bidding document framework contract for fy 2021-22 …
TRANSCRIPT
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
1
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
BIDDING DOCUMENT
FRAMEWORK CONTRACT FOR FY 2021-22
FOR
TEHSIL HEADQUARTER HOSPITAL 18-HAZARI
E-mail: [email protected]
Ph: 047-7645200, 0301-6997007
SINGLE STAGE TWO ENVELOPES
September, 2021
Price: Rs. 1,000/-
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
2
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
DISCLAIMER:
1. This request for bid documents has been prepared by the Tehsil Head Quarter
Hospital 18-Hazari (Jhang), hereinafter referred as THQ Hospital 18-Hazari. This request
constitutes no commitment on the part of the THQ Hospital 18-Hazari to enter into any
arrangements with any (Original Equipment Manufacturer) or with any other
bidder/contractor in respect of this proposed procurement or otherwise.
2. The information contained in these bid documents or as may be subsequently
provided to bidders/contractors (whether verbally or in documentary or any other form) by or
on behalf of the THQ Hospital 18-Hazari, on the terms and conditions set out in these bid
documents, are indicative only and are provided solely to assist in a preliminary assessment
of the proposed procurement.
3. These bid documents do not constitute an agreement; its sole purpose is to provide
interested bidders/contractors with information that may be useful to them in preparing their
bids pursuant to these bid documents.
4. These bid documents may not be appropriate for all persons and it’s not possible for
THQ Hospital 18-Hazari to consider the objectives and particular needs of each party which
reads or uses these bid documents.
5. The assumption, assessment, statements and information contained in theses bid
documents may not be complete, accurate and adequate or correct for the purposes of any or
all bidders/contractors.
6. Bidders/contractors shall, therefore, conduct its own due investigation and analysis,
check the accuracy, adequacy, correctness, reliability and completeness of the assumption,
assessments, statements and information contained in these bid documents and seek
independent professional advice on any or all aspects of these bid documents, as deemed
appropriate.
7. All information submitted in response to this bid document becomes the property of
the THQ Hospital 18-Hazari, including all business information and proprietary data
submitted with all rights of communication and disclosures.
8. The THQ Hospital 18-Hazari shall not be responsible for non-receipt of any
correspondence sent by the post / courier / email / fax.
9. No decision shall be based solely on the basis of the information provided for any
statements, opinions or information provided in these bid documents.
10. While submitting a proposal in response to these bid documents, each
bidder/Contractor certifies that it understands, accepts and agrees to the disclaimers set forth
above.
11. Nothing contained in any provision of these bid documents or any statements made
orally or in writing by the person or party shall have the effect of negating or suspending any
of the disclaimers set forth herein.
12. THQ Hospital 18-Hazari reserves the right to withdraw from or cancel this
procurement bidding process or any part thereof, or to vary any of its term at any time,
without incurring any financial obligation in connection therewith.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
3
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
IPL-8950
Tender Notice The THQ HOSPITAL 18-HZARI invites sealed bids from the eligible bidders for the supply of below mentioned items.
as per following details under the Punjab Procurement Rules, 2014: Bid Security: 2% of the estimated cost
Sr.
No Description Closing Date Estimated
Cost 1. LOT # 1: Frame work contract for purchase of linen items bedding &clothing 17-09-2021 0.7million
2. LOT # 2: Frame work contract for purchase of Biomedical gases 17-09-2021 0.8million
3. LOT # 3: Frame work contract for purchase of X-Ray Films & Supplies 17-09-2021 1.2million
4. LOT # 4: Frame work contract for purchase of Dental Material 18-09-2021 0.5million
5. LOT # 5: Frame work contract for purchase of Printing & Stationary items 18-09-2021 2.million
6. LOT # 6: Frame work contract for purchase of laboratory material and blood
bank items
20-09-2021 1.2 million
7. LOT # 7: Frame work contract for purchase of General Store Items 20-09-2021 2.million
All the bidders must follow “Single Stage Two Envelop” bidding procedure according to PPRA Rules 2014.All the tenders
must be submitted in double envelop. The outer envelope should indicate the name, addressee, Tender and Lot no & date of
opening. Both envelops must be properly sealed. There should be two separate sealed offers inside envelope “Financial
Proposal” and the other “Technical Proposal” clearly specifying. Technical proposal should clearly mention description of
items provided by supplier along with samples if required.
Interested eligible bidders may obtain bidding documents and furthers information from the office of Procurement Officer
THQ Hospital, 18-Hazari on submission of written application along with payment of non-refundable fee of RS. 1000/- (One
Thousand Only). Bidding documents are available till 10:00 am of closing dates from office of Procurement Officer, THQ
Hospital, 18-Hazari.
Each lot will be considered as separate tender and separate bid will be submitted in separate envelop with attached
documents & CDRs.
This tender notice is also available on Punjab Procurement regulatory Authority website (www.ppra.punjab.gov.pk) until
the closing date for the submission of bids.
Sealed Bids must be delivered to the above office on concerned closing date up to 11:00AM and must be accompanied by
a 2% Bid Security in favor of Medical Superintendent THQ Hospital 18-Hazari in the form of CDR, Pay Order, Demand
Draft, or Banker’s Cheque from a Scheduled Bank of Pakistan.
Bids will be opened in the presence of Bidder’s representatives who choose to attend at 12:00 Noon on closing date in the
Office of the Medical Superintendent THQ Hospital 18-Hazari.
The Bidders are requested to give their best and final prices as no negotiations are expected.
Taxes will be deducted as per applicable government rules and NTN and Sales Tax registration certificate must be
provided.
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 next working day at the same appointed timings and venue.
For obtaining any information or clarifications, please contact the Office of undersigned.
Medical Superintendent THQ HOSPITAL 18-HAZARI
CONTACT:047-7645200, 0301-6997007
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
4
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
Section-I
INSTRUCTIONS TO BIDDERS / CONTRACTORS
A. Introduction
1. THQ Hospital 18-Hazari District Jhang
1.1. THQ Hospital 18-Hazari has been established and functioning in Tehsil 18-Hazari
District Jhang.
1.2. THQ Hospital 18-Hazari has sufficient funds for this project, subject to the approval
of the competent authority.
1.3. THQ Hospital 18-Hazari intends to procure through framework contract for financial
year 2021-22 which ends on 30-06-2022.
2. Eligible Bidders
2.1. This Invitation for Bids is open to all bidders/contractors, except as provided
hereinafter.
2.2. Government-owned Public Sector Manufacturing Unit / Enterprises may participate
only if they are legally and financially autonomous and registered on PPRA Website.
2.3. Bidders/contractors shall not be under a declaration of blacklisting by any
Government department or Punjab Procurement Regulatory Authority (or any PPRA) or
involved in any corrupt practice or facing such case anywhere.
2.4. Each bidder/contractor is allowed to submit only one bid for a lot. In case a
bidders/contractors submits more than one bid his/it’s all bids shall be rejected.
2.5. Joint Venture (JV) is not allowed for this project.
3. Eligible Goods and Related Service etc.
3.1. All goods and related services to be supplied under the contract shall have their origin
in eligible source countries, defined in the Bid Data Sheet (BDS), and all expenditures made
under the contract will be limited to such goods and required services.
3.2. For purposes of this clause, “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 when, through manufacturing, processing, or substantial and major assembly of
components, a commercially-recognized product results that is substantially different in basic
characteristics or in purpose or utility from its components.
3.3. This project i.e. for procurement of Goods includes the services incidental to
installation, transportation etc.
4. Cost of Bidding
4.1. The bidders/contractors shall bear all costs associated with the preparation and
submission of its bid, and the will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
B. The Bidding Documents
5. Content of Bidding Documents
5.1. The required goods and services, 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/contractors (ITB);
b. Contract Forms;
c. General Conditions of Contract (GCC);
d. Special Conditions of Contract (SCC);
e. Mandatory Requirements & Bid evaluation Criteria;
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
5
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
f. Delivery Schedule;
g. Requirements / List of Goods / Bill of Quantity;
h. Package-wise Price Schedule / Financial Bid
5.2. The bidders/contractors are 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 will be at the bidders/contractor’s risk and may result in the rejection of its
bid.
6. Clarification of Bidding Documents
6.1. A prospective bidders/contractors requiring any clarification of the bidding
documents may notify the MS THQH 18-Hazari in writing or by email at the THQH 18-
Hazari email address seven (07) calendar days before to the closing date and time of the bids
or as per decision of MS THQH 18-Hazari.
6.2. Pre-bid meeting may be called by the MS THQH 18-Hazari at its own or to clarify the
bidding document. But it is the sole discretion of the MS THQH 18-Hazari which can’t be
claimed by any bidders/contractors as a right.
7. Amendment of Bidding Documents
7.1. At any time prior to the deadline for submission of bids, the MS THQH 18-Hazari,
for any reason, whether at its own initiative or in response to a clarification requested by the
prospective bidders/contractors, may modify the bidding documents by amendment in
accordance with Rule 29 of PPR-2014.
7.2. All prospective bidders/contractors that have submitted the bidding documents will be
notified of the amendment in writing or by email, and will be binding on them.
7.3. In order to allow prospective bidders/contractors reasonable time to incorporate the
amendment (if any) in account to preparing their bids, the MS THQH 18-Hazari, at its
discretion, may extend the deadline for the submission of bids.
C. Preparation of Bids
8. Language of Bid
8.1. The bid prepared by the bidders/contractors, as well as all correspondence and
documents relating to the bid exchanged by the bidders/contractors and the THQH 18-Hazari
shall be written in English language specified in the Bid Data Sheet. Supporting documents
and printed literature furnished by the bidders/contractors may be in same language.
8.2. In case of any other language, the authentic copy of the translation & translated
document shall be enclosed and is case of any ambiguity the true contract / copy shall be
prevailed.
9. Documents Comprising the Bid
9.1. The bid prepared by the bidders/contractors shall comprise the following components:
(a) A Bid Form and a Price Schedule completed in accordance with ITB Clauses 10, 11,
and 12 and evaluation criteria;
(b) Documentary evidence established in accordance with ITB Clause 13 that the
bidders/contractors are eligible to bid and is qualified to perform the contract if its bid is
accepted;
(c) Documentary evidence established in accordance with relevant ITB Clause that the
items to be delivered and services to be completed by the bidders/contractors are conform to
the bidding documents; and
(d) Bid security furnished in accordance with relevant ITB Clause or any other
information required by THQ Hospital 18-Hazari.
10. Bid Form
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
6
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
The bidders/contractors shall complete the Bid Form and the appropriate Price Schedule
furnished in the bidding documents, indicating the services completes and delivery of any
items regarding the provision of items and completion of services.
11. Bid Prices
11.1 The bidders/contractors shall fill up the Performa provided in the bidding document as
required.
11.2 Prices quoted by the bidders/contractors shall be fixed during the bidders/contractor’s
performance of the contract and not subject to variation on any account, unless otherwise
specified in the Bid Data Sheet. A bid submitted with an adjustable price / Optional
quotation will be treated as non-responsive and rejected.
12. Bid Currencies
Prices shall be quoted in Pak Rupees only.
13. Documents Establishing Bidder’s Eligibility and Qualification
13.1. Pursuant to ITB Clause 9, the bidders/contractors shall furnish, as part of its bid,
documents establishing the bidders/contractors’ eligibility to bid and its qualifications to
perform the contract if its bid is accepted.
13.2. The documentary evidence of the bidders/contractors’ eligibility to bid shall establish
to the THQH 18-Hazari satisfaction that the bidders/contractors, at the time of submission of
its bid, is eligible as defined under ITB Clause 2.
13.3. The documentary evidence of the bidders/contractors’ qualifications to perform the
contract if its bid is accepted shall establish to Procuring Agency satisfaction:
(a) That if a bidder/contractor is a firm / company or organization has a valid certificate
from Government entity in respect of its registration / renewal.
(b) that the bidder/contractor has the financial, technical, managerial and production
capability necessary to perform the contract;
(c) That the bidder/contractor meets the qualification criteria listed in the Bid Data Sheet.
14. Conformity to Bidding Documents
Pursuant to ITB Clause 9, the bidders/contractors shall furnish, as part of its bid, documents
establishing the eligibility and conformity to the bidding documents of all goods and any
services related to this project, which the bidders/contractors proposes to supply under the
contract.
15. Bid Security
15.1. Pursuant to relevant ITB Clause, the bidders/contractors shall furnish, as part of its
bid, a bid security @ 2% of the estimated cost of the procurement.
15.2. The bid security shall be in Pak Rupees.
15.3. Unsuccessful bidders/contractors’ bid security will be discharged or returned on the
expiry of grievance period. The bid security of successful bidders/contractors shall be
released after issuing of advance acceptance letter/contract/submission and verification of
performance guarantee.
15.4. The bid security is required to protect Procuring Agency against the risk of
bidders/contractors’ conduct which would warrant the security’s forfeiture under the
followings:
(a) If a Bidder/Contractor withdraws its bid during the period of bid validity specified by
the Bidder/Contractor on the Bid Form; or
(b) In the case of a successful Bidder/Contractor, if the Bidder/Contractor fails;
i. To sign the contract in accordance with requirements
ii. To furnish performance security in accordance with relevant ITB Clause.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
7
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
iii. To submit its bid in accordance with the conditions of knock out clause / basic
requirement or in case of any false information or submission a fake documents or in
case of any illegal / fraudulent practice.
16. Period of Validity of Bids
16.1. Bids shall remain valid for 90 days after the date of bid opening prescribed by the
THQ Hospital 18-Hazari, pursuant to relevant ITB Clause. A bid valid for a shorter period
shall be rejected by Procuring Agency.
16.2. In exceptional circumstances, Procuring Agency may solicit the Bidder/Contractor’s
consent to an extension of the period of validity as provided in PPRA Rules 2014 amended
time to time but such extension shall not be for more than the original period.
D. Submission of Bids
17. Sealing/Signing & Marking of Bids
The Bidder/Contractor shall seal the bid(s) (both technical and financial) in separate envelope
after duly marking each page and stamping, signing of the bid(s) (each pages) and then
separately in an outer envelope.
18. Deadline for Submission of Bids
18.1. Bids received by Procuring Agency at the address specified must no later than the
time and date specified in the Tender.
18.2. Procuring Agency may, at its discretion, extend this deadline for the submission of
bids by amending the bidding documents in accordance with PPRA Rules 2014 amended
time to time.
19. Late Bids
Any bid received by Procuring Agency after the deadline for submission of bids prescribed
by Procuring Agency pursuant to previous ITB Clause will be rejected and returned
unopened to the Bidder/Contractor.
20. Withdrawal of Bids
20.1. The Bidder/Contractor may withdraw its bid after the bid’s submission, provided that
written notice of the withdrawal that received in the office of MS THQ Hospital 18-Hazari
prior to one day of the deadline prescribed for submission of bids.
20.2. The Bidder/Contractor’s withdrawal notice shall be prepared, sealed, marked, and
dispatched in accordance with the provisions of said ITB Clauses. A withdrawal notice may
also be sent by email, but followed by a signed confirmation copy, postmarked no later than
the one day prior to deadline for submission of bids (That request/mail shall reach in THQ
Hospital 18-Hazariwithin office hours before the day stated above).
E. Opening and Evaluation of Bids
21. Process of Procurement
Single Stage two envelop/process/ method provided in rule 38 (2) (a) of PPRA Rules 2014
amended time to time shall be followed if otherwise it is not mentioned.
23. Clarification of Bids
23.1. During evaluation of the bids/prior the signing of the contract, Procuring Agency
may, at its discretion, ask the Bidder/Contractor 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 as envisaged under Rule 33 of PPR-2014.
23.2. The THQ Hospital 18-Hazari, during evaluation of the bids/prior the signing of the
contract may also ask to the bidder among others the following clarification.
a. Request for any technical information deemed essential for the development of the
solution design document.
b. Ask to the bidder for test report from any lab or institution at the bidder’s cost or ask
for submitting the fee for such test.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
8
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
c. Any other certificate that MS THQ Hospital 18-Hazari deems necessary for the said
project.
23.3. The THQ Hospital 18-Hazari, at any level prior and after the contract execution may
ask for the following Inspections & Tests:
a. THQ Hospital 18-Hazarior its representative shall have the right to assign any team
to inspect required items and provided services completed and inspect the items to verify
their conformity to the Contract specifications. The THQ Hospital 18-Hazari shall notify the
Bidder/Contractor in writing the details of Point of Contact (POC) for this purpose.
b. The inspections and tests may be conducted on any premises. If conducted on the
premises of the Bidder/Contractor, all reasonable facilities and assistance, including access to
drawings and production data, shall be furnished to the Representative of the Procuring
Agency at no charge.
c. If any inspection fails to conform to the Specifications, THQ Hospital 18-Hazari may
reject the goods and related services, and the Bidder/Contractor shall either replace the
rejected items related services or make alterations necessary to meet specification
requirements free of cost to THQ Hospital 18-Hazari.
d. Any other action may be taken by THQ hospital 18-Hazari to inspect or test.
e. The successful bidder is bound to arrange inspection before polish, after finishing/
prior delivery and after delivery.
24. Preliminary Examination
24.1. Procuring Agency will preliminary 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.
24.2. Arithmetical errors may be rectified if THQ Hospital 18-Hazaridesired. 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/Contract does not accept the correction of the errors, its bid will be rejected, and its
bid security shall be forfeited. If there is a discrepancy between words and figures, the
amount in words will prevail.
24.3. Procuring Agency may waive any minor informality, nonconformity, or irregularity
in a bid which does not constitute a material deviation or change the substance of the bid,
provided such waiver does not prejudice or affect the relative ranking of any
Bidder/Contractor.
25. Qualification & Evaluation of Bids
25.1. In the absence of prequalification, Procuring Agency will determine to its satisfaction
whether the Bidder/Contractor is qualified to perform the contract satisfactorily, in
accordance with the Criteria / Section V.
25.2. The determination will take into account the Bidder/Contractor’s financial, technical,
and production capabilities. It will be based upon an examination of the documentary
evidence of the Bidder/Contractor’s qualifications submitted by the Bidder/Contractor,
pursuant to ITB Relevant Clause, as well as such other information, as Procuring Agency
deems necessary and appropriate.
25.3. Procuring Agency will technically evaluate the bids item wise and compare the bids
Item wise which have been determined to be substantially responsive, as per Technical
Specifications/requirement.
25.4. Procuring Agency will financially evaluate a bid Item wise that’ price shall be
inclusive of all prevailing taxes and duties, if otherwise not mentioned.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
9
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
25.5. The Procuring Agency shall validate the genuineness of the submitted documents/ bid
security along with the bid by the bidder and in case of any forged, fake or fabricated
document such bid shall be disqualified in addition to initiate other legal action.
25.6. THQ hospital 18-Hazari may consider a single bid if it is responsive as per rule 55-A
of PPRA Rules 2014 amended time to time.
25.7. Financial evaluation of bid shall be free from all computational errors.
26. Announcement of Evaluation of Bids
26.1. THQ Hospital 18-Hazari shall announce the evaluation report Item wise as provided
in PPRA Rules 2014 amended till date.
26.2. Technical & financial evaluation may be announced Item wise in the presence of the
bidder (who’s chose to attend) after intimation to them through email or telephonic or
through letter. In case, the bidder do not attend the announcement meeting he may not raise
any objection and the announcement shall be made in his absence on given time/place and
the same shall be uploaded on PPRA Website.
27. Contacting the THQ Hospital 18-Hazari
27.1. No Bidder/Contractor shall contact any officer of the Procuring Agency on any matter
relating to its bid, from the time of the bid opening to the time evaluation report is made
public. If the Bidder/Contractor wishes to bring additional information or has grievance to
the notice of the THQ Hospital 18-Hazari, it shall do so in writing.
27.2. Any effort by a Bidder/Contractor to influence any officer of the Procuring Agency
during bid evaluation, or bid comparison may result in the rejection of the
Bidder/Contractor’s bid and forfeiting of its bid security and its blacklisting.
28. Award Criteria
28.1. Subject to ITB Clause 30, Procuring Agency will award the contract to the successful
Bidder/Contractor Item wise whose bid has been determined to be substantially responsive in
accordance with the evaluation criteria and has been determined to be the lowest evaluated
bid as defined in PPRA rules 2014 amended time to time.
28.2. In case if more than one Bidder/Contractor quotes the same cost / equal (lowest bid)
Procuring Agency may ask only to those lowest Bidder/Contractors to submit their revised
financial proposal on the spot without letting them go outside.
30. Right to Accept or Reject All Bids
Procuring Agency reserves the right to reject all bids, or any lot/item in case of more than
one lot/item and to annul the bidding process at any time prior to contract award, without
thereby incurring any liability to the Bidder/Contractor or bidders or any obligation to inform
the Bidder/Contractor or bidders the grounds for the rejection of bids.
31. Notification of Award
31.1. Prior to the expiration of the period of bid validity, Procuring Agency will notify the
successful Bidder/Contractor Item wise in writing by registered letter or by email, that its bid
has been accepted subject to verification of the performance guarantee (if any), however this
acceptance shall not be termed as a contract or the Bidder/Contractors/bidders cannot make
any claim or as a vested right on this ground.
31.2. The notification of award will constitute the formation of the Contract subject to
receipt of a valid the Performance Guarantee (if any).
32. Signing of Contract
After notifications to the successful Bidder/Contractor that its bid has been accepted, the
successful bidder/Contractor will send to the THQ Hospital 18-Hazari, the signed/stamped
(on stamp paper) Contract provided in the bidding documents or reviewed, incorporating all
agreements between the parties within seven (07) days (or extendable date or as per
requirement by the THQ Hospital 18-Hazari).
33. Commencement of the Contract
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
10
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
The Contract shall be commenced after its signing subject to confirmation of the
performance guarantee (if any) from the concern bank.
34. Integrity Pact
THQ hospital 18-Hazari may require from the Bidder/Contractor (qualified) for submission
of an integrity pact.
35. Performance Security
35.1. Within Seven (07) days or as per requirement of THQ Hospital 18-Hazariof the
receipt of notification of award from the THQ Hospital 18-Hazari, the successful
Bidder/Contractor shall furnish the performance security @ 05% of the contract amount of
procurement (if required) in accordance with the Conditions of Contract, on the Performance
Security Form provided in the bidding documents, or in another form acceptable to the THQ
Hospital 18-Hazari.
35.2. Failure of the successful Bidder/Contractor to comply with the requirement of
relevant ITB Clauses or any other requirement shall constitute sufficient grounds for the
annulment of the award and forfeiture of the bid security/black listing, in which event or on
any other reason deems appropriate, Procuring Agency may make the award to the next
lowest evaluated Bidder/Contractor or call for new bids.
36. Corrupt or Fraudulent Practices 36.1. The THQ Hospital 18-Hazari requires that Bidder/Contractors, observe the highest
standard of ethics during the procurement and execution of contracts. For the purposes of
this provision, the terms set forth in PPRA Rules /Act shall be applicable:
(a) Procuring Agency will debar a firm, in accordance with prevailing Blacklisting
procedures under Punjab Procurement Rules 2014 in any case if deems so.
36.2. Furthermore, Bidder/Contractors shall be aware of the provision stated in General
Conditions of Contract.
37. Grievance Redressal Committee
In case of any dissatisfaction or objection against the evaluation /report the aggrieved
Bidder/Contractor may approach to the grievance-redressed committee that shall be notified
by the THQ Hospital 18-Hazari under Rule-67 of PPRA Rules, 2014 for the purpose to
address the grievance within 10 days after the announcement of the evaluation report as
provided in PPRA rules 2014 amended. Nevertheless, the disqualified bidder cannot object
its technical ineligibility at this stage (Announcement of final evaluation report/results).
38. Resolution of Disputes
38.1. Procuring Agency and the Bidder/Contractor shall make every effort to resolve
amicably by direct informal negotiation or any disagreement or dispute arising between them
under or in connection with the Contract within thirty (30) days.
38.2. The matter shall be referred to the Dispute Resolution Committee notified by Medical
Superintendent in case of employer and Bidder/Contractor are not agreed or dispute is
unsettled after 30 days who shall decide the matter in accordance with prevailing laws after
affording opportunity of hearing to the parties whose decision shall be final.
38.3. In case of any objection thereafter, the matter may be referred for decision /
arbitration in accordance with Arbitration Act 1940.
39. General Guidelines for the Bidder/Contractor
In case of any illness/injuries/causality resulting from any accident to the staff of
Bidder/Contractor; THQ Hospital 18-Hazari shall not take any responsibility for the same
toward compensation, medical care or meeting any/all medical expenses incurred for the
same.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
11
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
Section-II
Bidding Forms
a. BID SUBMISSION FORM
Date: No:
To
[Medical Superintendent, THQ Hospital 18-Hazari]
Having examined the bidding documents including Addenda Nos. [ ], the receipt of which
is hereby duly acknowledged, we, the undersigned, offer to render[description of
requirements] in conformity with the said bidding documents for the sum of [total bid
amount in words and figures] 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 provide the required items and complete
work/services in accordance with the delivery schedule specified in the Schedule of
Requirements. And, prior to execution of the contract no right accrue.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 05 %
percent of the Contract Price for the due performance of the Contract, in the form prescribed
by the THQ Hospital 18-Hazari.
We agree to abide by this Bid for a period of 90 days from the date fixed for Bid opening
under relevant clauses of the Instructions to Bidders, and it shall remain binding upon us and
shall 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.
In any case and at any stage of procurement process or thereafter for the verification purpose
Procuring Agency has right to seek the clarification from the undersigned and call any
document / record to authenticate/verify of the submitted document from undersigned or any
institution. Commissions or gratuities, if any, paid or to be paid by us to agents relating to
this Bid, and to contract execution if we are awarded the contract, are listed below:
Name and address of agent
______________________
______________________
Amount and Currency
______________________
______________________
Purpose of Commission or Guarantee) if none, state “none”
______________________
______________________
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
12
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
We understand that MS THQ Hospital 18-Hazari is not bound to accept the lowest or any
received bid you and may cancel the process at any time.
Dated this ________________ day of ________________ 20______.
[Signature] [In the capacity of]
Duly authorized to sign Bid for and on behalf of
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
13
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
b.
UNDERTAKING
i) I (Name of the bidder) ____________________ S/O _______________________ CNIC #
_____________ resident of ________________________ address
__________________being its (designation) declares on oath that all the information /
documents attached with the bidding documents are true and genuine.
ii) I hereby solemnly declared that my firm M/S ___________________ is not blacklisted on
any grounds whatsoever from Government / Autonomous institutions
iii)The bidder has read and understands all the terms & conditions of the bidding document
and accept each and every condition thoroughly.
iv)My firm M/S ___________________will be responsible for replacement of store if found
sub standard or at variation from approved specifications/ samples.
V)The bidder/company has no objection on any term & conditions of the entire bidding
documents and shall never challenge these term & conditions after submitting of our before
any court/forum.
vi)All above contents are true to the best of my knowledge and behalf.
Notarized this _____________ day of 20_______
Signature of the Firm/ Bidder/ Company: ________________
Stamp: ___________________
Email Id:______________________________________________
Address of the Firm:_____________________________________
Note: bidder/company is required to fill this undertaking and submit with your bid and in
case of failure bid shall be rejected straight forward.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
14
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
C. C.Firm Bio Data Form
FIRM INFORMATION (to be included in technical proposal)
(Submit On Company’s Letter Head)
Name of Firm/Company
Complete Postal Address
Phone
Contact Person / Designation
Cell Number
Fax Number
National Tax Number
GST Number
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
15
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
D.CONTRACT FORM
THIS AGREEMENT made the _____ day of __________ 20_____ between THQ Hospital
18-Hazari (hereinafter called “the Employer/Client”) of the one part and [name of
Bidder/Contractors] of (hereinafter called “the Bidder/Contractor”) of the other part:
WHEREAS Procuring Agency invited bids for the required items and related services and
viz., [brief description of requirements] and has accepted a bid by the Bidder/Contractor for
the supply of those items and related services in the sum of [contract price in words and
figures] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESS AS FOLLOWS:
1. In this contract words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as
integral part of this Contract, viz.:
a. The Bid Form and the Price Schedule submitted by the Bidder;
b. The Schedule of Requirements;
c. the Technical Specifications;
d. The Scope of Project and list of required items;
e. The General Conditions of Contract;
f. The Special Conditions of Contract; and
g. Procuring Agency Notification of Award.
h. The clarifications provided to the Bidder/Contractors
3. In consideration of the payments to be made by the Procuring Agency to the Supplier/
Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer hereby covenants with
the Procuring Agency to provide the Goods and its related Services etc. and to remove/rectify
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.
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
Government of the Punjab or any administrative subdivision or agency thereof or any other
entity owned or controlled by it (Government of the Punjab) through any corrupt/collusive
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
Government of the Punjab, except that which has been expressly declared pursuant hereto.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
16
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
7. M/S ______________ certifies that it 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 the Punjab and has not taken any action or shall not take any action to
circumvent the above declaration, representation or warranty.
8. M/S ______________accepts full responsibility and strict liability for not making any
false declaration, misrepresenting facts or taking any action likely to defeat the purpose of
this declaration, representation and warranty and making full disclosure of all relevant
information as required by procuring agency. 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 Government of the Punjab under any
law, Contract or other instrument, be void able at the option of Government of the Punjab.
9. Notwithstanding any rights and remedies exercised by Government of the Punjab in
this regard M/S ______________ agrees to indemnify Government of the Punjab for any loss
or damage incurred by it on account of its corrupt business practices and further pay
compensation to Government of the Punjab in an amount equivalent to ten time the sum of
any commission, gratification, bribe, finder’s fee or kickback given by [The Seller/ 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 Government of the
Punjab.
10. This Contract shall be governed by the laws of Punjab Government and the courts of
Punjab (Pakistan) shall have exclusive jurisdiction.
11. The Client may add, delete, and review any condition or clause of the contract at the
time of signing with mutual consent without affecting the substance of the bid process/price.
The contract may be extended for a reasonable period with the consent of the parties.
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed
at_____________ (the place) and shall enter into force on the day, month and year first
above mentioned.
Signed/ Sealed by the Manufacturer/ authorized
Supplier/ authorized Agent Signed/
Signed/Sealed by Procuring Agency
Witness Name
Witness CNIC
Witness signature
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
17
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
E. PERFORMANCE SECURITY FORM
To:
[Client Address]
WHEREAS [name of Bidder/Contractor](hereinafter called “the Bidder/Contractor”) has
undertaken, in pursuance of Contract No. [Reference number of the contract] dated
____________ 20_____ to supply [description of requirement] (hereinafter called “the
Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the
Bidder/Contractor shall furnish you with a bank guarantee by a reputable bank for the sum
specified therein as security for compliance with the Bidder/Contractor’s performance
obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Bidder/Contractors guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of
the Bidder/Contractor, 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 Bidder/Contractor 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 __________20_____.
Signature and seal of the Guarantors
[Name of bank or financial institution]
[Address]
[Date]
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
18
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
Section-III
General Conditions of Contract
1. Definitions
1.1. In this Contract, the following terms shall be interpreted as indicated:
a. “Applicable Laws/Rules” means the laws/Rules of Islamic Republic of
Pakistan/Punjab, as they may be issued and enforced from time to time.
b. “Authority” means Medical Superintendent THQ Hospital 18-Hazari.
c. “Bid Security” means the bank guarantee submitted by a bidder together with a bid to
secure the obligations of the bidder participating in a bidding proceedings
d. “Blacklisting” means debar the bidder/Contractor to participate in any procurement
process on any ground provided in the document and uploaded its status on PPRA website or
any other procurement site of the country/world.
e. “Conflict of Interest” means
(i) where a bidder/Contractor could be perceived as providing biased professional advice
to a procuring agency to obtain an undue benefit for himself or those affiliated with him;
(ii) receiving or giving any remuneration directly or indirectly in connection with the
assignment except as providing in the contract;
(iii) any engagement in consulting or other procurement activities of a
Bidder/Contractor that conflicts with his role or relationship with the procuring agency;
(iv) where an official of procuring agency engaged in the procurement process has a
financial or economic interest in the outcome of the process of procurement, in a direct or an
indirect
f. “Contract” means the agreement entered into between Procuring Agency and the
Bidder/Contractor, as recorded in the Contract Form signed by the parties, including all
attachments and appendices thereto and all documents incorporated by reference therein.
g. “Contract Price” means the price payable to the Bidder/Contractor under the Contract
for the full and proper performance of its contractual obligations.
h. “Corrupt Practices” includes 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; it may include any of the
following:
(i) Coercive practice by impairing or harming or threatening to impair or harm, directly
or indirectly, any party or property of the party to influence the action of the party to achieve
a wrongful gain or to cause a wrongful loss to another party;
(ii) Collusive practice by arrangement between two or more parties to the procurement
process or contract execution, designed to achieve with or without the knowledge of the
procuring agency to establish prices at artificial, noncompetitive levels for any wrongful
gain;
(iii) Offering, giving, receiving or soliciting, directly or indirectly, of anything of value to
influence the acts of another party for wrongful gain;
(iv) Any act or omission, including a misrepresentation, that knowingly or recklessly
misleads, or attempts to misleads, a party to obtain a financial or other benefit or to avoid an
obligation;
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
19
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
(v) Obstructive practice by harming or threatening to harm, directly or indirectly, person
or their property to influence their participation in a procurement process, or affect the
execution of a contract or deliberately destroying, falsifying, altering or concealing of
evidence material to the investigation or making false statements before investigators in order
to materially impede an investigation or making false statements before investigators in order
to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from pursuing the
investigation, or acts intended to materially impede the exercise of inspection and audit
process;
j. “Day” means calendar day.
k. “Employer/Client” means the procuring agency that signs the contract for the
required services and goods with the selected/qualified Bidder/Contractor.
l. “The Goods” means all of the equipment, machinery, and/or other materials which
the Supplier is required to supply to Procuring Agency under the Contract.
m. “GCC” mean the General Conditions of Contract contained in this section.
n. “Performance guarantee” means the bank guarantee submitted by the contractor to
secure obligations under the contract in accordance with the requirement in the bidding
document
o. “Province” means Punjab Province.
p. “SCC” means the Special Conditions of Contract.
q. “Bidder/Contractor” means a legally established professional firm or entity that may
provide the required goods and complete related services to the client under the contract
r. “PPRA Rules means the Punjab Procurement Rules 2014amended to date.
s. “Procuring Agency” means the organization procuring Goods and related services i.e.
THQ Hospital 18-Hazari.
t. “The Project Site,” where applicable, means the place or places named in SCC if any.
2. Application
These General Conditions shall apply to the extent that they are not superseded by provisions
of other parts of the Contract.
3. Use of Contract Documents and Information; Inspection and Audit by the Bank
3.1. The Bidder/Contractor shall not, without the THQ Hospital 18-Hazari 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 Procuring Agency/ THQ
Hospital 18-Hazari in connection therewith, to any person other than a person employed by
the Bidder/Contractor 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.
3.2. The Bidder/Contractor shall permit Procuring Agency to inspect the
Bidder/Contractor’s accounts and records relating to the performance of the
Bidder/Contractor and to have them audited by auditors appointed by the THQ Hospital 18-
Hazari, if so required by the THQ Hospital 18-Hazari.
4. Performance Guarantee
4.1. Within seven (7) days of receipt of the notification of Contract award, the successful
Bidder/Contractor shall furnish to Procuring Agency the performance security in the amount
specified in SCC before the execution of the contract.
4.2. The proceeds of the performance guarantee shall be payable to Procuring Agency as
compensation for any loss resulting from the Bidder/Contractor’s failure to complete its
obligations under the Contract.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
20
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
4.3. The performance security shall be denominated in the currency of the Contract
acceptable to Procuring Agency and shall be in a form of:
a. Bank guarantee or an irrevocable letter of credit issued by a reputable bank located in
Punjab, in the form provided in the bidding documents or another form acceptable to the
THQ Hospital 18-Hazari.
b. The performance security will be discharged by THQ Hospital 18-Hazari and
returned to the Bidder/Contractor not later than thirty (30) days following the date of
completion of the Bidder/Contractor’s performance obligations under the Contract, including
any warranty obligations, unless specified otherwise in SCC. The successful bidder is bound
to complete the warranty period for any claim of performance security.
c. The Performance security shall be verified promptly from the concerned bank prior to
signing the contract and in case of its non-confirmation, THQ Hspital 18-Hazari has right to
blacklisting such Bidder/Contractors.
5. Transportation
5.1. The Bidder/Contractor is required to deliver items and complete the related services
required for this project have to be provided by the Bidder/Contractor as per the contract (if
any) on a specified place of destination i.e. office of the THQ Hospital 18-Hazari and related
costs shall be included in the Contract Price.
6. Bidder/Contractor’s Responsibilities
6.1. Bidder/Contractor shall ensure the delivery of goods and completion of related
incidental services in accordance with the terms of the contract after approval of Procuring
Agency.
6.2. Bidder/Contractor shall be responsible to replace the damaged parts with the new one
with no additional cost within one year warranty period.
7. Payment& Prices
The payment shall be made after the completion of all codal formalities or the payment
milestone under Rule 62 of PPRA Rules 2014 amended time to time.
8. Contract & Commencements
8.1. No variation in or modification of the terms of the Contract shall be made except by
written amendment signed by the parties.
8.2. The contract shall be commenced after verification of the Bank guarantee submitted
by the Bidder/Contractor from the concerned bank if otherwise not provided.
8.3. The procuring agency may vary the quantities when awarding the contract as per
actual requirement.
9. Delays in the Bidder/Contractor’s Performance
9.1. Delay in delivery of items and completion of related services by the
Bidder/Contractor in accordance with the time schedule prescribed by Procuring Agency in
the Schedule of Requirements shall not be tolerated. 0.1% of Purchase order amount will be
levied per day as late delivery penalty maximum up to 10%.
9.2. The THQ Hospital 18-Hazari’s focal person shall conduct visit to the sites in order to
monitor progress. The Bidder/Contractor shall not obstruct visit of the Procuring agency’s
focal person(s).
10. Termination for Default
10.1. The Procuring Agency without prejudice to any other remedy for breach of Contract,
by written notice of default sent to the Bidder/Contractors, may terminate this Contract in
whole or in part:
(a) If the Bidder/Contractor fails to perform the deliver items and complete the related
services required for this project within the period(s) specified in the Contract, or within any
extension thereof granted by Procuring Agency pursuant to GCC relevant Clause or
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
21
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
(b) If the Bidder/Contractor fails to perform any other obligation(s) under the Contract.
(c) If the Bidder/Contractors, in the judgment of Procuring Agency has engaged in
corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose
of this clause: “Corrupt practice” means that defined in PPRA Rules 2014 amended to date.
However, THQ Hospital 18-Hazari shall follow the prevailing rules and law in case of
termination of the contract, if required.
10.2. In the event Procuring Agency terminates the Contract in whole or in part, Procuring
Agency may procure the required items and complete related services, upon such terms and
in such manner as it deems appropriate similar to those undelivered, and such additional
costs shall be payable by the Bidder/Contractors. However, the Bidder/Contractor shall
continue performance of the Contract to the extent not terminated. The benefit of force
majeure shall be in favor of client if it anytime.
Contract will be terminated automatically in case in case contracts are made by higher
authorities.
10.3. In case of central contract by the department this contract shall be terminated
automatically.
11. Force Majeure
11.1. Notwithstanding anything contrary provided in the provisions of GCC Clauses, the
Bidder/Contractor shall not be liable for forfeiture of its performance security, liquidated
damages, or termination 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.
11.2. For purposes of this clause, “Force Majeure” means an event beyond the control of
the Bidder/Contractor and not involving the Bidder/Contractor’s fault or negligence and not
foreseeable. Such events may include, but are not restricted to, acts of Procuring Agency in
its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions,
and freight embargoes.
11.3. If a Force Majeure situation arises, the Bidder/Contractor shall promptly notify
Procuring Agency in writing of such condition and the cause thereof. Unless otherwise
directed by Procuring Agency in writing, the Bidder/Contractor shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event. The benefit of
Force Majeure shall be in favor of client (THQ Hospital 18-Hazari) if it happened anytime.
12. Contract Period.
This framework contract is valid for the financial year 2021-22 which ends on 30-06-2022. It
can be extend for further period of 03 months on the satisfactory performance of the
bidder/contractor.
13. Mode of Procurement.
The Procuring Agency reserves the right to procure in bulk or in parts or to ignore/scrap the
tender/quotation without assigning any reason to the parties concerned.
14. Termination for Insolvency
Procuring Agency may at any time terminate the Contract by giving written notice to the
Bidder/Contractor if the Bidder/Contractor becomes bankrupt or otherwise insolvent. In this
event, termination will be without compensation to the Bidder/Contractors, provided that
such termination will not prejudice or affect any right of action or remedy which has accrued
or will accrue thereafter to the THQ hospital 18-Hazari.
15. Termination for Convenience
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
22
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
13.1. THQ Hospital 18-Hazari, by written notice sent to the Bidder/Contractors, may
terminate the Contract, in completely or in part, at any time for its convenience. The notice
of termination shall specify that termination is for Procuring Agency convenience, the extent
to which performance of the Bidder/Contractor under the Contract is terminated, and the date
upon which such termination becomes effective.
13.2. All enabling clauses of PPRA laws / rules / regulations shall be strictly followed in
process of procurement black listing contract management etc.
16. Resolution of Disputes
14.1. Procuring Agency and the Bidder/Contractor 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 within thirty (30) days.
14.2. The matter shall be referred to the Dispute Resolution Committee notified by MS
THQ Hospital 18-Hazari. if Bidder/Contractor is not agreed or dispute is unsettled after 30
days and who will decide the matter in accordance with prevailing laws after affording
opportunity of hearing to the parties whose decision will be final.
14.3. In case of any objection therefore, the matter may be referred for judication /
arbitration in accordance with arbitration Act 1940.
17. Governing Language
The Contract shall be written in the language English. 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
the same language. In case of any other language the authenticated translation dully attested
may be added with bid and, In case of any ambiguity the language of original documents
shall prevails.
18. Applicable Laws
The Contract shall be interpreted in accordance with the laws of Islamic Republic of
Pakistan/Punjab.
19. Notices
Any notice given by one party to the other pursuant to this Contract shall be sent to the other
party in writing or by fax or by email or any other modern devices (accepted by procuring
agency and confirmed in writing to the other party’s address specified in the bidding
document and construed its receiving if not responded.
20. Taxes and Duties
Bidder/Contractor shall be entirely responsible for all taxes, duties, license fees, etc.
21. Corrupt or Fraudulent Practices
Procuring Agency requires that Bidder/Contractors, observe the highest standard of ethics
during the procurement and execution of contracts. For the purposes of this provision, the
terms set forth in PPRA Rules /Act shall be applicable:
a) Procuring Agency will bar a Bidder/Contractors /consultants/or what so ever named, in
accordance with Blacklisting procedures under Punjab Procurement Rules 2014 in any case if
deems so. Furthermore, Bidder/Contractors shall be aware of the provision stated in the
General Conditions of Contract.
22. Blacklisting Mechanism
22.1. A procuring agency may, for a specified period, debar a Bidder/Contractor from
participating in any public procurement process of the procuring agency, if the bidder or
contractor has:
(a) acted in a manner detrimental to the public interest or good practices;
(b) consistently failed to perform his obligation under the contract;
(c) not performed the contract up to the mark; (d) Indulged in any corrupt practice.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
23
MEDICAL SUPERINTENDENT
THQ HOSPITAL 18-HAZARI
22.2. If a procuring agency debars a bidder/Bidder/Contractor, the procuring agency:
(a) shall forward the decision to the Punjab Procurement Regulatory Authority (PPRA)
for publication on the website of the PPRA; and
(b) may request the PPRA to debar the bidder or contractor for procurement of all
procuring agencies.
22.3. The Managing Director of PPRA may debar a bidder/ Bidder/Contractor of any
procuring agency from participating in any public procurement process of all or some of the
procuring agencies for such period as the PPRA may determine.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
24
Section-IV
Special Conditions of Contract
The following Special Conditions of Contract shall supplement the General Conditions of
Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the
General Conditions of Contract.
1. Definitions
a) Procuring Agency is;THQ Hospital 18-Hazari.
b) Procuring Agency country is: Islamic Republic of Pakistan
c) The Bidder/Contractor is: Whose bid is responsive & lowest acceptable to THQ
Hospital 18-Hazari as per terms & conditions of this bidding document.
2. Performance Security
The amount of performance security, i.e. (Which shall be within 05% of the contract price) in
the shape of non-recourse, irrevocable and unconditional bank guarantee from scheduled
bank of Pakistan/ having setup in Punjab on the prescribed format attached with the bidding
document.
3. Bid Validity
The bid validity time period is validity 90 days from the date of opening of bid that shall be
annexed with the technical proposal (bid). In case of any fraud, false document or
discrepancy THQ Hospital 18-Hazari reserves the right to initiate a legal proceeding
including blacklisting of bidder/Contractor as per procurement procedure/PPRA Rules 2014
(amended).
Note:
Procuring Agency has right to add / incorporate/review any condition at the time of contract
which is not contrary to any applicable laws or with the consent of the Bidder/Contractor
may review any terms and condition / clause of the bidding documents within the parameters
of existing laws.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
25
Section-V
Mandatory Requirements
The interested bidder/Contractor to provide documentary evidences against the below
mentioned requirements:
Sr #
Description Tick
Yes/No
Documents
Attached at
Annexure
1 Valid National ID card copy
2 Bio Data Form of the firm (Annex-c of section # II)
3 National Tax Number Certificate must be a filer of income Tax (attached
verified document)
4 Bidding Document Fee – Evidence.
5 Bid Security attached with
Financial Proposal and copy with Technical proposal.
6 Signed & stamped bidding document and all attachments.
7 Authority Letter from the Bidder’s Company authorizing the
Relevant person to represent the company (if any).
8 Submission of undertaking duly stamped and signed that the
firm, company, is not blacklisted or involve in any corrupt or
illegal practice or banned or declared ineligible / blacklisted
by any procuring agency / PPRA. and firm will be responsible for
replacement of store if found substandard or at variation from
Approved specifications/ sample. Acceptance of terms
and conditions/bidding documents duly signed and stamped by the
firm(annex-b of section # II)
9 Samples / Brochures of the items.(where applicable)
Note for Lot # 2
1. The gases are of biomedical quality.
2. The company is bound to the supply of gases whenever needed and irrespective of
availability of free / empty cylinders. Minimum 50 cylinders would be on rotation.
No separate rent of empty cylinders would be claimed/ entertained.
3. The firm will provide cylinders according to international color coding.
4. The Cylinder of 240 Cft should having a pressure of ~2000 psi.
5. The repair and maintenance of the cylinder will be the responsibility of the Firm.
6. The lead time will be maximum 6 hours. After lapse of this time the firm will be fined
20% of the order.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
26
7. The firm will be responsible of checking of leakage of cylinders regularly and take
appropriate measures.
8. The firm will ensure the supply of gases 24/7 and 365 days in a year. No holiday and
strike will affect the supply of gases.
Section-VI
DELIVERY SCHEDULE OF THE PROJECT
Location Delivery Time Period
after Purchase order
THQ Hospital 18-Hazari Within Fifteen days (15) after placing the
Purchase order
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
27
Section-VII
Procurement Requirement
Lot #1
Bedding & Clothing
Technical Specifications
Sr.
#
Name of Material
/item
Material/ Description/Specification Tentative Qty
1
Hospital Bed Sheet 63"x108" with blue border Sample Required
Subject to approval of sample
600
2
pillow cover (White) (51 cm width) & (71 cm length. Subject to
approval of sample 200
3
Abdominal Sheet
(Green)
94 cm Width 157cm (Length) with the hole of
10x10. Subject to approval of sample 250
4
Draw Sheet
(36"x72") Green
Subject to approval of sample 250
5
OT Gown (Surgeon Gown)
Different sizes Subject to approval of sample 150
6 Eye Sheet 94 cm Width 147cm (Length) with the hole of an eye
shape. 100
7 OT kits for OT staff
Subject to approval of sample 150
8
Apron Rexine best quality
130 cm total length of gown, 92cm below shoulder
length & 69cm width17.78cm neck size. Rope
attached with neck and below shoulder area on both
sides to tie a knot. Subject to approval of sample
100
9 Dr. Coat White Wrinkle free different sizes
Subject to approval of sample 30
10 Face mask Standard Quality
10000
Note:
1. Successful Firm has to provide written warranty of 6 months period for
quality of cloth and its color.
2. Firms must provide one sample (each Category) for technical evaluation
committee at the time of submission of bids.
3. Quantity of item can be increased or decreased as per the requirement of the
hospital.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
28
4. Successful bidder shall be responsible to deliver the items at his cost according to
samples provided at the time of bid submission and approved by the MS THQ
Hospital 18-Hazari.
EVALUATION CRITERIA for Lot #1
SR. # CRITERIA
MAX.
MARK
S
DESCRIPTION DOCUMENTS
REQUIRED
1.
Financial Strength
a) Turnover
25
0.7 million or above = 25
Marks
0.5 million or above = 20
Marks
0.3 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
2
Financial Strength
a)closing balance
30-06-2021
25
0.3 million or above = 25
Marks
0.2 million or above = 20
Marks
0.1 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
3. Age of Firm 25
4 or more years = 25
Marks
2 to 3 years = 20 Marks
1 years = 15 Marks
Signed / Stamped
Registration
certificate of firm
4.
Past Experience)
One Institution
one PO
(Repetitive POs will
be not considered)
25
3 similar Projects = 25
Marks
2 Similar Projects = 20
Marks
1 Similar Projects = 15
Marks
Signed / Stamped
Supply orders,
award letters in last
three years
5.
Satisfactory Certificate
from the reputed
organizations of
previous Similar
Projects
5
3 similar Projects = 5
Marks
2 Similar Projects = 04
Marks
1 Similar Projects = 03
Marks
Signed / Stamped
Appreciation
letters, job
completion letters
Total Marks 100 Passing Marks 60
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
29
Section # VIII
Package-wise Price Schedule / Financial Bid
Sr.
No.
Item name
specifications Per unit
Price in
figure
inclusive of
all taxes
Price in words
inclusive of all
taxes
1.
2.
3.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
30
Section # VII
Lot #2
Refilling of Biomedical gases
Technical Specifications
Sr.
#
Name of Material
/item
Material/ Description/Specification Tentative Qty
1
Compresses Medical Oxygen Gas
Cylinder 240 cft
Cylinder 48 cft
Compressed Medical Oxygen
Medical grade I.P. 1996/Latest
Certified safe for human use
Purity 99-100%
Carbon monoxide less than 5PPM
Carbon-di-oxide not more than 300PPM
Free from halogen, polymer & oxidizing substance
& Moisture
Should not cause any damage to the materials of
cylinders, Gas pipeline, Anesthesia machine and
ventilators.
Refilling of cylinders at 2000psi (compressed
medical gas)
Cylinder 240 cft
Cylinder 48 cft
50 cylinder 240 cft
per month
& 10 cylinder
48cft per month
2
Medical Nitrous
Oxide Gas
Cylinder 48 cft
Nitrous Oxide Medical Gas
Medical grade I.P. 1996/Latest
Certified safe for human use
Purity 99-100%
Carbon monoxide less than 5PPM
Carbon-di-oxide not more than 300PPM
Free from halogen, polymer & oxidizing substance
& Moisture
Should not cause any damage to the materials of
cylinders, Gas pipeline, Anesthesia machine and
ventilators.
Refilling of cylinders at 2000psi (compressed
medical gas)
Cylinder 48 cft
5 cylinder per year
3
Medical Nitrogen
Gas Cylinder 48 cft
Nitrogen Gas
Medical grade I.P. 1996/Latest
Certified safe for human use
Purity 99-100%
Carbon monoxide less than 5PPM
Carbon-di-oxide not more than 300PPM
Free from halogen, polymer & oxidizing substance
& Moisture
Should not cause any damage to the materials of
cylinders, Gas pipeline, Anesthesia machine and
ventilators.
Refilling of cylinders at 2000psi (compressed
5 cylinder per year
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
31
medical gas) Cylinder 48 cft
Note:
1. Quantity of item can be increased or decreased as per the requirement of the
hospital.
2. Successful bidder shall be responsible to deliver the items at his cost according to by
the MS THQ Hospital 18-Hazari.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
32
EVALUATION CRITERIA
SR. # CRITERIA
MAX.
MARK
S
DESCRIPTION DOCUMENTS
REQUIRED
1.
Financial Strength
b) Turnover
25
0.7 million or above = 25
Marks
0.5 million or above = 20
Marks
0.3 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
2.
Financial Strength
a)closing balance
30-06-2021
25
0.3 million or above = 25
Marks
0.2 million or above = 20
Marks
0.1 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
3. Age of Firm 25
4 or more years = 25
Marks
2 to 3 years = 20 Marks
1 years = 15 Marks
Signed / Stamped
Registration
certificate of firm
4.
Past Experience)
One Institution
one PO
(Repetitive POs will
be not considered)
25
3 similar Projects = 25
Marks
2 Similar Projects = 20
Marks
1 Similar Projects = 15
Marks
Signed / Stamped
Supply orders,
award letters in last
three years
5.
Satisfactory Certificate
from the reputed
organizations of
previous Similar
Projects
5
3 similar Projects = 5
Marks
2 Similar Projects = 04
Marks
1 Similar Projects = 03
Marks
Signed / Stamped
Appreciation
letters, job
completion letters
Total Marks 100 Passing Marks 60
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
33
Section # VIII
Package-wise Price Schedule / Financial Bid
Sr.
No.
Item name
specifications Per unit
Price in
figure
inclusive of
all taxes
Price in words
inclusive of all
taxes
1.
2.
3.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
34
Section # VII
Lot #3
X-Ray films &Supplies
Technical Specifications
Sr.
#
Name of Material
/item
Material/ Description/Specification Tentative Qty
1
X-Ray Films 12x15
(100 Sheet)
Agfa/Fuji or equivalent at the satisfaction of
end user
50 pack
2
X-Ray Films 10x12
(100 Sheet)
Agfa/Fuji or equivalent at the satisfaction of end
user
50 pack (100 in
each pack) total
=5000 films
3
X-Ray Films 8x10
(100 Sheet)
Agfa/Fuji or equivalent at the satisfaction of end
user
50 pack (100 in
each pack) total
=5000 films
4
Fixer Liquid for 20-
Liters Solution
Agfa/Fuji or equivalent at the satisfaction of end
user
12
5
Developer Liquid for
20-Liter Solution
Agfa/Fuji or equivalent at the satisfaction of end
user
12
6
Dental X-ray
films (150 sheet)
Fuji/Agfa/Konica/Kodak 3 box
Note:
1. Sr # 4 & 5 rate will be accumulated calculated. Rate should be separately
quoted.
2. Quantity of item can be increased or decreased as per the requirement of the
hospital.
3. Successful bidder shall be responsible to deliver the items at his cost according to
samples provided at the time of bid submission and approved by the Technical
Evaluation Committee.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
35
EVALUATION CRITERIA
SR. # CRITERIA
MAX.
MARK
S
DESCRIPTION DOCUMENTS
REQUIRED
1.
Financial Strength
c) Turnover
25
0.7 million or above = 25
Marks
0.5 million or above = 20
Marks
0.3 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
2.
Financial Strength
a)closing balance
30-06-2021
25
0.3 million or above = 25
Marks
0.2 million or above = 20
Marks
0.1 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
3. Age of Firm 25
4 or more years = 25
Marks
2 to 3 years = 20 Marks
1 years = 15 Marks
Signed / Stamped
Registration
certificate of firm
4.
Past Experience)
One Institution
one PO
(Repetitive POs will
be not considered)
25
3 similar Projects = 25
Marks
2 Similar Projects = 20
Marks
1 Similar Projects = 15
Marks
Signed / Stamped
Supply orders,
award letters in last
three years
5.
Satisfactory Certificate
from the reputed
organizations of
previous Similar
Projects
5
3 similar Projects = 5
Marks
2 Similar Projects = 04
Marks
1 Similar Projects = 03
Marks
Signed / Stamped
Appreciation
letters, job
completion letters
Total Marks 100 Passing Marks 60
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
36
Section # VIII
Package-wise Price Schedule / Financial Bid
Sr.
No.
Item name
specifications Per unit
Price in
figure
inclusive of
all taxes
Price in words
inclusive of all
taxes
1.
2.
3.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
37
Section # VII
Lot #4
Dental Supplies
Technical Specifications
Sr.
#
Name of Material
/item
Material/ Description/Specification Tentative Qty
1.
Disposable dental
needle (27 grm)
Subject to approval of sample
6box
2.
Disposable dental
needle (30grm)
Pack of 100, packed in carton with leaflet. Subject
to approval of sample 4box
3.
Glass ionometer
cement II filling
Subject to approval of sample
20 box
4. Zinc oxide Eugenol Subject to approval of sample 10box
5. Dycal (Cavity liner) Subject to approval of sample 2
6. EDTA Gel Subject to approval of sample 4
7. Pliren No.2
Polishing
(Technodent)
Subject to approval of sample
6
8. Disposable
Polishing Brush
Subject to approval of sample 4 box
9. Microten
Instrument
Disinfectant
Subject to approval of sample
6 bottle
10. Hemostop
(technodent)
Subject to approval of sample
4 Pack
Note:
1. Firms must provide samples/broacher (each Category) for technical evaluation
committee at the time of submission of bids.
2. Quantity of item can be increased or decreased as per the requirement of the
hospital.
3. Successful bidder shall be responsible to deliver the items at his cost according to
samples provided at the time of bid submission and approved by the Technical
Evaluation Committee.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
38
EVALUATION CRITERIA
SR. # CRITERIA
MAX.
MARK
S
DESCRIPTION DOCUMENTS
REQUIRED
1.
Financial Strength
d) Turnover
25
0.7 million or above = 25
Marks
0.5 million or above = 20
Marks
0.3 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
2.
Financial Strength
a)closing balance
30-06-2021
25
0.3 million or above = 25
Marks
0.2 million or above = 20
Marks
0.1 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
3. Age of Firm 25
4 or more years = 25
Marks
2 to 3 years = 20 Marks
1 years = 15 Marks
Signed / Stamped
Registration
certificate of firm
4.
Past Experience)
One Institution
one PO
(Repetitive POs will
be not considered)
25
3 similar Projects = 25
Marks
2 Similar Projects = 20
Marks
1 Similar Projects = 15
Marks
Signed / Stamped
Supply orders,
award letters in last
three years
5.
Satisfactory Certificate
from the reputed
organizations of
previous Similar
Projects
5
3 similar Projects = 5
Marks
2 Similar Projects = 04
Marks
1 Similar Projects = 03
Marks
Signed / Stamped
Appreciation
letters, job
completion letters
Total Marks 100 Passing Marks 60
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
39
Section-VIII
Package-wise Price Schedule / Financial Bid
Sr.
No.
Item name
specifications Per unit
Price in
figure
inclusive of
all taxes
Price in words
inclusive of all
taxes
1.
2.
3.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
40
Section # VII
Lot #5
Printing & Stationary
Technical Specifications
Sr.
#
Name of Material
/item
Specifications Tentative Qty
1 OPD Tickets (100 sets) (Opd
Slip) OPD Tickets (100 sets) (Opd Slip) A4 size
Duplicate with carbon paper, Serial Number
Printed
1500 pads
2 Register Rate/No With
printing Indoor and Outdoor
Register
200 Leaves, Hard Binded Page Marked 1 to 400
Size 17” x 27” 68gm
50
3 Pad Rate/Pad With printing 100 Leaves Pad 68gm A4 size 200 pad
4 Pad Rate/Pad With double side
printing (Medicine Chart)
100 Leaves Pad 68gm size 8 ½”x 13” 10
5 Rate/Register With printing
(Stock Register, Expense
Register)
250 Leaves Size 8.5” x 13” 68gm page duly
marked 1 to 500
50
6 Forms with Printing
(Admission Chart/peads dpt
history sheet)
Size 13x17” 68gm Paper 1 leave each double
side printing 3000
7 Rate/Pad With printing
(Receipt Book)
100 Leaves duly marked book No. and Page No.
side by side detachable paper Size 8.5 x 4” 68gm 500
8 Rate/BookWith printing
(Indent Book)
100 Leaves Duly marked book No. and pages
number with serial number. Binded side by side
detachable paper Size 8x13” 70gm
500
9 Emergency Admission Card 70gm, 23x11’’ 20000
10 Ortho dpt Admission file 68gsm, 14 leaves, 8.5x11 with 100 gsm Cover 500
11 Gynae Admission File 8 Leaves, 8 ½”x 13” with 100 gsm cover as per
sample 68gsm
1000
12
Antenatal card (Gyne
Department)
Size 13x17” 68gm Paper 1 leave each double
side printing on 100 grm paper
50
13 Office File With Printing THQ 18 Hazarri Monogram as Per
Sample
500
14 Box File As Per Sample 200
15 Blank Register Urdu Lines 70 gm 200 leaves 200
16 Attendance Register 70 gm 50 Pages 10
17 Flex Printing China, per
Ft2 As per sample 50
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
41
18 Sticker for Blood Bag
As per sample 500
19 Rate/pad with printing Emergency MNCH
referral slip
100 Leaves duly marked Page No. side by side
detachable paper Size A4 68gm
3 pad
20 Ball Point silk needle(Blue, Black, Red) 8000
21 Envelop small Khaki 9x4 (68gram) 300
22 Envelop Large Khaki 11.5X15(68grm)
200
23 X-ray film envelop (10X12) Khaki 5000
24 X-ray film envelop (12X15) Khaki 5000
25 X-ray film envelop (8X10) Khaki 5000
26 Gel Ball point 0.7mm blue 100
27 Tag small size 6inch
(different colors) Local Brand 100
28 Gum/Glue 800ml 50
29 Led Pencil HB Goldfish or equivalent 50
30 Paper Clip (30mm) China or equivalent 200
31 Stapler Pin (24/6) Local Brand 100 Pack
32 Stapler Pin remover China or equivalent 50
33 Stapler (HD-50)(with pin
remover) Origin North America/Europe/japaneese 20
34 Sharpner Metal imported Local Brand 50
35 Eraser AL-30 Pelikan or equivalent 50
36 High lighter (blue ,yellow& Green) 100
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
42
37 Pen Holder China or equivalent 10
38 Scale (Stainless) (12inches) 50
39 Paper Cutter China or equivalent 50
40 Stamp Pad (Plastic Body)(blue color) 50
41 Marker no.90 (Permanent(blu,black & Red) 700
42 Table pen set (Executive
Desk Organizer) Stone or equivalent 5set
43 Pen Ink (Blue/Black/Red) 10 bottles
44 Ring File Covers China or equivalent 100
45 Poker/Suwa Local Brand 5
46 Water Damper Local Brand 10
47 Steno Note Book (100
Leaves) Local Brand 50
48 Heavy Duty Stapler
Machine (Pin Size 23/8) China 2
49 Heavy Stapler Pin Size 23/8 China 10 Pack
50 Color paper Rim (A4) Local Brand 4 rim
51 Punch Double Hole China 10
52 Paper (80grm) A4 Size Double A or equivalent 150 rim
53 Paper (80grm) Legal Size Double A or equivalent 20rim
54 USB (32 GB) Samsung or equivalent 10
55 Toner(Laser Jet Printer) HP Original or equivalent to use in HP
printers 10 packet
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
43
56 Power Cables Branded 10
57 VGA Cable Branded 10
58 Printer USB Cable Branded 10
59 Laser Mouse Dell or equivalent 5
60 Key Board Dell or equivalent 5
61 Printer Drum (Laser Jet Pro
M402dw) HP Original or equivalent to use in HP
printers 20
62 Printer Blade (Laser Jet Pro
M402dw) HP Original or equivalent to use in HP
printers 20
63 Printer Drum(HP Laser Jet
MFPM127/3052) HP Original or equivalent to use in HP
printers 10
64 Printer Drum(HP Laser Jet
MFPM127/3052) HP Original or equivalent to use in HP
printers 10
65 HDMI Cable (10guz) Subject to acceptance of sample 2
Note:
1. Firms must provide one sample (each Category) for technical evaluation
committee at the time of submission of bids.
2. Quantity of item can be increased or decreased as per the requirement of the
hospital.
3. Successful bidder shall be responsible to deliver the items at his cost according to
samples provided at the time of bid submission and approved by the MS THQ
Hospital 18-Hazari.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
44
EVALUATION CRITERIA
SR.
# CRITERIA
MAX.
MARK
S
DESCRIPTION DOCUMENTS
REQUIRED
1.
Financial Strength
e) Turnover
25
0.7 million or above = 25
Marks
0.5 million or above = 20
Marks
0.3 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
2.
Financial Strength
a)closing balance
30-06-2021
25
0.3 million or above = 25
Marks
0.2 million or above = 20
Marks
0.1 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
3. Age of Firm 25
4 or more years = 25
Marks
2 to 3 years = 20 Marks
1 years = 15 Marks
Signed / Stamped
Registration
certificate of firm
4.
Past Experience)
One Institution one
PO
(Repetitive POs will be
not considered)
25
3 similar Projects = 25
Marks
2 Similar Projects = 20
Marks
1 Similar Projects = 15
Marks
Signed / Stamped
Supply orders,
award letters in last
three years
5.
Satisfactory Certificate
from the reputed
organizations of
previous Similar
Projects
5
3 similar Projects = 5
Marks
2 Similar Projects = 04
Marks
1 Similar Projects = 03
Marks
Signed / Stamped
Appreciation
letters, job
completion letters
Total Marks 100 Passing Marks 60
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
45
Section No VIII
Package-wise Price Schedule / Financial Bid
Sr.
No.
Item name
specifications Per unit
Price in
figure
inclusive of
all taxes
Price in words
inclusive of all
taxes
1.
2.
3.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
46
Section # VII
Lot #6
Laboratory Items & Blood Bank items
Technical Specifications
Sr.
#
Name of Material
/item
Specifications/Company/Brand Tentative Qty
1 Glass Slides(75 in one pack) China or equivalent 40pkt
2 Urine Strips Combi 10 (100/pkt) FDA/WHO/DRAP APPROVED 9 pkt
3 Urine Sampling Container 10ml Non Sterile standard quality 1700
4 Blood Glucose Kit(400ml) FDA/WHO/DRAP APPROVED 1400 ml, 04 kits
5 Pregnancy Strips (I box=100) FDA/WHO/DRAP APPROVED 7 box
6 HBSAg FDA/WHO/DRAP APPROVED 1800 kits
7 RA Factor Kit (1 kit=100 test) FDA/WHO/DRAP APPROVED 200 test
8 CRP Kit (1 kit=100 test) FDA/WHO/DRAP APPROVED 300 test
9 MP Devices FDA/WHO/DRAP APPROVED 500 (kits)
10 Plastic Tubes 5-6ml standard quality 8000 tubes
11 Examination Gloves (100 in pack) Medium Size 30
12 Ethanol 2.5 L Local Brand 1
13 EDTA tubes (1 box=100) Silver Vec or equivalent at the
satisfaction of user end
1000 tubes
14 HIV Kits (1 pkt=40 kits) FDA/WHO/DRAP APPROVED 500 kits
15 Blood Urea Kit FDA/WHO/DRAP APPROVED 200 ml
16 S.creatinne Kit FDA/WHO/DRAP APPROVED 200 ml
17 Uric Acid Kit FDA/WHO/DRAP APPROVED 360 ml
18 S. Bilirubin Kit FDA/WHO/DRAP APPROVED 350 ml
19 ALT/SGPT kit FDA/WHO/DRAP APPROVED 350 ml
20 ALP (Alkaline Phosphates) FDA/WHO/DRAP APPROVED 350 ml
21 Distilled water 2.5 L FDA/WHO/DRAP APPROVED 08 gallons
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
47
22 Plastic tubes 10-15 ml Standard quality 1000 tubes
23 Bleach 500 ml in one bottle Robin bleachor equivalent at the
satisfaction of end user
10 bottles
24 Blood Bags (Jms) 500 ml with IV set (15-25C)
or equivalent at the satisfaction of
end user
220 Bags
25 Blood Bags (Jms) 250 ml with IV set (15-25C)
or equivalent at the satisfaction of
end user
60 bags
26 Test Tube rack Plastic (50 test tubes in a rack) 05 racks
27 Yellow Top gel vials Standard Quality 5000 tubes
28 VDRL kits (1pkt=40 kits) FDA/WHO/DRAP APPROVED 500 kits
29 Dengue Kits (1 pkt=15kits) FDA/WHO/DRAP APPROVED 800 kits
30 Adjuster Yellow tips Standard Quality 1000 in pkt 10 pkt
31 Adjuster Blue Tips Standard Quality 1000 in pkt 06 Pkt
32 Bovine Albumin 22% (10ml) FDA/WHO/DRAP APPROVED 2 bottle
33 Combs sera 10ml FDA/WHO/DRAP APPROVED 2 bottle
34 Chlorine solution 0.5 % (5L) Standard Quality 30L
Note:
1. Firms must provide two samples (each Category) for technical evaluation
committee at the time of submission of bids.
2. Quantity of item can be increased or decreased as per the requirement of the
hospital.
3. Successful bidder shall be responsible to deliver the items at his cost
according to samples provided at the time of bid submission and approved by the
MS THQ Hospital 18-Hazari.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
48
EVALUATION CRITERIA
SR.
# CRITERIA
MAX.
MARK
S
DESCRIPTION DOCUMENTS
REQUIRED
1.
Financial Strength
f) Turnover
25
0.7 million or above = 25
Marks
0.5 million or above = 20
Marks
0.3 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
2.
Financial Strength
a)closing balance
30-06-2021
25
0.3 million or above = 25
Marks
0.2 million or above = 20
Marks
0.1 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
3. Age of Firm 25
4 or more years = 25
Marks
2 to 3 years = 20 Marks
1 years = 15 Marks
Signed / Stamped
Registration
certificate of firm
4.
Past Experience)
One Institution one
PO
(Repetitive POs will be
not considered)
25
3 similar Projects = 25
Marks
2 Similar Projects = 20
Marks
1 Similar Projects = 15
Marks
Signed / Stamped
Supply orders,
award letters in last
three years
5.
Satisfactory Certificate
from the reputed
organizations of
previous Similar
Projects
5
3 similar Projects = 5
Marks
2 Similar Projects = 04
Marks
1 Similar Projects = 03
Marks
Signed / Stamped
Appreciation
letters, job
completion letters
Total Marks 100 Passing Marks 60
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
49
Section NoVIII
Package-wise Price Schedule / Financial Bid
Sr.
No.
Item name
specifications Per unit
Price in
figure
inclusive of
all taxes
Price in words
inclusive of all
taxes
1.
2.
3.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
50
Section # VII
Lot #7
General Store Items
Technical Specifications
Sr.
#
Name of Material
/item
Specifications Tentative Qty
1 Sterigauge (one pkt=100 pieces)
Length=2 Inch, Product Type= Chemical
Indicator
Width= 0.75 Inch
20 pkt
2 Steri Tape (one pkt=10 piece)
Overall Width(Metric)=12mm, Size
(12mmx50mm)
Color=White
50
3 Bathroom HandWash Dispenser
(500ml)
Stainless steel wall mounted Manual Liquid
Dispenser 20
4 Department Direction Sign Subject to approval of sample 20
5 Department Name Plate
Size= 5x12 Green color and white text 40
6 Self-Inking Stamps
Doctors/Nurses/Administration
(Standard size) Best quality 30
7 Box tissue papers
(Standard Size)
(white in color) Best quality
500
8 Oxygen Pressure Gauge
Subject to approval of sample 2
9 Oxygen Gauge Subject to approval of sample 30
10 Foldable wet Floor caution sign
Material=Plastic
Size Height=470mm, Width=260mm
5
11 Cobweb Duster
reach 20feet, 3-stage Aluminum telescoping
pole, Medium stiff bristles 50
12 BP Apparatus
Dgital
US/EU/Japan original brand Subject to
approval of sample 20
13 BP Apparatus
Mercury
US/EU/Japan original brand Subject to
approval of sample 50
14 BP Apparatus (Dial) US/EU/Japan original brand Subject to
approval of sample 50
15 Normal waste bags
(HDPE)
(40grms) rate per kg
High quality polyethylene
50kg
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
51
16 Oxygen Mask adult/peads Silicon 100
17 Color coded waste bags) (55grm to 70grm) per kg High quality
polyethylene (HDPE 50kg
18 Furniture dusters with
handle(Maximum size)
Best Quality 100
19 Air Freshener (300-500ml)
Best quality 300
20 Three core wire 110/76 Best quality subject to approval of sample One coil
21 Copper pipe coil ¼ 22gauge Best quality subject to approval of
sample One coil
22 Copper pipe coil ½ 22 gauge Best quality subject to approval of
sample One coil
23 Tissue roll Best quality 100
24 Hand Sanitizers half liter bottle Best quality 500 bottles
25 Table Flag Best quality 25
26 Remote cell AAA Best quality 200
27 Lock(Desi) Best quality Subject to approval of sample 100
28 Kassi & Dasta Best quality Subject to approval of sample 5
29 Dranti Best quality Subject to approval of sample 5
30 Ramba Best quality Subject to approval of sample 5
31 Wahulla Best quality Subject to approval of sample 3
32 Manual hole digger (Toey
marna)
Best quality Subject to approval of sample 3
33 Extension lead Best quality Subject to approval of sample 15
34 Water glass standard quality 60
35 Water Jug standard quality 10
36 Syringe cutter Best quality Subject to approval of sample 100
37 Ultrasound paper Roll (110mm*20m, Paper type: 110S, 110HG,
110HD,) 50 roll
38 CTG Paper 151mm x 150mm x 200 sheets 30
39 ECG roll (china) 80mm x20m 100
40 OT table plastic sheet roll Best quality 3 roll
41 Oxygen Mask (for Peads dpt) Subject to approval of sample 20
42 Nebulize mask for adult/child Subject to approval of sample 50
43 Insect killer spray 375ml Subject to approval of sample 300
44 Wall clock cell AA Subject to approval of sample 50
45 Wheel Chair Best quality Heavy duty subject to approval of 5
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
52
sample
46 Strature Trolly Best quality Heavy duty subject to approval of
sample 6
47 Stethoscope US/EU/Japan Original Brand subject to
approval of sample 10
48 Safety box subject to approval of sample 5
49 C-Section Instrument Kit subject to approval of sample 10
50 Minor Instrument Set subject to approval of sample 5
51 Stitches out Scissors different
sizes Small/medium/large
subject to approval of sample 12
52 DNC set subject to approval of sample 5
53 Delivery set subject to approval of sample 6
54 Spinal Kit with Instruments subject to approval of sample 6 set
55 Needle Holder Stainless steel
(Medium)
subject to approval of sample 6
56 B.P Handle (4no.) stainless steel subject to approval of sample 4
57 Artry Forceps Straight/Curved
(Medium) stainless steel
subject to approval of sample 12
58 B.P Handle (3no.)stainless steel subject to approval of sample 4
59 Bowl Different sizes
Small/large stainless steel
subject to approval of sample 6
60 Forceps Plain (medium) stainless
steel
subject to approval of sample 6
61 T. Forceps (Medium) stainless
steel
subject to approval of sample 6
62 Bone Cutter (Medium) stainless
steel
subject to approval of sample 3
63 Mayo Scissors Straight/Curved,
stainless steel
subject to approval of sample 12
64 Spirit Jar (Medium) stainless
steel
subject to approval of sample 3
65 POP bowl (Medium) stainless
steel
subject to approval of sample 5
66 Stainless steel Kidney Tray
(Medium size)
subject to approval of sample 6
67 Bowl Stand (large) stainless steel subject to approval of sample 1
68
Instrument/ medicine Tray with
cover different sizes
Small/Medium/large stainless
steel
subject to approval of sample 12
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
53
69 Thermometer subject to approval of sample 20
70 DHS Set subject to approval of sample 1
71 Small Fragment set 3.5mm with
screw box
subject to approval of sample 2
72 Large Fragment set 4.5mm with
screw set
subject to approval of sample 2
73 POP Spreader subject to approval of sample 4
74 POP cutting Scissor subject to approval of sample 2
75 Battery Operated Drill subject to approval of sample 1
76 Wire cutter (XL) subject to approval of sample 12
77 Crockodil bone cutter subject to approval of sample 2
78 Periostium Elevator different
sizes Small/large
subject to approval of sample 8
79
Self-retaining Retractor different
sizes
Small/medium/large
subject to approval of sample 6
80 Gauge subject to approval of sample 4
81 Hand Direction Reamer (8-14) subject to approval of sample 1
82 Powered reamer full range subject to approval of sample 1
83 I/L 1/M Nail set with Joys Femur subject to approval of sample 1
84 I/L 1/M Nail set with Joys Tibial subject to approval of sample 2
85 Gigli Saw subject to approval of sample
86 Scalpel Handle #3 subject to approval of sample 1
87 Kocher Forceps straight/curved
1x25 1/2"
subject to approval of sample 4
88 Mosquito Straight/curved
Forceps
subject to approval of sample 8
89 Mosquito Elli subject to approval of sample 6
90 Catpaw retractors Micro subject to approval of sample 6
91 Right angle micro subject to approval of sample 6
92 Self-retraining retractor subject to approval of sample 4
93 Micro Curette subject to approval of sample 2
94 Micro Needle Holder subject to approval of sample 2
95 Joseph Hook 1/pr 1/4” subject to approval of sample 2
96 Towel Clamp 1/4” 2mm subject to approval of sample 4
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
54
97 Crushing Nerve/Vein retractor 9” subject to approval of sample 9
98 Sponge forceps serrated 7” subject to approval of sample 4
99 D/E Retractor 4 1/2" subject to approval of sample 4
100 Burette Ten forceps Relicate 5
3/4"
subject to approval of sample 2
101 Irb Scissors straight/Curved 4 x
1/2"
subject to approval of sample 4
Note:
1. Firms must provide samples (each Category) for technical evaluation
committee at the time of submission of bids.
2. Quantity of item can be increased or decreased as per the requirement of the
hospital.
3. Successful bidder shall be responsible to deliver the items at his cost according to
samples provided at the time of bid submission and approved by the MS THQ
Hospital 18-Hazari.
FRAMEWORK CONTRACT FOR THQ HOSPITAL 18-HAZARI 2021-22
55
EVALUATION CRITERIA
SR.
# CRITERIA
MAX.
MARKS DESCRIPTION
DOCUMENTS
REQUIRED
1.
Financial Strength
g) Turnover
25
0.7 million or above = 25
Marks
0.5 million or above = 20
Marks
0.3 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
2.
Financial Strength
a)closing balance
30-06-2021
25
0.3 million or above = 25
Marks
0.2 million or above = 20
Marks
0.1 million or above = 15
Marks
Signed / Stamped
Bank Statement of
last year showing
annual turnover
3. Age of Firm 25
4 or more years = 25
Marks
2 to 3 years = 20 Marks
1 years = 15 Marks
Signed / Stamped
Registration
certificate of firm
4.
Past Experience)
One Institution
one PO
(Repetitive POs will
be not considered)
25
3 similar Projects = 25
Marks
2 Similar Projects = 20
Marks
1 Similar Projects = 15
Marks
Signed / Stamped
Supply orders,
award letters in last
three years
5.
Satisfactory
Certificate from the
reputed organizations
of
previous Similar
Projects
5
3 similar Projects = 5
Marks
2 Similar Projects = 04
Marks
1 Similar Projects = 03
Marks
Signed / Stamped
Appreciation
letters, job
completion letters
Total Marks 100 Passing Marks 60