RATE CONTRACT OF BIDDING DOCUMENTS FOR FINANCIAL YEAR 2017-18 DHQ HOSPITAL NANKANA SAHIB INDEX Sr. No. Name of Tender 1. Rate contract for LP MEDICINE 2. Rate contract for X-ray films and chemicals 3. Rate contract of Medical Surgical and disposable items for Dialysis 4. Rate contract for surgical disposable items / small medical appliances 5. Rate contract for laboratory chemicals and kits 6. Rate contract for bedding clothing and linen items 07. General Store items 08. Rate contract for Printing / stationery items 09. Blood Bank / Laboratory items and Chemicals 10. Dental medicines/items 11. Homeo medicines 12. New Website development 13 RO Plant Chemicals and Maintenance 14 Hospital Furniture and Fixture TENDER DETAILS: Tender Fee Rs.1000/- (Non-Refundable) Last Date of Issuance 01-08-2017. till 10:00 AM Receiving Date & Time 01-08-2017. till 10:00 AM Opening Date & Time 01-08-2017. till 11:30 AM Venue: MS OFFICE, DHQ HOSPITAL NANKANA SAHIB BID SECURITY DETAILS ARE WRITTEN BELOW:
45
Embed
RATE CONTRACT OF BIDDING DOCUMENTS FOR FINANCIAL YEAR …eproc.punjab.gov.pk/BiddingDocuments/76455_compressed_FINALIZED... · RATE CONTRACT OF BIDDING DOCUMENTS FOR FINANCIAL YEAR
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
RATE CONTRACT OF BIDDING DOCUMENTS FOR FINANCIAL YEAR 2017-18
DHQ HOSPITAL NANKANA SAHIB
INDEX
Sr. No. Name of Tender
1. Rate contract for LP MEDICINE
2. Rate contract for X-ray films and chemicals
3. Rate contract of Medical Surgical and disposable items for Dialysis
4. Rate contract for surgical disposable items / small medical appliances
5. Rate contract for laboratory chemicals and kits
6. Rate contract for bedding clothing and linen items
07. General Store items
08. Rate contract for Printing / stationery items
09. Blood Bank / Laboratory items and Chemicals
10. Dental medicines/items
11. Homeo medicines
12. New Website development
13 RO Plant Chemicals and Maintenance
14 Hospital Furniture and Fixture
TENDER DETAILS:
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 01-08-2017. till 10:00 AM
Receiving Date & Time 01-08-2017. till 10:00 AM
Opening Date & Time 01-08-2017. till 11:30 AM
Venue: MS OFFICE, DHQ HOSPITAL NANKANA SAHIB
BID SECURITY DETAILS ARE WRITTEN BELOW:
Sr. No. Name of Tender BID SECURITY in the Form of CDR
1. Rate contract for LP MEDICINE 100000/-
2. Rate contract for X-ray films and chemicals 50000/-
3. Rate contract of Repair of Machinery and Equipments 100000/-
4. Rate contract for surgical disposable items / small medical appliances
300000/-
5. Rate contract for laboratory chemicals and kits 100000/-
6. Rate contract for bedding clothing and linen items 50000/-
07. General Store items 100000/-
08. Rate contract for Printing / stationery items 100000/-
09. Blood Bank / Laboratory items and Chemicals 100000/-
10. Dental medicines/items 50000/-
11. Homeo medicines 30000/-
12. New Website development 50000/-
13 RO Plant Chemicals and Maintenance 100000/-
14 Hospital Furniture and Fixture 100000/-
BIO DATA OF THE PARTICIPANT
Name of Firm _____________________________________________
Name of authorized representative _____________________________________________
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)
We M/s, ________________________________________________ are not suspended/black listed/defaulter of
any Government/Autonomous Institution at any time. In case of submission of false statement by the firm,
the department reserves the right to take any punitive action including forfeiture of security, under the
rules.
Moreover we also confirm that the prices quoted for DHQ NANKANA SAHIB, are not more than
the prices quoted in other Government/Autonomous Institution. In case of any over pricing firm shall be
bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the
terms and conditions laid down in the Tender inquiry. In case of any violation of terms and conditions, the
reserves the right to take any punitive action including forfeiture of security, under the rules.
Signature __________________
Stamp __________________
Invitation for Bids
The Medical Superintendent DHQ Hospital NANKANA SAHIB invites sealed bids from interested firms/agencies of repute
with financially sound background involved in running institutional Pharmacy business/Chain of
Pharmacies/Distributors having a valid Retail drug sale license for supply of drugs/medicines/surgical Disposables for
contract of Local Purchase of Bulk medicines for the year 2017-18.
1) Separate Bids will be given for following Medicines on basis of Maximum Discount from retail price.
I. Multinational companies
II. National Companies Medicines
III. Disposable Surgical Items
2) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures
specified in the Punjab Procurement Rules PPRA 2014 (amended Jan 2016), and is open to all eligible bidders as
defined in the bidding document.
3) Interested eligible bidders may obtain bidding documents and further information from the office of
undersigned on submission of written application along with payment of non-refundable fee of RS. 1000/- (One
Thousand Only). Bidding documents are available till 01-08-2017 up to 10:00 am from office of Procurement
Officer, DHQ Hospital, NANKANA SAHIB.
4) Biding documents are also available on Punjab Procurement Regulatory Authority website
(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.
5) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the
form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.
6) The bidders are requested to give their best and final prices as no negotiations are expected.
7) Taxes will be deducted as per applicable government rules.
8) NTN and Sales Tax registration certificate must be provided. For obtaining any further information or clarifications, please contact at the following.
DISTRICT HEAD QUARTERS HOSPITAL NANKANA SAHIB
Terms & Conditions for
(Tender No.01,02,03,04,05,9,10,11 For the financial year 2017-18)
Sealed offers are invited from interested firms/agencies of repute with financially sound background involved in
running institutional Pharmacy business/Chain of Pharmacies/Distributors having a valid Retail drug sale license for
supply of drugs/medicines/surgical Disposables. Tender should be sent in the name of the Medical Superintendent, DHQ
Hospital NANKANA SAHIB along with the following documents.
Sr.
Knock Out Clauses
Yes/No Page #
No
1 Original receipt for purchase of tender
Bid Security in the
2
favor of Medical Superintendent DHQ Hospital NANKANA SAHIB, should
attached with financial bid & photocopy of the same attached with
Technical bid as demanded in bidding document.
3 Valid Drug sale License
4 Minimum one year business history
Bidder shall submit an affidavit worth Rs. 100/- that he accepted all
5
terms and conditions of tender documents and PPRA rules 2014
(Amended 2016) and shall continue the same in future, duly signed
and stamped
6
List of Government/Autonomous Institution where already Supplying
pharmacies established.
7 Company Profile including Pharmacist and other strength
8 National Tax Number and General Sale Tax number certificate.
9 Non-Black listing certificate.
1. All the procurement procedures will be done strictly in accordance with the PPRA Rules, 2014
(Amended 2016). Single stage/two envelops bidding procedure shall be applied. The Envelops shall be marked as
FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and in legible letters. Envelops shall then be sealed in an
outer envelope. The Financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders.
The inner envelops shall also indicate the name and address of the of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
2. The envelope must also clearly show the Bid title and bidder’s name and address. Failure to comply with this requirement may result in rejection of the bid and the committee decision in this regard shall be final. Bids submitted after the prescribed time shall not be entertained.
3. Only technical proposal will be opened by the tender opening committee. The financial proposal will be
opened by tender opening committee of responsive/ technically successful bidders later on the declared time, place &
date. Financial proposal of the non-responsive/ technically unsuccessful bidders will be returned as such to them on
that date without opening their financial offers as per PPRA Rules 2014.
4. All the pages of technical & financial bids should be marked as page. No.
5. Substandard, broken seal & substituted bids will not be acceptable.
6. Tenderer must have valid Drug Sale License, should be financially sound and well reputed. Bad reputed will not be entertained.
7. Bids shall remain valid for a period of three months after opening of Technical bid. A bid valid for shorter
period shall be rejected as non-responsive. Extendable equal to the period of the original bid validity.
8. Facility of the supplies must be available round the clock.
9. Contract will be awarded to the tenderer offering highest discount to the Hospital.
10. The validity of the contract will be till 30-06-2018, extendable for three (03) months.
11. The offered discounts shall be from the maximum retail prices of medicines fixed by the Government of the
Pakistan or Manufacturers (where government has permitted to do so) or sole importers. Offers can be given on the basis
of,
i. Products of National Pharmaceuticals
ii. Products of Multinational Pharmaceuticals
iii. Surgical Disposables/implants etc.
12. For the calculation of maximum retail price of those items where price is not printed on the product the retail
price will be finalized after survey.
13. The tenderer must have the drug sale license and should have the comprehensive storage facilities for
drugs/medicines.
14. The supplier/tenderer background should be financially sound, based on authentic bank statement.
15. The supplier/tenderer shall be solely responsible for provision and stocking of quality medicines at all times
strictly in accordance with the provision of the drug act 1976 and drug sales rules 2007/DRAP Act 2012 and will be
responsible for the quality/quantity of drugs supplied by him/her.
17. The supplier/tenderer shall ensure availability of wide range of medicines including those contained in hospital
Formulary. No alternate shall be acceptable. In case of default, the Hospital administration may take appropriate action
including fine to be decided by hospital administration.
18. The price of medicines/surgical disposable item shall in no way be more than the market prices (retail price)
and the discount offered by the bidders to the hospital will be based on its maximum retail price.
19. Clarification of Bids:
No bidder shall be allowed to alter or modify his bid after the bid has been opened. However the procuring agency may
seek and accept clarifications to the bid that do not change the substance of the bid.
20. Limitation on Negotiation’s:
There shall be no negotiations with the bidder.
21. Rejection of Bids:
The authority may reject all bids or proposals at any time prior to the award of contract without assigning any reason.
22. Any consignment of medicine/disposables items not acceptable in term of quality to the end user, doctor may
refuse partial/full quantity and contractor shall replace the same immediately.
23. Acceptance of Bids:
The bidder with the highest discount, if not conflict in any other law, rules, regulations or policy of the Government of
Punjab, shall be awarded the procurement award.
24. Performance Guarantee:
The successful bidder shall furnish performance security 05% of total estimated L.P budget in addition to bid security
already deposited by the firm. The performance security shall be deposited in the shape of cash deposit receipt.
25. Qualification of Suppliers and Contractors:
A procuring agency, at any stage of the procurement proceedings, may require the suppliers or contractors to provide
information concerning their professional, technical, financial, legal or managerial competence whether already
prequalified or not.
26. No Offer Will Be Considered If It:
i. Is submitted without call deposit by registered firm in the name of Medical
Superintendent DHQ Hospital NANKANA SAHIB.
ii. Is received after the date and time fixed for its receipt.
iii. Is unsigned.
iv. Is ambiguous
v. Is not typed on the letter head.
vi. Is over written
vii. Is conditional
viii. Is given by the firm black listed, suspended or removed from the approval list of the Health
Department Government of Punjab, Autonomous Health institutions or by the Federal
Government.
ix. Is received with a validity period shorter than that required in the tender inquiry.
x. Does not conform to the general conditions of the tender inquiry.
xi. Is received without earnest money as specified in the tender.
27. All the pages of tender must be signed properly at the bottom.
28. Successful bidder is bound to supply the full ordered quantities of all the desired brands except those, which are
actually not available in the market.
29. Inspections and Test/Analysis:
The supplier will be responsible for free replacement of stocks if found not of the same specifications as required on the
demand from day to day basis. In case of non-supply the same will be purchased from the local market and the amount
will be deducted from the bills of contractor pending in the purchase department.
Unregistered/substandard/spurious/misbranded expired drug will be forfeited by the hospital authorities and legal
action will be taken against the Contractor. The contractor shall be responsible for providing standard quality medicines/
disposable/items.
NOTE: In case of any dispute the decision of the Medical superintendent/ Grievance Committee of DHQ Hospital
NANKANA SAHIB, will be final.
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. & GST registration and copy thereof
NTN No.=05
GST No.=05
10
2. Financial Soundness of the firm
• Income tax paid certificate= 08
• Balance Sheet = 12 or
• Bank Statement = 08
If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms
20
3. Establishment of Store/firm with reference to the Services.
• More than 05-years =08
• 03-05 years =05
• 01-03 years =03
10
4. Overall reputation in reference to the Services
• Private Sector + Public Sector =10
• Public Sector =05
• Private Sector=05
10
5.
Good reputation certificate from any Govt. institution/private sector in connection with services.
Govt. Institution = 10
Private Institution = 05
10
6. Availability of required staff of the company/firm in reference to the services.
a) Number of Staff
I. At least two staff members =06
II. Two additional numbers for every additional technical member shall be granted with maximum up to 10.
10
7. Copy of drug sales license from District Health Officer (B- Category).
10
8. Undertaking on judicial paper that the firm is not black listed in any Govt./Autonomous body.
20
9. Total Marks
Passing Marks
100 70%
CHECK LIST
Sr. No
Description Sr. No. /Page No. of the Tender
Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder: _________________________
Stamp of the firm; ______________________________
X-Ray Films and Chemicals
DHQ HOSPITAL NANKANA SAHIB TERMS & CONDITIONS
For the purchase of X-ray films and Chemicals During Financial Year 2017-18
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of X-ray films and Chemical having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, DHQ NANKANA SAHIB.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners.
Item No. Name of Item Brand Name Cat No Manufacturer Country of Origin Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of Item Cat No Pack Size Offered Price / Pack Unit Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
6. Bids shall remain valid for a period of 1 YEAR 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. Bid validity period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to DHQ NANKANA SAHIB
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.
10. Validity Period of contract shall be up to 30-06-2018, which is extendable.
11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.
12. No offer will be considered if it:
viii. is received after the date and time fixed for its receipt.
ix. is unsigned
x. is conditional
xi. is given by the firm black listed, suspended or removed from the approved list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry.
xii. is received with validity period shorter than that required in the tender inquiry.
xiii. does not confirm to the general conditions of the tender inquiry.
xiv. is received without earnest money as specified in the tender.
13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.
14. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.
15. The firm shall supply all x-ray films, and Chemical as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency.
NOT FOR SALE
PESSI PROPERTY
16. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.
17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.
18. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.
19. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.
20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).
21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.
22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.
23. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the account and the firm shall be blacklisted minimum for two years for future participation.
24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, DHQ NANKANA SAHIB or his nominee shall act as sole ARBITRATOR. The decision takes and / or award made by the sole arbitrator shall be final and binding on the parties.
25. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.
26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
27. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of DHQ NANKANA SAHIB. After conducting the successful inspection.
28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, DHQ NANKANA SAHIB may reject all bids or proposals at any time prior to acceptance of bid or proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
LIST OF ITEM (X-RAY FILMS, AND CHEMICALS) FOR THE YEAR 2017-18.
S. # ITEMS NAME Size Packing RATE/Pack
1 X-RAY Films Green (AGFA/FUJI/KODAC)or Equivalent
12x15 (Pack of 100 Sheets)
2 X-RAY Films Green (AGFA/FUJI/KODAC)or Equivalent
10x12 (Pack of 100 Sheets)
3 X-RAY Films Green (AGFA/FUJI/KODAC) or Equivalent
8x10 (Pack of 100 Sheets)
4 X-Ray Films Dental (AGFA/FUJI/KODAC) or Equivalent
3x4 cm (Pack of 150 Sheets)
5 Developer Powder Imported To Make 10 liters
6 Fixer Powder Imported To Make 10 liters
7 OPG Films Green (AGFA/FUJI/KODAC) or Equivalent
15x30 (Pack of 100 Sheets)
8 X-Ray Cassette With Screen Green Imported Speed class 400
12x15 No
9 X-Ray Cassette With Screen Green Imported Speed class 400
10x12 No
10 X-Ray Cassette With Screen Green Imported Speed class 400
8x10 No
11 Digital X-Ray film (Carestream Dry view 5950 laser Imager)
8 X 10 (Pack of 125 Sheets)
12
Digital X-Ray film (Carestream Dry view 5950 laser Imager) 10 X 12 (Pack of 125 Sheets)
13
Digital X-Ray film (Carestream Dry view 5950 laser Imager) 11 X 14 (Pack of 125 Sheets)
15 Digital X-Ray Cassete (OPG) (Carestream Dry view 5950 laser Imager) 15 x 30 NO
16
Digital X-Ray Cassete (Carestream Dry view 5950 laser Imager) 11 x 14 NO
17
Digital X-Ray Cassete (Carestream Dry view 5950 laser Imager) 10 x 12 NO
18 Digital X-Ray Cassete (Carestream Dry view 5950 laser Imager) 8 x 10 NO
RATE CONTARCT for Medical Surgical and disposable item 2017-18 :
S.No Name of Item Specification Rate/Unit
1 BTL with Fluid barrier
2 Dialyzer 1.3
3 Inj Normal Saline 0.9% 1000 cc
4 Disposable Syringes 1 ml
5 Disposable Syringes 3 ml
6 Disposable Syringes 10 ml
7 Disposable Syringes 20 ml
8 Inj Heparin 5 ml
9 Inj 25% D/Water 25 ml
10 Pyodine Solution 4.5 ml
11 Ray Band 10 cm x 10cm
12 Fixomall Roll 10cm x 10m
13 BSR Strips (1 x 50) Accuchek Active
14 Inj Vancomycine 1G
15 Cotton Roll
500 G
16 Inj Ranitidine Hydrochloride BP 2 ml
17 Inj Hydrocortisone Sodium Succinate 250 mg
18 Inj Metoclopramide HCL BP 2 ml
19 Inj Phrniramine Maleate 2 ml
20 Inj calcium Gluconate 10 ml
21 Inj Ceftriaxone 1G
22 Tab Captopril 25 mg
23 Tab Paracetamol 500 mg
24 Inj Spadix 2ml
25 Sodium hypochlorite solution for cold disinfection
5%
26 Acetic Acid 30%
S. No Name of Item Specification Rate/Unit
1 Disposable Syringes 1 ml
2 Disposable Syringes (Bleeder Wash) 60 ml
3 Disposable Syringes 10 ml
4 Disposable Syringes 20 ml
5 LP Needle 25 G
6 Cat gut 1 No
7 Catgut 2 No
8 Cat Gut 2/0 No
9 Black silk 1, 2/0, 3/0, 4/0, 1/0
10 Proline Straight/cutting 2/0
11 Proline 40 mm No. 1 , 4/0, 2/0
12 Vicryl 1, 4/0, 2/0 No
13 Examination Gloves
7 ½ No
14 Surgical Gloves All size
15 Foly,s Cather All Size
16 Nelton Catheter 20, 23
17 NG Tube 6 , 8 16 No
18 Gauze Roll Clothe -
19 Disposable Facemask/cap All size
20 I/V Canula 24 No
21 Microburit 100 ml
22 Kaleen Enema -
23 USG Roll -
24 ECG Roll -
25 CTG Roll -
26 Three way Stepper -
27 Chest Electrodes -
28 Surgical Blades 23 No
Rate contract for Blood Bank/Laboratory Items/ Chemicals/kits Item List for the year 2017-2018
S. # TEST NAME SPECIFICATION RATE/UNIT
1 Glucose Reagent 1000ml
2 Typhoid Device RTD
3 HBs Ag Device RTD
4 HCV Device RTD
5 Urine Strip (Combi 10) 100Pcs/Bottle
6 Urine Pregnancy Test Strip
7 RA Factor Kit/50 Test
8 Disposable Test Tubes With cap Pcs
9 Disposable Gloves Pks/100 Pcs
10 Blood Grouping (Diagast) Set of three
11 Urine container pcs
12 Diluents CBC Mindray 20 lit
13 Lyse for CBC Mindray 500 ml
14 EZ Cleaner Mindray 100ml
15 CBC Vial Pcs
16 Printer Paper (Epson) LQ 300+ Rim
17 Methanol Alcohol 2.5 lit
18 Distilled water 5 lit
19 EDTA (Liquid) 500 CC
20 Picker (Blood Lancet) 200 pcs/Pak
21 Bovine Albumin (Immumed) 10 ml
22 HB Regent 500 ml
23 Bilirubin Kit 100 Test
24 SGPT Kit 5 x 25ml
25 SGOT Kit 5 x 25ml
26 Alk. Phosphatase 5 x 25ml
27 Urea 5 x 25ml
28 Creatinine 5 x 25ml
29 Cholesterol 5 x 25ml
30 Tri Glyceride 5 x 25ml
31 HDL 5 x 25ml
32 Total Lipid Test 5 x 25ml
33 Total Protein 5 x 25ml
34 Albumin 5 x 25ml
35 Uric Acid 5 x 25ml
36 S.Calcium 2 x 60ml
37 HIV Test Device RTD
38 Dengue Test Device RTD
39 HBS Ag/ HCV Combine Device RTD
40 RA Factor Device RTD
41 VDRL Device RTD
42 Syphilis Device RTD
S.No Name of Item Specification Rate/Unit
1 Anti-Sera A, B, D Set
2 Blood Bag with set 500 ml
3 Blood Bag with set 250 ml
4 Bovine Albumin 10 ml Vial
5 Examination Gloves 100/PKT Medium Size
6 Glass Slides Clean 72/Pkt
7 Blood Lancet 200/Pkt
Name of Bidder: ______________________
CNIC No.____________________________
Rate Contract for DENTAL MEDICINES/ Items
LIST OF DENTAL MATERIAL / ITEMS REQUIRED FOR DHQ HOSPITAL NANKANA SAHIB FOR THE YEAR 2017-18
13 Patient Consent Form for Operation Procedures & Admission
68 gram, A4 Size
14 Bin card 250g Art card, 10 x 7.5
15 Indent Book (100 Pages) 68 gram, A4 Size
16 Stock Register (400 Pages) 68 gram, A4 Size
17 Death Certificate 68 gram, A4 Size
18 Expert Opinion Form 68 gram, A4 Size
19 CRP Register (400 Pages) 68 gram, A4 Size
20 Referral Form 68 gram, A4 Size
21 Expense Book (400 Pages) 68 gram, A4 Size
22 Dispatch Register (400 pages) 68 gram, A4 Size
23 Payment Register (200 Pages) 68 gram, A4 Size
24 Cash Book of 36 Pages 80 gram, size 13 x 17
25 File Cover 250g Art card, 13 x 17
26 Blood Group Compatibility Form 68 gram, A4 Size
27 OPD Slip 68 gram, Size 5 X 8
28 Endoscopy Report Form 68 gram, A4 Size
29 Instruction for Preparation for Endoscopy patients Form
68 gram, A4 Size
RATE CONTRACT OF Furniture and Fixture FOR 2017-18
GENEREL REQUIREMENTS:
Sr. # Name of Items Quantity In No.
1. Beds Fowler 150 Nos.
Size: 2050 x 910 x 575 mm (H)
Made of mild steel tube and banded sheet. Finished with N.C.
Paint. With mild steel banded sheet strips for foam rest. With Ist
grade foam matters covered with leathered.
Bed side locker
Size: 510x460x770
Structure made of mild steel square pipe. Finished with N.C. paint.
Box made of high density chipboard pressed with formica on both
sides. With one door. Mild steel sheet top.
Over Bed Table
Size: 1170x360x1100
Structure made of mild steel square pipe. Finished with N.C. paint.
Box made of high density chipboard pressed with Formica on both
sides. With one side formmica and other side veneer.
3. Executive Table with Glass top
Size: 2030x920x760 mm
Structure made of high density chipboard pressed with shisham
veneer on both sides. Top frame made of solid seasoned shisham
wood. With three leatherette panels. With 3 lockable drawers.
Finished with N.C. lacquer. Top & Bottom 3” side and front Dila with
10 Nos.
footrest, Matt polish
File Rack
Size: 1065x455x760 mm
Structure made of high density chipboard pressed with shisham
veneer on both sides. Top frame made of solid seasoned shisham
wood. Finished with N.C. lacquer.
4. WHEEL CHAIR
Structure made of mild steel round & sp.pipe, finished with N.C.
10 Nos.
paint.
Moveable on imported caster wheel. Seat and back cushioned.
5. STRACHER
Structure made of mild steel round pipe. Finished with N.C. paint. 10 Nos.
Moveable on caster wheel.
6. Executive Revolving Chair
Inner structure made of solid seasoned wood. Fully cushioned with
1st quality foam covered with green leatherette. Complete with tilting 10 Nos.
pedestal. High back hydraulic pump Taiwan base Diamond
coulding design.
7. 5-Seater Sofa
Inner structure made of solid seasoned wood. Fully cushioned with
foam covered with sofa cloth. 5 Nos.
1 Set (2 single seater x one 3 seater ) Chester field sofa with arm
Diamond coulding design. 1st Quality foam.
8. Computer Table
Size: 1200x600x760 mm
Top made of high density chipboard pressed with one side Formica
and other side veneer. Side panels made of high density chipboard 10 Nos.
pressed with shisham veneer on both sides. One side One Drawer
and open box, other side sliding shelf. With through back. Finished
with N.C. lacquer. Matt polish.
9. Computer Chair Armless
Seat and back cushioned with sofa cloth. Complete with revolving 6 Nos.
pedestal.
10. Steel Almirah Flush Doors
Size: 36”x18”x72”
10 Nos.
All made of mild steel sheet 22 gauge with 4-shelves and two
lockable flush doors. Finished with Brown Hammer Paint
11. Steel File Cabinet 4-Drawers
Size: 18”x24”x54”
6Nos.
All made of mild steel sheet 22 gauge, with four lockable drawers.
Finished with brown hammer paint.
12. File Rack Wooden
Size: 820x390x760 mm 12 Nos.
Structure made of high density chipboard pressed with shisham
Page | 2
veneer on both sides, with one shelf. Finished with N.C. lacquer.
Matt polish
13. Study Chair (Cushioned)
Structure made of high density chipboard, pressed with shisham 50 Nos.
veneer on both sides. Finished with N.C. lacquer. Matt polish.
14. Study Table
Size: 1200x600x760 mm
Top/side panels made of high density chipboard, pressed with 10 Nos.
shisham veneer on both sides. Finished with N.C. lacquer. Matt
Polish. Bottom 3” boarders Matt Polish.
15. Wooden Bench
Size: 1800x370x450 mm
12 Nos.
Structure and seat strips made of solid seasoned shisham wood.
Finished with N.C. lacquer. Matt polish
16. Office Table Formica 6x4x2.5
Structure made of high density chipboard pressed with shisham
10 Nos.
veneer on both sides. Top frame made of solid seasoned shisham
wood. With 3 lockable drawers. Finished with N.C. lacquer.
17. Table for committee Room (24'x6.75'x2.5') (in 12 Pieces with
chairs)
As per location of room. Structure / Top made of high density
chipboard pressed with shisham veneer on both sides with shisham 01 No
wood beeding all around with padded top. Finished with N.C.
Lacquer. One side hanger one side shelves top and bottom 3”
boarder Matt Polish front dilla.
Note:
The Firm/Company/Supplier will provide the sample of the furniture and fixture that he applied as a sample for technical scrutiny. In case of the Firm/Company/Supplier cannot provide the sample the bid of the firm will technically disqualified.
The Quantity of the above said items can be increased / decreased according to the requirements.
CONTRACT OF NEW WEBSITE DEVELOPMENT FOR DHQ HOSPITAL NANKANA SAHIB
Hospital Web Site Contents
SR# High Level Features
Part 1
1 Front View Image
2 Picture slider (Wards, O.T. etc)
3 Hospital Map and Address
4 Major Specialities such as Cancer treatment, Liver Transplant, Dialysis Center
42 Radiology Module -- PACS Server deployemt and Integration of PACS with Clinical module.
RATE CONTRACT OF REPAIR AND MAINTENANCE of BIOMEDICAL EQUIPMENTS FOR DHQ HOSPITAL NANKANA SAHIB FOR 2017-18
General/Special conditions of the contract.
The goods supply under this contract shall confirm to the standard mentioned in the technical specifications. All the parts and other material should be original best quality, Japan, England, America, Germany or equal, standard
quality.
The supplier shall provide such packing of the goods to prevent their damage or deterioration during transit to their final destination
(Directorate General, Soil Survey of Punjab, Multan Road, Lahore) as indicated in the contract.
The contractor should as per terms of the contract submit his bill on the prescribed bill form duly machine numbered. The contractor is required to issue ‘Acknowledgement” immediately on receipt of cheque from the Payment Officer
The contractor shall keep the Consignee, Inspection, the Purchase Officer well informed with the supply position. Inspection call should be sent two weeks before the date when the inspection is required.
The contractor shall return within 3 days the receipt of the contract in token of having received the order.
The contractor is required to send specimen signatures (in triplicate) of their authorized representative who is competent to sign the bills and receive payment on their behalf for onward transmission to Audit Officer duly attested by the Purchase Officer to enable the Audit Office to verify if payment has been received by an authorized representative of the contractor.
A joint inspection of the equipment supplied shall be carried out by Inspection Committee, Directorate General, Soil Survey of Punjab, Lahore and Indenter/Consignee or his representative in the presence of firm’s representative. In this respect, a join inspection certificate will be issued which will be attached with payment invoice.
The Supplier should note that if the stores inspected and released by the Inspection Authority rejected by either the consignee or actual user/consumer and on re- inspection of such stores by the Inspection Authority in the presence of supplier’s representative, it is concluded that rejection is justified in terms and conditions of contract, stores shall stand rejected and shall be replaced by the contractor at his own risk and cost, failing which the stores shall be purchased at his risk and expense.
Liquidated Charges: The delivery period is essence of the contract. If the contractor fails to adhere to the delivery schedule and intends to seek extension thereof, it will be sole discretion of the purchaser either to grant or refuse extension in delivery period. However, the extension in delivery period if granted shall be subject to liquidated damages @ 0.5% per week upto ten (10) percent or part thereof.
During warranty period, the contractor shall be responsible for free and immediate replacement/repair of stores if found defective, sub-standard or materially at variance from that as specified in the contract.
The contractor shall provide the proof of payment of duties and taxes at the time of payment.
The free warranty shall remain valid after the goods have been delivered/installed to at the final destination (Directorate General, Soil Survey of Punjab, Multan Road, Lahore) as specified in the specifications.
PERFORMANCE GUARANTEE: the successful bidder shall furnished the performance guarantee @ 5% of the total value of the contract as specified in the advance acceptance of tender which may be discharged after the expiry of free warranty period. In case the contractor fails to execute the contract satisfactorily, the amount of security shall be forfeit
DETAIL OF BIOMEDICAL EQUIPMENTS WHICH MAY BE REPAIRED DURING 2017-18