Top Banner
BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS). LEVEL DESCRIPTION OF ROOM NO OF OUTLETS VACUUM REGULATOR WITH BOTTLE BEDHEAD Penal ICU Bedhead Penal Emergency /HDUS Oxygen Flow meter Valve box with alarm Copper pipe OXYGEN Air vacuu m 12 mm 15 mm 12 mm 22 mm Ground EMERGENCY DEPARTMENT 28 14 14 14 - Vertical 14 No 3.6 ft each 14 02 173+173 346 ft 160 ft HDUs 16 08 08 08 - 08 08 04 PRIVATE ROOMS 14 07 07 07 07 07 First Floor ICU 20 10 10 10 10 10 01 200+200= 400ft 600 ft POSTOP 02 02 02 PREOP 05 HDUs 06 03 03 03 03 03 04 Second Floor PREOP 02 02 02 02 HDUs 32 16 16 16 16 08 Third Floor HDUs 24 12 12 12 12 12 06 Dialysis 20 02 02 10 01 Total 169 74 74 74 10 46 80 26 Note: Copper pipe from Battery room to emergency wards underground: O2/Air
31

BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

Dec 20, 2021

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

LEVEL DESCRIPTION

OF ROOM

NO OF OUTLETS VACUUM

REGULATOR

WITH

BOTTLE

BEDHEAD

Penal

ICU

Bedhead

Penal

Emergency

/HDUS

Oxygen

Flow

meter

Valve

box

with

alarm

Copper pipe

OXYGEN Air vacuu

m 12 mm 15

mm

12

mm

22

mm

Ground EMERGENCY

DEPARTMENT

28 14 14 14

-

Vertical

14 No

3.6 ft each

14 02 173+173

346 ft

160 ft

HDUs 16 08 08 08 - 08 08 04

PRIVATE

ROOMS

14 07 07 07 07 07

First Floor

ICU 20

10 10 10 10 10 01 200+200=

400ft

600

ft

POSTOP

02

02 02

PREOP 05

HDUs 06 03 03 03 03 03 04

Second Floor

PREOP 02 02 02 02

HDUs 32 16 16 16 16 08

Third Floor

HDUs 24 12 12 12 12 12 06

Dialysis 20 02 02 10 01

Total 169 74 74 74 10 46 80 26

Note: Copper pipe from Battery room to emergency wards underground: O2/Air

Page 2: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 1

TENDER FOR

SUPPLY & INSTALLATION OF

CENTRAL GASES SUPPLY

SYSTEM

FOR SOCIAL SECURITY

TEACHING HOSPITAL

MULTAN ROAD, LAHORE.

FINANCIAL YEAR 2019–20

Page 3: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 2

Cost Rs: 1000/- (Non-refundable)

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR SUPPLY & INSTALLATION OF CENTRAL GASES SUPPLY

SYSTEM FOR THE FINANCIAL YEAR 2019-20 Due date _____________________

1) Name of Bidder ______________________ 2) Address ______________________

______________________

3) Telephone No. ______________________ 4) Tender Purchase receipt

a. (F-6 No., Date & Amount) ______________________

5) Deposit at call No. & Date ______________________ 6) Amount of deposit at call ______________________

7) Name of bank and branch ______________________ 8) Income tax/Sales Tax reg. No. ______________________ 9) Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In

case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

Page 4: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 3

OFFICE OF THE MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

NO_________________SSTH DATE_________________

TENDER FOR SUPPLY & INSTALLATION OF CENTRAL GASES SUPPLY SYSTEM FOR THE FINANCIAL YEAR 2019-20

INVITATION FOR BIDS

Tender Price Nonrefundable Rs. 1000/-

Last Date and Time of Receiving of Tender

15.08.2019 11:00am

Date and Time of Opening of Tender 15.08.2019 11:30am

Call Deposit @ 2% of Estimated Cost

Time Period for Compilation of Work ____________________

Purchase Mode F.O.R / D.D.P Basis

Venue Conference Room

Social Security Teaching Hospital Multan Road Lahore invites sealed bids /

tenders from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign

Principals from the well reputed firms on free delivery on FOR basis / DDP (Deliver Duty

Paid) basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer SSTHL on submission of written application along with payment of non-

refundable fee of Rs: 1000/- (One Thousand Only). Bidding documents shall be issued

up to 15.08.2019 before 11:00AM only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 2% of

the estimated price of the contract as bids security/ earnest money in the shape of Call

Deposit in favor of Medical Superintendent SSTHL is required to be submitted with the

financial bid, without which the offer shall be rejected. However copy of CDR will be

attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of

the interested bidders on date 15.08.2019 till 11:00 AM positively. The bids received till

the stipulated date and time shall be opened on the same day at 11:30 am in the

presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) Received after the date and time fixed for

its receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The offer is

conditional. (6)The offer is by telegram. (7) The offer is from a firm black listed,

suspended or removed from the approved list. (8) The offer received with shorter

validity than required in the tender inquiry.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE

Page 5: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 4

CHECK LIST (MANDATORY TO FILL & COMPLY)

Sr. # DETAIL YES / NO PAGE #

1. Original receipt for purchase of tender (F-6)

2. 2% Bid Security of the estimated price in the form of

CDR/Bank Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid)

3. Bid Validity Period 06-months.

4. Acceptance of terms and conditions of tender documents

duly signed and stamped.

5. An affidavit on stamp paper of Rs. 100/- submitting that the

firm is never black listed on any grounds what so ever.

6. In Case of sole agent/ importer, Letter of Authorization

from the manufacture / foreign Principal.

7. Copies of valid CNIC, Professional Tax Clearance

Certificate, National Tax Number and General Sales Tax

Number Certificates.

8. List of quoted products supplied to Govt./private sector.

9. Copies of Supply orders over last two years to Govt. /

private sector.

10. Last 2 years tax returns, audited balance sheet & bank

statement / Bank Certificate

11. Technical bid (separate envelope)

12. Financial bid (separate envelope)

13. Copy of the technical bid on the CD in Excel format along

with the written technical offer in the technical Proposal.

(Technical proposal envelope)

14. Copy of the financial bid on the CD in Excel format along

with the written financial offer in the financial Proposal.

(Financial proposal envelope)

Note:

1- Fill in the check list properly/completely along with the page marking of the

documents enclosed.

2- Technical Bids should be submitted with proper binding, page marking and

index.

Page 6: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 5

EVALUATION CRITERIA

The Products to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the products and as determined by the procuring agency.

PART-A: ASSESSMENT FOR ELIGIBILITY

Sr. # DESCRIPTION YES/NO PAGE #

1. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

2. Minimum One year (01) business history from the date of registration of products

3. Undertaking on judicial paper that firm is not blacklisted in any Govt. / Autonomous body.

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

Sr. # ASSESSMENT PARAMETERS MARKS

1. References of quoted item supplied in Public / Private Organizations. Public Organizations.

i. 1 to 04 04

ii. 5 to 10 08

iii. More Than 10 12

Private Organizations.

i. 1 to 04 02

ii. 5 to 10 04

iii. More Than 10 08

Supporting documents including name, Model of quoted item, Institutions where supplied with quantity must be attached.

20

2. Financial Soundness of the Firm i. Tax Returns (Last 2 Years) (copies to be attached) 05

ii. Bank Certificate showing annual turnover 1-2 Million 05

iii. Bank Certificate showing annual turnover more than 2 Million

10

iv. Last two years audited balance sheet (copies to be attached)

05

If balance sheet and bank statements both are deposited, then only marks of balance sheet (12 marks) would be counted.

20

3. Establishment of company/firm with reference to the Services.

More than 05-years = 20

03-05 years = 10

01-03 years = 06

20

4. Product / Main unit Certification Certificates FDA, CE/(MDD)/JIS(MHLW) any two Certificate.

20

5. Brand Make and Model of the Product with reference to sale Foreign product i- In two or more continents = 10 ii- In single continent = 8

10

6. Length of Registration of Products 01-05 Years = 08 06-10 Years = 10

10

TOTAL 100

Note: Acceptable Bids must score minimum of 70% marks.

Page 7: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 6

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR SUPPLY & INSTALLATION OF CENTRAL GAS SYSTEM IN

SURGICAL ICU, A&E DEPARTMENT, DIALYSIS UNIT & PRIVATE ROOMS

TERMS AND CONDITIONS

1. Tender will be received in accordance with PPRA Rules 2014 under single stage

two envelopes procedure. The Tenders which are not in accordance with the rule

will be rejected instantly. The bids shall comprise a single package containing

two separate envelopes. Each envelope shall be marked as “Technical Proposal”

and “Financial Proposal” in bold and legible letters to avoid confusion. The

financial proposal of bids found technically non-responsive shall be returned

unopened to the respective bidders.

2. Separate technical and financial bids wherever applicable should be furnished.

The technical bids will be opened first. The financial bids of only those firms will

be opened whose technical bids are found qualified i.e. 70% marks as per

evaluation criteria.

3. Original Copy of CDR should be attached with financial bid and Photocopy with

the Technical Bid.

4. A CDR of any schedule bank of Pakistan, as an earnest money @2% of the

estimated cost given in tender notice in favour of the Medical Superintendent,

Social Security Teaching Hospital Multan Road Lahore, otherwise the tender will

not be accepted. Bank cheques are not acceptable.

5. The rates inclusive of all the taxes should be offered on per unit basis.

6. At least one year comprehensive onsite warranty after completion of work (labour

parts and service items)

7. The tenderer should submit an affidavit stating that his firm has not been black

listed by any Government / Semi Government / autonomous body and no legal

action is under way against his firm.

8. The firms shall pay applicable income tax or provide valid exemption certificate

from the government income tax and G.S.T. if possible.

9. Bids shall remain valid for the period of six (06) months after the date of opening

of technical bid, prescribed by the hospital. A bid valid for a shorter period shall

be rejected as non-responsive.

10. Vendors are required to quote only those items which strictly confirm to the

specifications otherwise the whole bid will be rejected.

11. The earnest money will be forfeited of the bidder who fails to confirm the terms

and conditions of tender.

12. All the interested firms / their representative therefor requested to attend pre-bid

meeting to make a detail discussion regarding specification of items on 05-008-

2019.

13. This tender is available on PPRA & PESSI website.

Page 8: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 7

14. Properly sealed tenders should reach in the office of Medical Superintendent as

per schedule given in tender notice upto 11:00 am by registered post or by hand

together with the earnest money. Tender will be opened on the same day at

11:30 am in the presence of bidders or their authorized representative.

15. Mode of purchase will be F.O.R. in PK rupees.

16. Supplier will be responsible to provide all consignment / shipping documents to

SSTH Multan road, Lahore.

17. The performance security will be 10% of the Bid price. The performance security

shall be deposited in the shape of deposit at call (CDR). In case, the contractor

fails to execute the contract strictly in accordance with the terms and conditions

laid down in the contract, the security deposited by him shall be forfeited.

18. Failure of the successful bidder to comply with the requirement of instruction to

the bidder shall constitute sufficient grounds for the annulment of the award, in

which event the procuring agency may make the award to the next lowest

evaluated bidder or call for re-bidding.

19. Consignment will be received on Lahore Dry port / Airport.

20. The period of the tender agreement will be for financial year 2019-20, time period

for Delivery of goods / items will be 90-Days from the date of issuance of supply

order and completion / Installation work will be 45-Days after delivery of goods /

items as mentioned in Tender Notice.

21. Late delivery. The supplies shall be delivered within 90 days after the receiving

of supply order. In case of late delivery of stores i.e. after 90 days, penalty @ ½

% per week of the cost will be imposed. If the installation work is not completed

within 45 days same penalty will be imposed .

22. The successful bidder will deposit @ 10% security / deposit at call which will be

released after successful completion of warranty period.

23. The Undersigned reserves the right to cancel the tender under PPRA rule 35.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE

Page 9: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 8

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE

TENDER FOR SUPPLY & INSTALLATION OF CENTRAL GAS SYSTEM IN

SURGICAL ICU, A&E DEPARTMENT, DIALYSIS UNIT & PRIVATE ROOMS

TERMS AND CONDITIONS

1. Tender will be received in accordance with PPRA Rules 2014 under single stage

two envelopes procedure. The Tenders which are not in accordance with the rule

will be rejected instantly. The bids shall comprise a single package containing

two separate envelopes. Each envelope shall be marked as “Technical Proposal”

and “Financial Proposal” in bold and legible letters to avoid confusion. The

financial proposal of bids found technically non-responsive shall be returned

unopened to the respective bidders.

2. Separate technical and financial bids wherever applicable should be furnished.

The technical bids will be opened first. The financial bids of only those firms will

be opened whose technical bids are found qualified i.e. 70% marks as per

evaluation criteria.

3. Original Copy of CDR should be attached with financial bid and Photocopy with

the Technical Bid.

4. A CDR of any schedule bank of Pakistan, as an earnest money @2% of the

estimated cost given in tender notice in favour of the Medical Superintendent,

Social Security Teaching Hospital Multan Road Lahore, otherwise the tender will

not be accepted. Bank cheques are not acceptable.

5. The rates inclusive of all the taxes should be offered on per unit basis.

6. At least one year comprehensive onsite warranty after completion of work (labour

parts and service items)

7. The tenderer should submit an affidavit stating that his firm has not been black

listed by any Government / Semi Government / autonomous body and no legal

action is under way against his firm.

8. The firms shall pay applicable income tax or provide valid exemption certificate

from the government income tax and G.S.T. if possible.

9. Bids shall remain valid for the period of six (06) months after the date of opening

of technical bid, prescribed by the hospital. A bid valid for a shorter period shall

be rejected as non-responsive.

10. Vendors are required to quote only those items which strictly confirm to the

specifications otherwise the whole bid will be rejected.

11. The earnest money will be forfeited of the bidder who fails to confirm the terms

and conditions of tender.

Page 10: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 9

12. All the interested firms / their representative therefor requested to attend pre-bid

meeting to make a detail discussion regarding specification of items on 05-008-

2019.

13. This tender is available on PPRA & PESSI website.

14. Properly sealed tenders should reach in the office of Medical Superintendent as

per schedule given in tender notice upto 11:00 am by registered post or by hand

together with the earnest money. Tender will be opened on the same day at

11:30 am in the presence of bidders or their authorized representative.

15. Mode of purchase will be F.O.R. in PK rupees.

16. Supplier will be responsible to provide all consignment / shipping documents to

SSTH Multan road, Lahore.

17. The performance security will be 10% of the Bid price. The performance security

shall be deposited in the shape of deposit at call (CDR). In case, the contractor

fails to execute the contract strictly in accordance with the terms and conditions

laid down in the contract, the security deposited by him shall be forfeited.

18. Failure of the successful bidder to comply with the requirement of instruction to

the bidder shall constitute sufficient grounds for the annulment of the award, in

which event the procuring agency may make the award to the next lowest

evaluated bidder or call for re-bidding.

19. Consignment will be received on Lahore Dry port / Airport.

20. The period of the tender agreement will be for financial year 2019-20, time period

for Delivery of goods / items will be 90-Days from the date of issuance of supply

order and completion / Installation work will be 45-Days after delivery of goods /

items as mentioned in Tender Notice.

21. Late delivery. The supplies shall be delivered within 90 days after the receiving

of supply order. In case of late delivery of stores i.e. after 90 days, penalty @ ½

% per week of the cost will be imposed. If the installation work is not completed

within 45 days same penalty will be imposed .

22. The successful bidder will deposit @ 10% security / deposit at call which will be

released after successful completion of warranty period.

23. The Undersigned reserves the right to cancel the tender under PPRA rule 35.

MEDICAL SUPERINTENDENT

SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE

Page 11: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 10

BID FORM

DATE: ________NO.__________

To,

The Medical Superintendent,

S.S.T.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer the supply and deliver the goods specified in

conformity with the said Bidding Documents.

We undertake, if our M/S …………………….. bid is accepted, to deliver the

goods in accordance with the delivery schedule specified in the schedule of

Requirements. If our bid is accepted, we agree that 10 % performance security shall be

retained by the hospital as a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for

bid opening under instruction to the bidders, and it shall remain binding upon us and

may be accepted at any time before the expiration of that period. Until a formal contract

is prepared and executed, this bid, together with your written acceptance thereof and

your notification of award shall constitute a binding contract between us.

We understand that the procuring agency can cancel tender under PPRA rule 35.

Name: _______________________________

Signature: ______________________________

Stamp of the Firm: _______________________

Page 12: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 11

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. we M/S …………………… hereby confirm that I have read carefully the description of

the stores and all the terms and conditions of your tender enquiry due for opening on

date 15.08.2019 for the supply & installation of Central Gas Supply System for Social

Security Teaching Hospital Multan Road, Lahore as advertised in the tender notice as

well as those contained in the bid Performa and the Punjab procurement Rules, 2014

(PPRA-2014). We agree to abide by all instruction/ conditions.

2. we M/S ……………………… hereby confirm to adhere to the delivery period required

in the tender enquiry which would be the essence of the contract and will be binding on

us. In case of failure, we agree unconditionally to accept the recovery of liquidated

damages on belated supplies and shall have no objection on risk purchase made by

hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or

the price charged from any other Government/Autonomous in institution in the financial

year 2019-2020 and in case of any discrepancy, the supplier hereby undertakes to

refund the price charged in excess.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 13: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 12

INSTRUCTIONS TO BIDDERS (ITB)

General Instructions

1. Content of Bidding Document 1.1 The goods required, bidding procedures and terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include:

(a) Technical Specifications; (b) Check List (mandatory to fill & comply); (c) Instructions to Bidders (ITB); (d) Bid Form and (e) Price Schedule.

1.2 The Bidder is expected to examine all instructions, forms, terms and

specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid.

2. Source of Funds 2.1 The Social Security Teaching Hospital Multan Road, Lahore (SSTHL) has allocated for Supply & Installation of Central Gases Supply System under the relevant head of Account during the financial year 2019-2020 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization.

3.2 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if: -

i. Received without earnest money from any firm. ii. It is received after the time and date fixed for its receipt. iii. The tender is unsigned iv. The offer is ambiguous. v. The offer is conditional. vi. The offer is from a firm, black listed, suspended or removed from the

approved list. vii. The offer is received by telegram/fax. viii. Offer received with shorter validity than required in the tender enquiry. ix. The offer is for store not conforming to specification indicated in the tender

enquiry. No counter offer will be accepted. 4. Eligible Goods and Services 4.1 All goods and related services to be supplied under the contract shall have their

origin in eligible source Countries. 4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the

subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, after sale service etc. 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 or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components.

5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

Page 14: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 13

6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents.

7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.

8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial & technical capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency:

A. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of

anything of value to influence the action of a public official in the procurement process or in Contract execution; and

II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice

Page 15: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 14

among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition;

B. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm negligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids

10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components:

(a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to the bidder that the goods to be supplied by the Bidder are eligible goods and conform to the bidding documents.

12. Bid Form and Price Schedule

12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, specifications, taxes, quantity and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the goods; it proposes to supply. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/correction must be initialed. Every page is to be signed and stamped at the bottom. 13.3 The Bidder should quote the price of the goods according to the technical specifications. The specifications of goods, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. The prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Conditional offer shall be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained after the bid has been submitted.

Page 16: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 15

14. Bid Currencies

14.1 Price shall be quoted in Pak Rupees.

15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include:

(a) National Tax Number (NTN), Professional Tax Certificate and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(b) The Bidder/Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement, the Bidder shall be disqualified forth with and subsequently black listed.

(c) The Bidder should have minimum two years’ experience in the market, as specified for relevant equipment. Similarly, it is mandatory that the item to be quoted by the Bidder/Manufacturer should have already been used in different public/private Institution/hospitals. Documentary proof shall have to be provided in this regard.

(d) The Bidder must indicate the country of origin of the goods & necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification).

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

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

16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of the good, which the Bidder proposes to supply. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered, with a certificate of origin issued by the Manufacturer. 16.3 Submission of samples, to be recorded in writing, which the bidder shall provide & demonstration to the end user, if desired.

Page 17: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 16

17. Bid Security 17.1 2% Bid Security of the estimated prices in the form of CDR/Bank Draft will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited. 18. Bid Validity 18.1 Bids shall remain valid for a period of six (06) months after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. Such extension shall not be for more than the period equal to the period of the original bid validity. 18.3 Bidders who;

(a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids

19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initiated by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids

20.1 The envelopes shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an OUTER ENVELOPE.

20.2 The inner and outer envelopes shall:

a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

b) bear the Institution’s name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid.

20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and

Page 18: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 17

Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the Bidder. Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

The Bidding Procedure (under Punjab Procurement Rules 2014)

24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied:

(i) the bid shall be a single package consisting of two separate envelopes,

containing separately the technical and the financial proposals; (ii) the envelopes shall be marked as “Technical Proposal” and “Financial

Proposal”; (iii) in the first instance, the “Technical Proposal” shall be opened and the envelope

marked as “Financial Proposal” shall be retained unopened in the custody of

the procuring agency; (iv) the procuring agency shall evaluate the technical proposal in the manner

prescribed in advance, without reference to the price and shall reject any

proposal which does not conform to the specified requirements; (v) during the technical evaluation no amendments in the technical proposal shall be

permitted; (vi) after the evaluation and approval of the technical proposals, the procuring

agency shall open the financial proposals of the technically accepted bids,

publically at a time, date and venue announced and communicated to the

bidders in advance, within the bid validity period;

(vii) the financial bids found technically non-responsive shall be returned unopened

to the respective bidders.

Opening and Evaluation of Bids

25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time and on the date specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process.

25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details shall be announced at the opening of technical proposal by the Procuring Agency. No bid shall be rejected at technical proposal/bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening of financial proposals, the bid prices and other details shall be announced by the Procuring Agency. (The date & time of opening of financial proposal would be announced later on, after the evaluation of the technical bids).

Page 19: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 18

25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination

27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

27.2 In the financial bids (at the time of opening the financial proposal) the

arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.

27.3 The Procuring Agency may waive any minor informality, nonconformity, or

irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.

27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the

Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/bid shall be on the basis of previous performances, test reports, inspection of plant/factory/premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents.

28.4 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

Page 20: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 19

28.5 A bid once opened in accordance with the prescribed procedure shall be

subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/criteria will be employed on Technical Proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks or as decided by the Procuring Agency during evaluation would be declared technically accepted.

i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

29.2 Evaluation Criteria

For the purposes of evaluation, the word “Products” would mean the specific items included in the bidders bid, the specific make and model the bidder is including in the bid.

29.3 Financial proposals would be evaluated as follows:

i) Incomplete bid shall stand rejected. ii) Minor oversight, clerical mistakes, other minor

inconsistencies that do not alter the substances of the financial bid may be corrected by the Procuring Agency.

30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the tender is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Tender Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid or proposal. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 31.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids.

Page 21: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 20

32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation in the form of a report giving justification for acceptance or rejection of bids at least ten days prior to the award tender.

Award of Tender -. 0

34. Acceptance of Bid and Award Criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Tender, within the original or extended period of bid validity.

35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of award of tender to increase or decrease, the quantity of goods originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36. Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014.

37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 After ONE week of receipt of the registered letter to the successful bidder that its bid has been accepted, the procuring agency can issue supply order(s) according to the needs of hospital. 38. Performance Security 38.1 The 10% of the Bid price of the successful bidder will be retained as Performance Security by the Procuring Agency. (The bid security of unsuccessful bidders will be returned on written request on letter head of the firm). 38.2 In case the supplier fails to supply the stores or stores according to the specs of the procuring agency &/or samples provided by him, the 10% Performance Security of the supplier shall be forfeited. 39. Late delivery. 39.1 The supplies shall be delivered within 90 days after the receiving of supply order.

In case of late delivery of stores i.e. after 90 days, penalty @ ½ % per week of the cost

will be imposed.

40. Redressal of grievances by the Procuring Agency. 40.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur.

Page 22: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 21

40.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule 35.

40.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 40.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 40.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction.

General Conditions of Tender (GCT)

1. Definitions

a. “The Good(s)” means items required for installation of central gases system which the Supplier is required to supply to the Procuring Agency.

b. “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the Institute/Hospital, transportation of goods up to the desired destinations and other such obligations of the supplier.

c. “The Procuring Agency” means The Social Security Teaching Hospital. d. “The Supplier” means the individual or firm supplying the goods.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Bidding Document. 3. Standards 3.1 The goods supplied shall conform to the standards mentioned in the bidding document/Technical Specifications & samples supplied by the firm at the time of opening of Technical Proposal. 4. Use of Documents and Information 4.1 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 5. Patent Rights 5.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country. 6. Inspections and Tests. 6.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 6.2 For the purpose of inspections and tests of Bio-Medical Equipment’s Accessories & Spare Parts. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. 6.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 7. Physical Examination/ Inspection of Goods

Page 23: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 22

7.1 The goods shall be acceptable subject to physical inspection, tests and/or in accordance with the approved specifications as decided by the Procuring Agency. 8. Warranty 8.1 A warranty according to the type of good will be provided by the firm. 9. Payment 9.1 The method and conditions of payment to be made to the Supplier shall be specified in SCT. The currency of payment is Pak. Rupees which will be paid after installation, inspection report by the Inspection Committee & quality and quantity certificate by the end user. 10. Prices 10.1 Prices charged by the Supplier for goods delivered shall not vary from the prices quoted by the Supplier in its financial bid and shall remain the same till expiry of the tender period i.e. till 30 June 2020. 10.2 If at any time the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for supply of goods with or without liquidated damages. 11. Penalties/Liquidated Damages 11.1 If the Supplier provide substandard item(s) or fail to provide the item(s) the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 12. Arbitration and Resolution of Disputes 12.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them. 12.2 If, after (90) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 12.3 In case of any dispute concerning the interpretation and/or application of this Biding Document shall be settled through arbitration. Medical Superintendent Social Security Hospital or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties. 13. Applicable Law 13.1 This bidding document shall be governed by the laws of Pakistan and the Lahore High court Lahore Pakistan shall have exclusive jurisdiction. 14. Notices 14.1 Any Notice given by one party to the other pursuant to this biding document shall be sent to the other party in writing and confirmed to other party’s address specified in SCT. 14.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Special Conditions of Tender (SCT) 1. Cash receipt (F-6 in original or photo copy) as token of having purchase the tender, must accompany the offer.

2. The goods are required by the consignee within 90 days of issuance of supply

order. 3. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the bid security will be

forfeited besides other punitive action.

Page 24: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 23

4. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored. 5. Rates should be quoted in Pak rupees, including all taxes except GST (more than 50 bedded hospitals are exempted from GST). 6. Offer of the firm not quoting rates both in word and figures shall be ignored. 7. Attested copy of NTN and GST registration certificate held by the company may be attached. 8. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the

preceding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.

9. The bidders must certify that The firm will make sure that the compatible that goods supplied for installation of central gases system should be manufactured/made/packed in the country of origin. 10. The principal of the firms must give a certificate that the rates offered are not more than the trade price. 11. In case the offering firm is quoting the store of any manufacturer/foreign principal he should submit ‘’authority Letter’’ from a

manufacturer/ foreign principal for a particular store with the offer, with an undertaking that in case the sole agent / quoting firms to fulfill its contractual obligations regarding supply of goods, the principal would be responsible for the same.in case of failing the local firm, the foreign principal will cancel their agency. Moreover, the institution reserves the right to proceed to blacklist the firm under rule 21.

12. If any part is not genuine and it comes to the knowledge of the procuring agency, it will be entitled for re-claiming or replacing and also damages for it. Institution reserves the rights to blacklist the firm.

13. Inspection authority will be the Inspection Committee of the Social Security Teaching Hospital. Inspection on receiving the consignment before installation will be done. The Committee will be responsible for inspecting the consignment to certify that store is in accordance with the supply order.

14. 100% payment will be made by the Medical Superintendent, Social Security Teaching Hospital on production of satisfactory inspection and installation report duly signed by the committee comprising of Anesthetist, DMS equipments, Representative of development cell and Bio Medical Engineer & Quality and Quantity Certificate by the End User.

15. Manufacturer/Supplier shall be responsible for rectifying with all possible speed at their own expense any defect or fault in the goods supplied for installation of central gases system which may develop or free of charge replacement will be provided if the item will be faulty. In case of failure, the case may be proceeded blacklist the firm under rule 21.

16. The quantities mentioned in the lists of items required are approximate and the procuring agency reserves the right to increase or decrease quantity of material or item. They can also negotiate the quantity, quality of the respective goods with the successful bidder before issuing the purchase order. 17. The Warranty Period will be 01-year for goods supplied for installation of central

gases system according to specifications of relevant goods and the firm will be responsible for replacing of equipment/ store.

18- The packing of goods shall be suitable for transport by sea, Rail and Air Unless other packing is specifically required in the invitation to tender. The cost of packing/ repacking shall always be borne by the bidder. 19- Tender contract award shall be valid up till 30.06.2020. from the date of signing the contract or issuance of award letter. 20- Tender will be opened on the given date and time; late submission will not be accepted. 21- Original call deposit Receipt CDR (2% of estimated cost) will be enclosed in ‘’Financial Bid’’ while the photocopy will be enclosed in Technical Bid. CDR will remain deposited in hospital account if bids are accepted. A bid without CDR will not be accepted.

Page 25: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 24

22- The whole purchase process will be as per PPRA Rules 2014; Technical offer

will be opened at the spot while financial offer will be opened after the report of Technical committee.

23- Risk purchase will be done on failure to supply timely and expenditure incurred will be recovered from the bidders. 24- Delivery time shall be 90 days from the date of issuance of supply order. Late

delivery penalty of 0.5% per week or 2% per month will be charged from the bidder. If the bidder fails to comply the supply order timely security money /CDR may be forfeited and firm may be proceeded under rule 21 for to be blacklisted in future.

25- Full supply will have to be given. Partial supply will not be accepted without solid reason and decision of purchase commit will be final. Make Model brand shall have to be mentioned.

26- Rate should be typed /Printed, Overwriting shall not be accepted. Do not use white fluid otherwise bid shall not be accepted. 27- Fill the form for quoting the rates. 28- Affidavit for reasonability of rates and rates quoted are equivalent to those at which the firm is supplying the product to the other govt./Autonomous bodies hospitals and institutions. 29- Samples will be supplied by the bidder without cost. Firms not supplying samples to purchase committee for assessment will not be considered for financial bids opening. 30- Rates accepted will not be affected by the currency fluctuation during the period of tender. 31. Place of delivery

As per detail to be mentioned in the supply order. Supplier’s Address for notice purpose Procuring Agency’s

…………………………….. for notice purpose shall be the

……………………………..

MEDICAL SUPERINTENDENT

Social Security Hospital Multan Road Lahore.

Page 26: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 25

TENDER DOCUMENTS FOR FINANCIAL YEAR 2019-2020

CENTRAL GAS SUPPLY SYSTEM -SPECIFICATIONS

SR.#

Qty

Specification

Offered Rate (F.O.R) U/P PKR

01.

01No.

Fully Automatic Manifold for Oxygen With automatic changeover between three sources with LCD display. The Manifold is fully automatic type & to switch from “Bank in Use” to “Reserve” bank without fluctuation in delivery supply line pressure & without the need for external power. After the switch-over the “Reserve” bank becomes the “Bank in Use” and the bank in use becomes the reserve bank. The system is able to maintain continuous supply in case of power failure. Capacity: (2 x5) - with capacity of 100-120, m3/h Set of connection for cylinders/HP valves, discharging valves, tail pipe.

Function Fully automatic self-contained shuttle-valve with no electrical power required for switching. Microprocessor based panel with display to monitor gas pressure in VIE tank, Right and Left cylinder bank through the manifold. Complete with gas heating system for evaporation of gases. Monitors and supervise the supply of medical gases. Units of measure PSI/bar. Display: LCD/LED display for the left bank, the right bank, VIE Tank & for the supply pressure. Complete with relief valve, Emergency shut off valve and battery / bank room alarm for left and right cylinder bank. Two High pressure shut-off valve with sintered metal filters. Equipped with NIST connection. Country of origin: EEC/USA/Japan/UK

02

01No.

Automatic manifold for nitrous oxide The Manifold is fully automatic type & to switch from “Bank in Use” to “Reserve” bank without fluctuation in delivery supply line pressure & without the need for external power. After the switch-over the “Reserve” bank becomes the “Bank in Use” and the bank in use becomes the reserve bank. The system is able to maintain continuous supply in case of power failure. Capacity (2x2)with capacity 70-90-m3/h Function Fully automatic self-contained shuttle-valve with no electrical power required for switching. Microprocessor based panel with display to monitor different parameters and loggings. Units for pressure measurement (psi/pa/bar). Display: LCD/LED display for the left bank, the right bank, for the supply pressure. Complete with relief valve, Emergency shut off valve and battery / bank room alarm for left and right cylinder bank. Equipped with NIST connection. Country of origin: EEC/USA/Japan/UK

03.

169No. 74No. 74 No.

GAS OUTLETS Wall Outlets DIN type Quick Disconnect /parking stage. Gas outlets wall mounted type complete in box gas specific, self-sealing valve, indexed to eliminate interchangeability /erroneous tapping of gas, filter & cover plate as per standard design with following color coding: Oxygen Gas outlet Wall type white Compressed Air 4 Bar black Vacuum lavender Country of origin: EEC/USA/Japan/UK

04.

10No.

BED HEAD UNITS FOR ICU

Each unit consists of: 1500mm Horizontal type with railing 1.Built in over bed light, with ON/OFF switch. 2.Built in reading Light with ON/OFF switch 3.Gas outlet provisions (1 X compressed Air, 2 x Oxygen, I x vacuum ) completely fitted

Page 27: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 26

4.Electrical Provisions, Electrical sockets; 6 Nos. & 2 Nos. multi pin plug All wiring conforms to standards, ground / earth-10 gauge (Green)

Separate ducts for Electrical + Gas Pipes 5 .Monitor Shelf made of SS and IV Pole with rail clamps 6.Provision for nurse call/ alert button

Note: Firms are also required to quote above units with following sizes: 1. Length 17 feet for 2 Beds 2. Length 20 Feet for 2 beds 3. Length 38 feet for 4 beds 4. Length 13 feet for 2 beds

Country of origin: EEC/USA/Japan/UK

05.

46Nos.

BED HEAD UNITS FOR EMERGENCY,HDUs, DIALYSIS, PRIVATE ROOMS

Each unit consists of: 1500mm Horizontal type with rail Built in over bed light, with ON/OFF switch. Built in reading Light with ON/OFF switch Gas outlet provisions (1X compressed Air, 2 x Oxygen ,1xVacuum) completely fitted Electrical Provisions, Electrical sockets; 6 Nos. All wiring conforms to standards, ground / earth-10 gauge (Green) Separate ducts for Electrical + Gas Pipes

Country of origin: EEC/USA/Japan/UK

06.

80Nos Oxygen Flow meter Wall mounted complete with probe. Made of brass, Measuring range 0-15L/min made of un-breakable material, Autoclavable, with humidifier bottle. Country of origin: EEC/USA/Japan/UK

07.

01Nos

DUPLEX MEDICAL VACUUM SYSTEM The capacity of Vertical Vacuum System is 500L/min per vacuum pump Vacuum level @ 700-725 mmHg Vibration isolation, pads, hour meters, circuit breakers, vacuum pump run lights Tank mounted system. Complete with filters Vertical tank capacity 1000 Liter Power: Three phase 380 -400 V/50Hz or Single phase 220 V/50 HZ Country of origin: EEC/USA/Japan/UK

08 74No.

VACUUM REGULATOR WITH GAUGE / DIGITAL The vacuum controller should be connected to wall source of vacuum using direct probe or rail mounting system. Vacuum, level 0 to 750 mm Hg complete with 1 liter suction bottles, unbreakable/ autoclaveable (2 each) complete with overflow system Country of origin: EEC/USA/Japan/UK

09. 26Nos. Multiple Zone Valve Box with digital Monitoring Gauge for Two gases, microprocessor based monitors with Alarm and Remote Sensor for two Gases. LCD display for pressure, readable in Psi/bar. Self-diagnostic, test and mute button with low alarm condition Each wall type zone valve box. Steel valve box which houses shut off ball valves with tube extension. Each wall type zone valve box consists of two ball valve and inlet/outlet tube connections. Country of origin: EEC/USA/Japan/UK

10. 400ft 346ft 600ft. Approx

Copper pipe Suitable for use with medical gases and cleaned degreased with end caps along with required fittings. EEC Size: 12mm Dia Size : 15 mm Dia” Size: 22mm Dia” Country of origin: EEC/USA/Japan/UK Note: Firm will be responsible for underground connection of Copper pipe from VIE Oxygen tank to Emergency department with proper safety measures.

11. 01

Page 28: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).

P a g e | 27

MEDICAL AIR STATION DUPLEX TYPE Compressed air unit for medical air system designed in accordance with current standards and directives. Composed of: - 2 lubricated screw air compressors Capacity of Air production. Main technical data: - Flow: 500-600L/Min) each @ 10 bar - Preset working pressure: 10 / 12 bar – Air Receiving tank/Reservoir: 1 galvanized receiver equipped with a pressure gauge, a shutoff valve, a safety valve, a programmable cyclic purge and Pressure switch. GALVANISED - Capacity: 1000 liters – Working pressure /certified test pressure : 16 / 22,5 bar 1 CPU Controller® control panel with digital screen and pressure sensor and alarms. Power: Three phase 380 -400 V/50Hz. Country of origin: EEC/USA/Japan/UK MEDICAL AIR TREATMENT LINE DUPLEX ADSORPTION (Desiccant Type) Medical air treatment delivering medical grade air in accordance with Medicinal Air mono-graph of European Pharmacopeia. Complete duplex medical air treatment line composed of: - - 2 adsorption air dryers without heat, Dew point between -40 to -80 Degree C FILTRATION SYSTEM -2 pre-filters with automatic cyclic drain valves, - 2 sub-micronic filters, - 2 dust filters, - 2 activated carbon filters, - 2 CO/CO2 catalyzer filters, - 2 bacterial filters, Dew Point Analyser with display on LCD Mounted on the dryer with shut off valves and parallel connections to service and change filters Without interrupting the air supply. CONTROL - 1 CPU Controller® control panel with digital screen and pressure sensor, PRESSURE REDUCING SET AIR DUPLEX 10 bar by-pass valves, copper piping and fittings, for 4bar +7bar outlets pressure. Max. Treated Flow: 100 m3/h Upstream pressure: 10 bar (adjustable) Downstream pressure: 8 bar (adjustable) Complete with distribution block with shut off valve and pressure gauge, on assembly panel with incoming and Out going copper pipe. Country of origin: EEC/USA/Japan/UK

Page 29: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).
Page 30: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).
Page 31: BOQ FOR (MEDICAL GASES PIPE-LINING SYSTEMS).