surgical disposable items which have been registered by the Ministry of

Health, as drugs should be strictly in accordance with provision of registration certificate of item with brand / samples of registered items with required labeling / certificate of market availability.

21. Contacting the Procuring Agency 21.1. 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. 21.2. Any effort by a Bidder to influence the Procuring Agency in its decisions on bid

evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited.

22. 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.

23. Announcement of Evaluation Report The Procuring Agency shall announce the results of the bid evaluation in form of a report, not inconsistent with Rule 35 of the PPRA-2014 giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement contract.

24. AWARD OF CONTRACT

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 14 of 28

24.1. Procuring Agency’s right to vary quantities at time of Award. The Procuring Agency reserves the right at the time of Contract 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 keeping in view the availability of budget / urgency of item.

25. Limitations on Negotiations 25.1. Save as otherwise provided there shall be no negotiations with the bidder having

submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA.

25.2. Where response to a tender inquiry will be poor or a single offer will be received or rate received will otherwise consider to be on the higher side the following certificate shall be demanded from the bidder to ensure the reasonableness of the quoted price “Certified that the prices quoted to this Department against the items mentioned at sr. No. __________ are not more than the prices charged from any Purchase Organization in the country and in case discrepancy the bidder hereby undertakes to refund the price charged in excess”.

26. Notification of Award. 26.1. 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. Institution may ask the successful bidder to furnish a performance guaranty which will be 5% of total bid value before issuance of supply order, after which bid security shall be released to the bidder.

26.2. Signing of Contract. In this regard procuring agency may send the bidder the contract form incorporating all agreements between the parties. Within one week of receipt of contract form the successful bidder and the procuring agency shall sign the contract in accordance with the legal requirements in vogue.

27. Schedule of Requirement. 27.1. The supplies shall be delivered within 30 days w.e.f. the next date after the date of

issue of Purchase Order. 15 days relaxation period may be granted to the firm on request justifying the genuine grounds.

27.2. In case of late delivery of goods beyond the periods specified in the schedule of requirements, the penalty @ 2% per month, 0.067% per day of the cost of purchase order or a part thereof, if supply is made late upon the supplier.

Following documents should be attached with the bill. Invoice/Bill with warranty of concerned batches. Sale Tax invoice. (If applicable) Delivery Challan in triplicate copies Supplier Supply order copy. National Tax Number. Any other specific documents concerned to that drug/medicines.

28. In case of Laboratory Kit’s bill of landing should be submitted with the bill. 29. Inspections and Tests.

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 15 of 28

The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency

30. Physical Examination/ Inspection of Goods. The goods shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved sample as decided by the Procuring Agency.

31. Delivery and Documents. The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the goods along-with the details of documents to be furnished by the Supplier.

32. SHELF LIFE The supplier shall pay a penalty equal to 1% of the total value of the medicines per percentage point of the shortfall in the prescribed shelf life which is 85% for the locally manufactured and 75% for the imported medicines. No drug shall be accepted having expiry date of original shelf life less than 80% of locally manufactured and 70% of imported medicines. Provided the shelf life up to 70% shall be accepted without penalty and 60% with penalty in case of vaccines and other bio-technical products. Hospital committee will decide about shelf life according to the situation, but the hospital committee has to give reasons in writing.

33. REPLACEMENT OF UNCONSUMED / EXPIRED / SUBSTANDARD / BANNED / ADULTERATED / SPURIOUS DRUGS. Expired / banned / adulterated supply of drugs / medicines will be governed by to drug act 1976, suppliers / manufacturers will also furnish warranty certificate on form 2A at the time of delivery. That the firms will replace un-consumed /expired / substandard/banned/adulterated drugs/medicines without any further charges. The replacement will be made as per following instructions. 33.1. Expired medicines / drugs should be destroyed by the inspection team constituted

by the Medical Superintendent FFWTH in the presence of representative of the firm concerned.

33.2. Replacement of expired / substandard / adulterated / unconsumed medicines and surgical disposable items would be made either with the same medicines of drugs in its quantity or if the same medicines / drugs are not needed the other medicines from PVMS list/formulary would be accepted at the same amount of that medicine / drug.

33.3. Regarding the price to be charged for such replacement, if the firm has concluded the contract with this hospital for the said drug, it would replace such medicines on the same price on which rate contract has been finalized. In case the replacement is to be made by the firm with non-tender items, price should be determined on the basis of MRP minis 15% (as discount) or the it’s price fixed by the firm whichever is less.

33.4. In case drugs/medicines required to be replaced are no longer being acceptable medicine, the firm would refund the amount due.

34. INCIDENTAL SERVICES. 34.1. The bidder shall supply drugs/medicines as far as possible as per tender

requirement in special packing with Logo of the FFWTH.

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 16 of 28

34.2. The locally manufactured and locally packed drugs /medicines would be supplied strictly in accordance with the specification prescribed according to Drug Manual and the following words / insignia should be printed in bold letters in English / Urdu in indelible red color ink on the label of each ampoule / vial / bottle / strip / blister / foil / sachets / tubes etc. addition of the outer packing. “FFWTH PROPERTY”NOT FOR SALE

34.2.1. All tablets shall be supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip/blister.

34.2.2. The syrups should be supplied in glass/pet bottles with sealed caps and according to marked specifications on the label.

34.2.3. There should be proper reference No. & Date of hospital supply order on the invoice/bill and the copy of supply order should be attached with the invoice.

34.2.4. The Hospital Purchase Committee may modify the terms and conditions if necessary / required at any time during the financial year 2022.

35. TESTING FOR QUALITY AT DRUG TESTING LABORATORIES. 35.1. All the medicines / drugs purchased would be submitted to the drug testing

laboratory, Bahawalpur for quality assurance. 35.2. Testing of all the samples of drugs shall be at the expenses of contracting firm. 35.3. If the facility for the test / analysis is not available with laboratories, the batch

release certificate and test analysis report of quality control / quality assurance department of the manufacturer shall be relied upon.

35.4. The payment would be made subject to the clearance report from drug testing laboratory, Bahawalpur.

35.5. DTL samples according to batch Nos. 35.6. Supply of following products should be according to revise specifications as

approved vide Govt. of Pakistan Ministry of Health, Islamabad letter No. F-6-6/2005-Reg-II (South) dated 13th Sep 2006.

35.6.1. Absorbent Cotton Wool 35.6.2. Cotton Bandages 35.6.3. Surgical Gauze Cloth 35.6.4. Surgical Swabs 35.6.5. Tulle

36. EXORBITANT RATES. 36.1. The bidders will certify that the price quoted against the tender are not more than

the price charged from any other purchase organization in the country and in case of any discrepancy the tenderer will be bound to refund the price charge in excess.

36.2. The rates quoted by the bidder should be special discount rates for Govt. Institution which is less than trade price.

37. RISK PURCHASE. If the first lowest contractor failed to supply the product in prescribed time of delivery, risk purchase will be made and the extra amount will be deducted from first lowest C.D.R./Bills lying in this institution.

38. WARRANTY. 38.1. The supplier shall warrant that all goods supplied under purchase order shall have no defect

arising from materials of workmanship or from any act of omission of the supplier that may

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 17 of 28

develop under normal use of the supplied goods under the condition prevailing at final destination. The Medicine warranty should be under the rules of Drug Act 1976.

38.2. The Medical Superintendent, FFWTH shall notify the supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the supplier shall replace the defective, near to expiry medicines without cost.

39. Mode of Payment. Payment mechanism will be as per rule 43 of PPRA, 2014, however, 100% payment may be made on production of Inspection Certificate and receipt certificate from consignee after recovery of government dues including professional taxes, part supply and part payment may be allowed.

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 18 of 28

SSEECCTTIIOONN--IIIIII EEvvaalluuaattiioonn CCrriitteerriiaa && BBiidd FFoorrmmss

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 19 of 28

(BID FORM-I)

BID COVER SHEET

Bid Ref. No……………………………. Date……………………………….. Name of the Supplier/Firm Contractor:………………………………………………………………………………………………………………… …………………………………………………………………………………………………………………………………………………………………………… Address:……………………………………………………………………………………………………………………………………………………………… …………………………………………………………………………………………………………………………………………………………………………… E-mail: ………………………………………………………………………………………………………………………… Phone : ……………………………………………………………………………………………………………………….. WhatsApp No. : ……………………………………………………………………………………………………………………….. Facsimile:……………………………………………………………………………………………………………………. Bid Security. Bid Security attached with Financial Bid YES NO Bid for:-

All items mentioned in the schedule of requirements

Bid for Selected Items from the Schedule of Requirements Item/Tender Enquiry No.

Name of the Tender Item /

Generic

Brand Name Manufacturer/ Importer

Drug Registration No.(attach certificate)

Specifications of the quoted brands (100% incompliance with schedule

of requirement)

Name of API Manufacturer & Country of

Origin

Signed:

Dated: Official Stamp:

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 20 of 28

(BID FORM-II)

Compulsory Parameters for Eligibility Criteria of Bidder / Firms.

Every bidder must have to fill this form carefully and attach the relevant documents just along-with this form in the same sequence as prescribed in the bid form. These criteria will describe the eligibility of bidder failing which bidder will be disqualified and no document will be received later on.

Sr. # Detail Yes/No Page #

1. Original receipt for purchase of tender.

2. Acceptance of terms and condition, tender documents duly signed and stamped.

3. Drug Registration Certificate (DRC)/ Provisional Enlistment Certificate issued by DRAP (if applicable)

4.

An affidavit on stamp paper of Rs.100/- submitting following clauses: i) replacement of unconsumed / expired / substandard spurious drugs / stocks free of cost, ii) that the firm is never blacklisted/debarred by any procuring agency on any grounds whatsoever. iii) Price Reasonable certificate. iv. Certificate that prices are not more than trade price.

5. The bidder will undertake on Rs.100 judicial Stamp papers that the Good distribution and Storage Practices are followed.

6. Call deposit / Bid Security required (2 % of estimated price) of quoted items.

7. National tax number (NTN) and Sales tax registration number (STRN) certificate

8. The bidder must be enlisted on the Active Tax Payer List (ATL) available on Federal Board of Revenue (FBR) website.(Professional Tax)

9. Valid Drug Sales License / Valid Manufacturing License in case of firm itself issued by DRAP

10. Quoted Product should not have less than one year of local market experience.

11. Non-Declaration of spurious/ Adulterated sample of quoted item by DTLs of the Punjab/any competent lab since 1

st January 2019.(if applicable)

12. Valid Sole Agency certificate/ Agreement/Authorization for quoted items

13. Experience Certificate / Performance Certificate (as per specimen proforma attached)/ Establishment Certificate issued by DRAP (if applicable)

14. Sample provided as per Proforma attached.

15. The Original price List of the firm indicating the inclusion of the item / product of quoted item (Latest)

16. The bidder is required to provide Financial Proposal with the name of items, tender number and serial number in the exact manner as quoted in the Technical Proposal

17. Price should not be mentioned on technical bid.

18. Good Manufacturing Practices(GMP) Certificates (FDA/ISO/CE/GMP/Bio-Equivalence Study Report)/ ISO13485

19. CE-MDD/ USFDA / jpMHLW/ISO-10993 for medical devices

20. Valid Import License where applicable issued by DRAP

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 21 of 28

(BID FORM-III)

Evaluation Criteria (Compulsory Parameters):-

Failure to comply with any compulsory parameter will result in disqualification of bidder/product.

PARAMETERS DOCUMENTS REQUIRED COMPLIANCE STATUS

(Yes/No.)

Drug Manufacturing / Sale License

> Valid Drug Manufacturing License

Issued by DRAP for manufacturers.

> Valid Drug sale license / valid

Import License for importers issued by

DRAP.

Drug Registration Certificate

(DRC) / Provisional enlistment

certificate issued by the DRAP

(where applicable)

Valid Drug Registration Certificate

/

Provisional enlistment certificate,

issued by

DRAP

Product Experience Products having less than one year

Experience shall be ineligible

(Experience shall be calculated from the

date of registration of the product

with the DRAP).

In case of syringes & cannulas, the

products having less than three

years’ experience shall be ineligible

Good Manufacturing Practices (GMP) Certificate.

Valid Good Manufacturing Practices

(GMP) Certificate issued by the Drug

Regulatory Authority Pakistan (DRAP)

In case of imported product, valid

GMP

certificate issued by the GMP

certificate

issued by the regulatory authority

of

Manufacturer’s country will be

considered.

Undertaking Regarding No

cancellation / suspension of Drug

Registration of quoted product of

the bidder by Drug Regulatory

Authority of Pakistan within last Two

years.

Undertaking on Judicial Paper.

Undertaking Regarding Non

Declaration of spurious / adulterated

batch by DTLs of the Punjab / any

competent Lab of

Quoted item within last two years.

Undertaking on Judicial Paper.

Specifications quoted in the

technical offer will be verified

from samples provided with the bid.

Product that comply 100% with the

advertised specifications and fulfill

the requirement as per Labeling and

Packing Rules 1986

Shall be considered for evaluation.

Samples of quoted items.

Batch Capacity of the manufacturer for the

quoted items / Product

Certificate (s) provided by the

manufacturer

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 22 of 28

(BID FORM-IV) (A) Evaluation Criteria For The Procurement Of Drugs/Medicine (Specific quoted item as mentioned in drug specification proforma above) The following documents have to be provided by the firm for evaluation by Technical Scrutiny Committee against each quoted item.

Sr. Parameters Details

Total

Marks

Remarks

1

Bidder’s Past Performance (Last two financial years 2020-21 )

Sr# No. of institute served Marks 10

Institutions include government departments and private hospital (as per specimen proforma attached) Assessment period: (Minimum Two Years per Evaluation criteria)

I 2 to 5 3

ii 5 to 10 5

iii 11 to 15 7

iv 16 to 20 10

Note: More than one purchase order of same institute will be considered as one.

2

Bidder’s Market experience in quoted items

Sr.# No. of institute served Marks 10

Bidders having less than 1 year experiences are ineligible. Experience will be confirmed from the date of Registration for each quoted items separately.

I 2 to 5 3

ii 5 to 10 5

iii 11-15 7

iv 16-20 10

Note: More than one purchase order of same institute will be considered as one.

3

Manufacturer Credibility & Certification (Manufacturer Principal of that medicines)

i Valid ISO 9001-2015 certification/internal Quality management System (IQMS)/Quality Management System

04

10

Attach relevant documents

ii Valid ISO 14001 (Environment Management System (ESM) certificate)/Waste Water treatment Plant (attach copy of layout plan and SOPs)

04

iii International reputed certification (WHO/UNICEF/ jpMHLW/UNFPA/WFP/USFDA/PICS)

02

4

Bidder’s Financial Status The Bank will certify about the Bidder’s financial worth, liquidity status, reputation and that it has never defaulted in financial transactions and letter of credits (LCs)

i PKR 200 Million-PKR 750 Million

10

20

The bidder shall provide Income Tax returns issued by FBR for the financial Year 2020-21

ii More than PKR 750 Million-PKR 1000 Million

15

iii

More than PKR 1200 Million

20

5

Manufacturer Technical and managerial Staff.

Sr.# Staff Detail Marks Max 15

The bidder is required to attach attested copy of the relevant degree; appointment letter & salary slip of concerned technical staff.

i

Production Manager

Pharmacist/Chemist

1x No.

5

ii

Quality Control

Pharmacist/Chemist

1x No

3

iii

Quality Assurance

Pharmacist/Chemist

1x No

2

iv

Microbiologist

MSc microbiology

1x No

3

v

Dispensing / Warehouse

Pharmacist/Chemist

1x No

2

Note: The mentioned staff should have been working in the premises at least from last three months from the date of submission of bids

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 23 of 28

6 Availability of product in retail sector

Availability of product at chain/major pharmacies having minimum 10 branches within Punjab.(two marks for each chain & maximum 10 marks) Specialized hospital Items may be exempted.in such cases Hospitals P.O. will be considered. Submission of signed and stamped inventory management sheet of head Office of the chain/major pharmacies/invoice from the authorized distributor issued to the chain/major pharmacies of the quoted items, from January 2020 to October 2021.any false claim shall be considered as fraudulent practice. Unnecessary /irrelevant document should not be part of bid.

10

Submission of signed and stamped inventory management sheet of head Office of the chain/major pharmacies/invoice from the authorized distributor issued to the chain/major pharmacies of the quoted items.

7 Local Market Experience

How many years the quoted product is being marketed in Pakistan?

Sr# Local market Experience Marks

i. 1 to 2 year 05

ii. Above 2 to 5 years 10

iii. Above 5 years 15

Note: Less than one year will not be considered

15

Will be evaluated from the date of registration of drug registration certificate issued by DRAP/MOH

8 Batch Quality History from 01.11.2019

1 No batch substandard since 01.11.2019 of the quoted item from any regulatory lab.

05

2 Batch substandard since 01.11.2019 of the quoted item from any regulatory lab.

00

05

The firm will provide undertaking in this regard .

9 Product Sample

Samples will be examined per following parameters:- a. Labeling and packing Rules 1986 b. Outer Packing c. Inner Packing d. Physical appearance

Product that 100% comply with the advertised specifications will be considered for evaluation.

i Excellent

Ii Good

iii

Satisfactory

iv Unsatisfactory

10 Approval of sample by technical committee/end user (Head of concerned department)

11 Bio Equivalence Study of Quoted Drugs (If required and available)

Total Marks: 95 Qualifying marks: 65% 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. The list of qualified & non- qualified bidders will be uploaded on PPRA website. Grievance Redressal committee meeting will be scheduled after 10 days of uploading the data.

Grievance Redressal Committee In case of any grievance bidders shall approach within ten days in writing after opening of technical bids for redressed. Late received application will not be entertained.

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 24 of 28

(B) Evaluation Criteria for the Procurement of Non-Drugs / Medical Devices (Specific quoted item as mentioned in drug specification proforma above) The following documents have to be provided by the firm for evaluation by Technical Scrutiny Committee against each quoted item.

Sr.

Parameters Detail Total Marks

Remarks

1

Bidder’s Past Performance (Last two financial years 2020-21 )

Sr# No. of institute served Marks

10

Institutions include government departments and private hospital (Purchase Orders, receipt Certificates & Delivery Challans etc.) of the institutions

i 2 2

ii 2 to 3 3

iii 4 to 5 5

iv 6 to 7 7

v 8 & above 10

Note: More than one purchase order of same institute will be considered as one.

2

Bidder’s Market experience in quoted items

i Market Availability of quoted item in leading Chain stores & pharmacies for last 02 years

07

15

Bidders having less than 1 year experiences are ineligible. Experience will be confirmed from the date of Registration for each quoted items separately.

Ii 1 to 2 Years 03

iii 3 to 5 Years 05

iv 5 to 6 Years 08

3

Manufacturer Credibility & Certification of Manufacturer

i Valid ISO certification

05

10 Attach relevant documents

ii

Any Other international reputed certification(WHO/UNICEF/ jpMHLW/UNFPA/WFP/USFDA/PICS)

03

iii

Pre- qualification with Govt./semi Govt. & Autonomous Institutions

02

4

Bidder manufacturer relationship

i

Sole agent manufacturer relationship

05

10 Attach relevant documents

ii 1 to 2 Years

02

iii 3 to 4 or above

03

5

Local Market Experience

How many years the quoted product is being marketed in Pakistan?

Sr# Local market Experience Marks

i. 1 to 2 year 05

ii. Above 2 to 5 years 10

iii. Above 5 years 15

Note: Less than one year will not be considered

15 Will be evaluated from the date of registration of drug registration certificate issued by DRAP/MOH

6 Batch Quality History from 01.11.2019

1 No batch substandard since 01.11.2019 of the quoted item from any regulatory lab.

05

2 Batch substandard since 01.11.2019 of the quoted item from any regulatory lab.

00

05 The firm will provide undertaking in this regard .

7 Product Sample

Samples will be examined per following parameters:- a. Labeling and packing Rules 1986 b. Outer Packing c. Inner Packing d. Physical appearance

Product that 100% comply with the advertised specifications will be considered for evaluation.

i Excellent

Ii Good

iii

Satisfactory

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 25 of 28

iv Unsatisfactory

8 Approval of sample by technical committee/end user (Head of concerned department)

9 Bio Equivalence Study of Quoted Drugs (If required and available)

Total Marks: 65 Qualifying Marks: 65%

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. The list of qualified & non- qualified bidders will be uploaded on PPRA website. Grievance redressal committee meeting will be scheduled after 10 days of uploading the data.

Grievance Redressal Committee In case of any grievance bidders shall approach within ten days in writing after opening of technical bids for redressed. Late received application will not be entertained.

(BID FORM-V)

LETTER OF INTENTION (To be attached with eligibility Criteria of Bidder)

Bid Ref No. Date of the Opening of Bids Name of the Contract: {Add name e.g. Supply of Drugs and Medicines etc.} To: [Name and address of procuring agency] Dear Sir/Madam Having examined the bidding documents, including Addenda Nos. the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the about-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 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 (if required) 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 contact 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. Date Signed: In the capacity of {insert: title or position} Duly authorized to sign this bid for and on behalf of {insert: name of Bidder}

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 26 of 28

(BID FORM-VI)

AFFIDAVIT

I/ We, the undersigned solemnly state that:

1) We will be responsible for Replacement of unconsumed / expired / substandard spurious Drugs stocks

free of cost.

2) The firm is never blacklisted on any grounds whatsoever.

3) Price Reasonable certificate that the price quoted to this institute against the quoted items mentioned

in the bid are not more than the prices charged from any other Govt. Institute in the Punjab during

current financial year and in case of discrepancy, we will be responsible to refund the price charged in

excess."

4) We further do hereby undertake that the quoted prices are not more than trade price.

(BID FORM-VII)

AFFIDAVIT

I/ We, the undersigned solemnly state that:

1) We have read the contents of the Bidding Documents and have fully understood it.

2) The Bid being submitted by the undersigned complies with the requirements

Enunciated in the bidding documents.

3) The undersigned are solvent and competent to undertake the subject contract under

The Laws of Pakistan.

4) 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.

5) The undersigned are not blacklisted or facing debarment from any Government, or its

Organization or project.

6) That the prices offered are not more than trade price.

7) I/We, further undertake that I/We will ready to pay all the charges of samples (one or

more depending upon the ordered quantity amounting to Rs. 10 million or more) tested

by any international WHO accredited Laboratory, collected by Department's Inspection

committee which will accept the results.

8) I/We, Further undertake that I/We will ready to pay the standard of testing samples by

DTL Punjab.

9) I/We, Further undertake to provide the Batch Release Laboratory Test Reports of

Each batch of the product on its delivery.

I/We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed:

In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of

[insert: name of Bidder]

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 27 of 28

(BID FORM-VIII)

MANUFACTURER’S AUTHORIZATION FORM To: (Name & Address of 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 [reference of the Invitation to Bid] for the goods manufactured by us.

We hereby extend our full guarantee and warranty as per tender terms and conditions for the goods

offered for supply by the above firm against this Invitation for Bids for a period of

Signature:

Designation:

Official Stamp:

Note: This letter of authority should be on the letter head 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 in the bid form of eligibility

criteria of bidder.

BID FORM-IX)

SPECIMEN SAMPLES PERFORMA

Following items quoted for financial year 2022 with required specification are provided in

mentioned quantities.

Sr.

Tender Sr.

Brand Name

Mfg. Name

Size/Specification

Qty.

FATIMA FERTILIZER WELFARE TRUST HOSPITAL

Page 28 of 28

1. The bidder shall provide 6 packs of samples (latest / fresh batches) of each quoted item

along with its bid. Without samples bid will be considered incomplete & technically

Rejected. Moreover not be challengeable at any court of law.

2. For thermo-labile drugs for which storage temperature is 2-8 degree centigrade. The firm

shall be bound to provide the samples in cold chain to Consignee's end.

3. Any further information can be obtained from the Pharmacist of Fatima Fertilizer Welfare Trust

Hospital Mukhtar Garh Sadiq Abad.

Sign & Stamp of

Bidder………………………..

Date…………………………………………

(BID FORM-X)

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.

Sr.

#

Name of the Item Unit Price (Inclusive all

applicable Taxes)

Discounts

(if any)

Final Price

(Inclusive of all

taxes)

TOTAL

Note: - Valid price lists of quoted items indicated M.R.P. and T.P. Must be attached with

financial proposal.

Signature: ………………….. Designation: ……………………..

Date: …………………………. Official Stamp:………………….