0% found this document useful (0 votes)
16 views81 pages

(For Technical & Financial Perposal) (Procurement For

Uploaded by

Shahbaz Malik
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
16 views81 pages

(For Technical & Financial Perposal) (Procurement For

Uploaded by

Shahbaz Malik
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 81

BIDDING DOCUMENTS

(FOR TECHNICAL & FINANCIAL PERPOSAL)


(PROCUREMENT FOR FRAME WORK
CONTRACT FOR PURCHASE OF LAB KITS,
REAGENTS, CHEMICALS & CONSUMABLES AND
KITS WITH MAHCHINE ON REAGENT RENTAL
BASIS.)

LAHORE GENERAL HOSPITAL, LAHORE.


042-99268836
Table of Contents

PREFACE...................................................................................................... ERROR! BOOKMARK NOT DEFINED.


SECTION-I: INVITATION TO BIDS..................................................................................................................... 5
1.1 MODEL INVITATION TO BIDDERS ..................................................................ERROR! BOOKMARK NOT DEFINED.
SECTION-II: INSTRUCTIONS TO BIDDERS (ITB) ................................................................................................ 7
2.1. INTRODUCTION ............................................................................................................................................. 7
2.1.1 Scope of Bid ........................................................................................................................................ 7
2.1.2 Source of Funds .................................................................................................................................. 7
2.1.3 Eligible Bidders ................................................................................................................................... 7
2.1.4. Eligible Goods and Services .......................................................................................................... 10
2.1.5. Cost of Bidding ............................................................................................................................ 10
2.1.6. One person one bid...................................................................................................................... 11
2.2. THE BIDDING DOCUMENTS ............................................................................................................................ 11
2.2.1. Content of Bidding Documents..................................................................................................... 11
2.2.2. Clarification of Bidding Documents .................................................................................................. 12
2.2.3.Amendment of Bidding Documents ................................................................................................... 13
2.3. PREPARATION OF BIDS .................................................................................................................................. 14
2.3.1. Language of Bid........................................................................................................................... 14
2.3.2. Bid Form...................................................................................................................................... 14
2.3.3. Bid Prices..................................................................................................................................... 14
2.3.4. Bid Currencies.................................................................................................................................. 14
2.3.5. Documents Establishing Bidder’s Eligibility and Qualification ............................................................ 14
2.3.6. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents ......................... 15
2.3.7. Bid Security ................................................................................................................................. 17
2.3.8. Period of Validity of Bids .............................................................................................................. 18
2.3.9. Format and Signing of Bid............................................................................................................ 19
2.4. SUBMISSION OF BIDS .................................................................................................................................... 19
2.4.1 Sealing and Marking of Bids ........................................................................................................ 19
2.4.2 Deadline for Submission of Bids ................................................................................................... 21
2.4.3. Late Bids.......................................................................................................................................... 22
2.4.4. Modification and Withdrawal of Bids ............................................................................................... 22
2.5. OPENING AND EVALUATION OF BIDS ................................................................................................................. 22
2.5.1. Opening of Bids by the Procuring Agency ..................................................................................... 22
2.5.2. Confidentiality ................................................................................................................................. 24
2.5.3. Clarification of Bids.......................................................................................................................... 25
2.5.4. Preliminary Examination .................................................................................................................. 26
2.5.5. Examination of Terms and Conditions; Technical Evaluation ............................................................. 27
2.5.6. Correction of Errors.......................................................................................................................... 27
2.5.7. Conversion to Single Currency .......................................................................................................... 28
2.5.8. Post-qualification & Evaluation of Bids ............................................................................................. 28
2.5.9. Contacting the Procuring Agency ..................................................................................................... 28
2.5.10. Grievance Redressal....................................................................................................................... 29
2.6. AWARD OF CONTRACT .................................................................................................................................. 30
2.6.1. Notification of Award ...................................................................................................................... 30
2.6.2. Performance Guarantee .................................................................................................................. 30
2.6.3. Signing of Contract/ Issuance of Purchase Order .............................................................................. 30
2.6.4. Award Criteria ................................................................................................................................. 31
2.6.5. Procuring Agency’s Right to Vary Quantities at Time of Award ......................................................... 31
2.6.6. Procuring Agency’s Right to Accept or Reject All Bids........................................................................ 31
2.6.7. Re-Bidding ....................................................................................................................................... 31
2.6.8. Corrupt or Fraudulent Practices ....................................................................................................... 33
2.6.9. Quantity and volume of the goods to be considered in mind ............................................................. 37
SECTION-III: BID DATA SHEET ........................................................................................................................ 38
A. INTRODUCTION .....................................................................................................ERROR! BOOKMARK NOT DEFINED.
B. BIDDING DOCUMENTS ............................................................................................ERROR! BOOKMARK NOT DEFINED.
C. BID PRICE, CURRENCY, LANGUAGE AND COUNTRY OF ORIGIN ...........................................ERROR! BOOKMARK NOT DEFINED.
D. PREPARATION AND SUBMISSION OF BIDS ....................................................................ERROR! BOOKMARK NOT DEFINED.
E. OPENING AND EVALUATION OF BIDS...........................................................................ERROR! BOOKMARK NOT DEFINED.
F. BID EVALUATION CRITERIA .......................................................................................ERROR! BOOKMARK NOT DEFINED.
Model/ Tentative Evaluation Criteria may, inter alia, contain the following: ............................................... 39
G. AWARD OF CONTRACT..................................................................................................................................... 41
SECTION-IV: GENERAL CONDITIONS OF CONTRACT....................................................................................... 42
1. DEFINITIONS .................................................................................................................................................. 42
2. APPLICATION ................................................................................................................................................. 43
3. COUNTRY OF ORIGIN ....................................................................................................................................... 43
4. STANDARDS .................................................................................................................................................. 43
5. USE OF CONTRACT DOCUMENTS AND INFORMATION; INSPECTION AND AUDIT BY THE PROCURING AGENCY. .......................... 43
6. PATENT RIGHTS .............................................................................................................................................. 44
7. PERFORMANCE GUARANTEE .............................................................................................................................. 44
8. INSPECTIONS AND TESTS ................................................................................................................................... 45
9. PACKING ................................................................................................................................................. 45
10. DELIVERY AND DOCUMENTS ........................................................................................................................ 46
11. INSURANCE .............................................................................................................................................. 46
12. TRANSPORTATION ......................................................................................................................................... 46
13. INCIDENTAL SERVICES ................................................................................................................................. 47
14. SPARE PARTS ........................................................................................................................................... 47
15. WARRANTY ............................................................................................................................................. 48
16. PAYMENT ................................................................................................................................................ 49
17. PRICES.................................................................................................................................................... 49
18. CHANGE ORDERS ...................................................................................................................................... 49
19. CONTRACT AMENDMENTS ........................................................................................................................... 50
20. ASSIGNMENT ........................................................................................................................................... 50
21. SUB-CONTRACTS........................................................................................................................................... 50
22. DELAYS IN THE SUPPLIER’S PERFORMANCE....................................................................................................... 50
23. LIQUIDATED DAMAGES ............................................................................................................................... 51
24. TERMINATION FOR DEFAULT ........................................................................................................................ 51
25. FORCE MAJEURE ....................................................................................................................................... 53
26. TERMINATION FOR INSOLVENCY .................................................................................................................... 53
27. TERMINATION FOR CONVENIENCE ................................................................................................................. 53
28. RESOLUTION OF DISPUTES ........................................................................................................................... 54
29. GOVERNING LANGUAGE.............................................................................................................................. 54
30. APPLICABLE LAW....................................................................................................................................... 54
31. NOTICES ................................................................................................................................................. 54
32. TAXES AND DUTIES .................................................................................................................................... 55
33.Shelf Life………………………………………………………………………………………………………………………………………………………
SECTION-V. SPECIAL CONDITIONS OF CONTRACT ......................................................................................... 56
SPECIAL CONDITIONS OF CONTRACT ...............................................................................ERROR! BOOKMARK NOT DEFINED.
1. Definitions (GCC Clause 1) ................................................................................................................ 56
2. Country of Origin (GCC Clause 3) ...................................................................................................... 56
3. Performance Guarantee (GCC Clause 7) ............................................................................................ 56
4. Inspections and Tests (GCC Clause 8) ................................................................................................ 56
5. Packing (GCC Clause 9) ..................................................................................................................... 57
6. Delivery and Documents................................................................................................................... 57
7. Insurance ......................................................................................................................................... 57
8. Incidental Services (GCC Clause 13)................................................................................................... 58
9. Spare Parts ...................................................................................................................................... 58
10. Warranty ......................................................................................................................................... 58
11. Sample provision ................................................................................................................................. 58
12. Payment (GCC Clause 16) ................................................................................................................. 59
13. Prices (GCC Clause 17) ......................................................................................................................... 59
14. Liquidated Damages (GCC Clause 23) ................................................................................................... 59
15. Resolution of Disputes (GCC Clause 28) ................................................................................................ 60
16. Governing Language (GCC Clause 29) .................................................................................................. 60
17. Applicable Law (GCC Clause 30) ........................................................................................................... 60
18. Notices (GCC Clause 31) ....................................................................................................................... 60
SECTION-VI. SCHEDULE OF REQUIREMENTS ................................................................................................. 61
7.1 SCHEDULE OF REQUIREMENTS .......................................................................................................................... 61
SECTION-VII: SAMPLE FORMS ....................................................................................................................... 62
8.1 BID FORM ................................................................................................................................................... 63
8.2 BIDDER’S JV MEMBERS INFORMATION FORM .................................................................................................. 65
8.3. MANUFACTURER’S AUTHORIZATION FORM ........................................................................................................ 66
8.4. BIDDER PROFILE FORM ................................................................................................................................. 67
8.5. GENERAL INFORMATION FORM ....................................................................................................................... 68
8.6. AFFIDAVIT .................................................................................................................................................. 69
8.7. PERFORMANCE GUARANTEE FORM .................................................................................................................. 70
8.8. TECHNICAL BID FORM ................................................................................................................................... 71
8.9. CONTRACT FORM ........................................................................................................................................ 72
8.10. FINANCIAL BID FORM/PRICE SCHEDULE ........................................................................................................... 74
8.11. BID SECURITY FORM ................................................................................................................................... 75
Section-I: Invitation to Bids
LAHORE GENERAL HOSPITAL LAHORE
INVITATIONTO BIDS
SUBJECT: Frame work contract for Purchase of Lab Kits, Reagents, Chemical
Consumables and Kits with machines on reagent rental basis.
Dear Sir/ Madam
Lahore General Hospital Lahore, invites sealed bids/tenders (Technical & Financial)
to conclude the Contract for the supply of Goods on free delivery to Consignee’s End
Basis Lahore General Hospital Lahore.
Bidding shall be conducted through 38 (2)(a) Single Stage–Two Envelopes bidding
procedure of Punjab Procurement Rules, 2014. The bids shall clearly be marked with
Bid Enquiry No. for which the proposal is submitted.
Bid must be submitted electronically through EPADS. Which will be opened on same
day through E-PAD as per given schedule in the presence of interested bidders. Bidders
also shall submit hard copy of E-PAD Tender Print at Lahore General Hospital Lahore as
per schedule.
Bidding documents in the English language, can be obtained/ download from E-
PADS/PPRA after the publication on website and the interested bidders shall
participated through e-Pak Acquisition & Disposal System (E-PADS) as per given
schedule.
The Original Bid security 2% of the estimated price of quoted items in the shape of
CDR/ Bank Guarantee/ Pay Order / Demand Draft only (issued by a scheduled bank
operating in Pakistan), in the name of Medical Superintendent, Lahore General Hospital,
Lahore, shall be delivered to Lahore General Hospital before the closing time.
In case the date of opening is declared as a public holiday by the government or non-
working day due to any reason, the next official working day shall be deemed the date
of submission and opening of tenders accordingly. The time and venue shall remain the
same.
Note: The Procurement shall be governed by the Punjab Procurement Rules, 2014
(amended).

Last date &


time for Bids opening
Sr. Name of tender Estimated Cost
submission of date & time
bids
Frame Work Contract for Purchase of Lab
Kits, Reagents, Chemicals & Consumables
1 Rs.234,343,899/-
for Central Lab, Microbiology Section & 21-10-2024 21-10-2024
Histopathology Section.
11:00 AM 11:30 AM
Frame Work for Purchase of PCR &
2 Rs.7,994,400/-
Extraction Kits for Central Research Lab
Frame Work Contract for Purchase of Kits
& Reagents (Anti HCV Elisa & HbsAg
Elisa) for Fully Automated Elisa Analyzer
22-10-2024 22-10-2024
3 (With Machine on Reagent Rental Basis Rs.11,512,800/-
11:00 AM 11:30 AM
and all consumables item, Accessories,
Centrifuge Machine, fridge, UPS.
Computer etc)
Frame Work Contract for Purchase of Kits
& Reagents of HbA1C by HPLC (With
4 Machine on Reagent Rental Basis and all Rs.19,425,000/-
consumables item, Controls, Calibrators,
Services)
Frame Work Contract for Purchase of Kits
& Reagents Special Chemistry
immunoassay Kits for Fully Automated
5 Analyzer (With Machine on Reagent Rs.34,544,950/-
Rental Basis and all consumables item,
Accessories, Centrifuge Machine, fridge,
Printer etc) 23-10-2024 23-10-2024
Frame Work Contract for Purchase of 11:00 AM 11:30 AM
Routine Chemistry Kits & Reagents for
Central Lab & SEMS Lab (with 02 Fully
6 Automated analyzer on Reagent Rental Rs.20,635,700/-
Basis and all consumables item, UPS, RO
Plant, Accessories, Centrifuge Machine,
fridge, Computer Printer etc)
Frame Work Contract for Purchase of Kits
& Reagents of Coagulation Kits for Central
7 Lab & SEMS Lab (with 2 Fully Automated
Rs.32,496,840/-
Analyzer on Reagent Rental Basis and all
consumables item, Accessories, Centrifuge
Machine, fridge, Printer etc) 24-10-2024 24-10-2024
Frame Work Contract for Purchase of Kits 11:00 AM 11:30 AM
& Reagents Heamatology (CBC) Central
Lab for Fully Automated Analyzer 5 Part Rs.10,534,800/-
8
(With Machine on Reagent Rental Basis
and all consumables item, UPS,
Accessories, Computer Printer etc)
Lahore General Hospital Lahore

Section-II: Instructions to Bidders (ITB)

2.1. Introduction

2.1.1 Scope of Bid Lahore General Hospital Lahore, invites sealed bids from firms
for the Contract for the supply of Frame work contract for
Purchase of Lab Kits, Reagents, Chemical Consumables and
Kits with machines on reagent rental basis on Free Delivery
to Consignee’s End basis (DDP) as per quantities and
specifications more specifically described in Tender lists.

2.1.2 Source of Government of the Punjab.


Funds

2.1.3 Eligible i) The Invitation to Bids is open to all suppliers i.e. association of
Bidders firms/companies/sole proprietor/ general order suppliers/
registered with relevant Registration Authorities and Tax
Departments/ Authorities (Income Tax, Sales Tax & Punjab
Sales Tax etc.)

ii) Bidders should not be associated, or have been associated in


the past, directly or indirectly, with a firm or any of its
affiliates which have been engaged by the Procuring Agency
to provide consultancy services for the preparation of the
design, specifications, and other documents to be used for
the procurement of the goods to be purchased under this
Invitation to Bids [if applicable].

iii) Government-owned enterprises may participate only if they


are duly/legally authorized in this regard by the
respective/relevant competent forum/authority.

iv) Bidders shall not be under a declaration of blacklisting by any


Government department/other Procuring Agency or by
Punjab Procurement Regulatory Authority (PPRA). During the
Procurement Process / execution of the Contract, if the firm/
bidder is blacklisted by any Government department/other
Procuring Agency or by Punjab Procurement Regulatory
Authority (PPRA), if such blacklisted bidder wants to execute
the contract awarded after its blacklisting, the bidder/ firm
shall provide 100% Bank Guarantee against the awarded
Contract value and in case the bidder regret to do so then the
Procuring Agency may proceed with second lowest evaluated
bidder.

v) In the case of a Joint Venture, Consortium, or Association, all


members shall be jointly and severally liable for the execution
of the Contract in accordance with the terms and conditions
of the Contract. The Joint Venture, Consortium, or Association
shall nominate a Lead Member as nominated in the BDS, who
shall have the authority to conduct all business for and on
behalf of any and all the members of the joint venture,
consortium, or association during the Bidding process, and in
case of award of contract, during the execution of contract.

[It is upon procuring agency to decide the participation of


Bidders in J.V mode. The limit on the number of members of
JV or Consortium or Association and extent of their role shall
be prescribed in BDS, in accordance with the guidelines
issued by the PPRA].

vi) The appointment of Lead Member in the Joint Venture,


Consortium, or Association shall be confirmed by submission
of a valid JV or Consortium agreement to the Procuring
Agency.

vii) Any agreement that form a Joint Venture, Consortium or


Association shall be required to be submitted as part of the
Bid and shall be attested.

viii) Any bid submitted by the Joint Venture, Consortium or


Association shall indicate the part of proposed contract to be
performed by each party and each party shall be evaluated or
post qualified with respect to its contribution only and the
responsibilities of each party and shall not be substantially
altered without prior written approval of the Procuring
Agency and in line with any instructions issued by the
Authority.

ix) The invitation for Bids is open to all prospective Supplier,


Manufacturers or Authorized Agents/Dealers/Distributors
subject to any provisions or licensing/regulatory
requirements issued by the respective National/ Provincial
Professional Statutory Body established for that particular
trade or business as mentioned in bid data sheet.
x) A Bidder shall not have a conflict of interest. All Bidders found
to have a conflict of interest shall be Non-Responsive. A
Bidder may be considered to have a conflict of interest with
one or more parties in this bidding process, if they:
a) Are associated or have been associated for the
procurement of the goods to be purchased under this
Invitation for Bids, directly or indirectly with a firm or
any of its affiliates which have been engaged by the
Procuring Agency to provide consulting services for the
preparation of the design, specifications and other
documents to be used.
b) Have controlling shareholders in common; or
c) Receive or have received any direct or indirect subsidy
from any of them; or
d) Have the same legal representative for purposes of this
Bid; or
e) Have a relationship with each other, directly or through
common third parties, that puts them in a position to
have access to information about or influence on the Bid
of another Bidder, or influence the decisions of the
Procuring Agency regarding this Bidding process; or

xii) A Bidder may be ineligible if –

(a) The Bidder is declared bankrupt or, in the case of


company or firm, insolvent;

(b) Payments in favor of the Bidder is suspended in


accordance with the judgment of a court of law other
than a judgment declaring bankruptcy and resulting, in
accordance with the national laws, in the total or partial
loss of the right to administer and dispose of its
property;
(c) Legal proceedings are established against such Bidder
involving an order suspending payments and which may
result, in accordance with the national laws, in a
declaration of bankruptcy or in any other situation
entailing the total or partial loss of the right to
administer and dispose of the property;
(d) The Bidder is convicted, by a final judgment, of any
offence involving professional conduct;
(e) The Bidder is debarred and blacklisted due to
involvement in corrupt and fraudulent practices in
accordance with the provision of section 17A of PPRA
Act, 2009 and Rule-21, read with Schedule appended
with, Punjab Procurement Rules, 2014.
(f) The Bidder is debarred and blacklisted in general (i.e. to
the extent of all public procurement) due to consistent
performance failure in accordance with the section 17A
of PPRA Act, 2009 and Rule-21, read with Schedule
appended with, Punjab Procurement Rules, 2014.
(g) The firm, supplier and contractor is blacklisted/
debarred by any international organization.
xiii) Bidders shall provide to the Procuring Agency evidence of
their eligibility, proof of compliance with the necessary legal
requirements to carry out the contract effectively.

xiv) Bidders shall provide such evidence of their continued


eligibility satisfactory to the Procuring Agency, as the
Procuring Agency shall reasonably request.

xv) Bidders shall submit proposals relating to the nature,


conditions and modalities of sub-contracting wherever the
sub-contracting of any elements of the contract amounting to
more than ten percent of the Bid price is envisaged.

2.1.4. Eligible i) All goods and related services to be supplied under the
Goods and Services Contract shall have their origin in eligible source countries,
and all expenditures made under the contract will be limited
to such goods and related services.

ii) For purposes of this clause, “origin” means the place where
the goods are mined, grown, or produced, or the place from
which the related services are supplied. Goods are produced
when, through manufacturing, processing, or substantial and
major assembly of components, a commercially-recognized
product is obtained that is substantially different in basic
characteristics or in purpose or utility from its components.

iii) The origin of goods and services is distinct from the


nationality of the Bidder. In any case, the requirements of
Rules 10 & 26 of PPR-14, shall be followed.

2.1.5. Cost of i) The Bidder shall bear all costs associated with the preparation
Bidding and submission of its Bid, and the Procuring Agency named in
the Bid Data Sheet, hereinafter referred to as “the Procuring
Agency,” will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the Bidding
process.

2.1.6. One person i) As per Rule 36A of Punjab Procurement Rules 2014, a Bidder
one bid shall submit only one Bid in the same bidding process, either
individually as a Bidder or as a member in a joint venture or
any similar arrangement.

ii) No Bidder can be a sub-contractor while submitting a Bid


individually or as a member of a joint venture in the same
Bidding process.

iii) A Bidder, if acting in the capacity of sub-contractor in any Bid,


shall not submit bid for the same.

2.2. The Bidding Documents

2.2.1. Content of i) The goods required, Bidding procedures, and contract terms
Bidding Documents are prescribed in the Bidding documents. The Bidding
documents, inter alia, include:

(a) Invitation to Bids


(b) Instructions to Bidders (ITB)
(c) Technical Specifications
(d) Bid Data Sheet
(e) General Conditions of Contract (GCC)
(f) Special Conditions of Contract (SCC)
(g) Schedule of Requirements
(h) Bid Form
(i) Manufacturer’s Authorization Form
(j) Bidder Profile Form
(k) General Information Form
(l) Affidavit
(m) Bid Security Form
(n) Technical Bid Form
(o) Contract Form
(p) Financial Bid Form / Price Schedule
(q) Performance Guarantee Form
(r) Check List

ii) The Bidder is required to examine all instructions, forms,


terms, and specifications in the Bidding documents. Failure to
furnish all information as required by the Bidding documents
or to submit a Bid not responsive to the Bidding documents in
every respect will be at the Bidder’s risk and may result in the
rejection of its Bid.

iii) In case of discrepancies between the Invitation to Bid and the


Bidding Documents listed in ITB 2.2.1 (i) above, the said
Bidding Documents, not in conflict with any provision of PPR-
14, will take precedence.

iv) The Procuring Agency is not responsible for the completeness


of the Bidding Documents and their addenda, if they were not
obtained directly from the Procuring Agency or from its
website or website of PPRA. Re-confirming from the
Procuring Agency that all pages/ contents have been properly
and clearly received is the prime responsibility of the Bidder.

2.2.2. Clarification i) A prospective Bidder requiring any clarification of the Bidding


of Bidding documents may notify the Procuring Agency in writing or by
Documents email at the Procuring Agency’s address indicated in
Invitation to Bid/ Tender Notice/ Advertisement. The
Procuring Agency will respond in writing to any request for
clarification of the Bidding documents which it receives no
later than seven (7) days prior to the deadline for the
submission of Bids prescribed in the Bid Data Sheet. Written
copies of the Procuring Agency’s response (including an
explanation of the query but without identifying) will be sent
to all prospective Bidders that have received the Bidding
documents.

ii) A prospective Bidder requiring any clarification of the Bidding


Documents may notify the Procuring Agency in writing or in
electronic form that provides record of the content of
communication at the Procuring Agency's address indicated in
the BDS.

iii) The Procuring Agency will within three (3) working days after
receiving the request for clarification, respond in writing or in
electronic form to any request for clarification provided that
such request is received not later than seven (7) days prior to
the deadline for the submission of Bids. As prescribed in ITB
2.2.2 (i), above. However, this clause shall not apply in case of
alternate methods of Procurement.

iv) Copies of the Procuring Agency's response will be uploaded


on the website of procuring agency on given date and
forwarded to identified Prospective Bidders through an
expeditious identified source of communication, e.g.: e-mail
etc., including a description of the inquiry, but without
identifying its source.

v) Should the Procuring Agency deem it necessary to amend the


Bidding Documents as a result of a clarification, it shall do so
following the procedure under ITB 2.2.3.

vi) If indicated in the BDS, the Bidder’s designated


representative is invited at the Bidder’s cost to attend a pre-
Bid meeting at the place, date and time mentioned in the
BDS. During this pre-Bid meeting, prospective Bidders may
request clarification of the schedule of requirement, the
Evaluation Criteria or any other aspects of the Bidding
Documents.

vii) Minutes of the pre-Bid meeting, if applicable, including the


text of the questions asked by Bidders, including those during
the meeting (without identifying the source) and the
responses given, together with any responses prepared after
the meeting will be transmitted promptly to all prospective
Bidders who have obtained the Bidding Documents and by
uploading same on the website of the procuring agency. Any
modification to the Bidding Documents that may become
necessary as a result of the pre-Bid meeting shall be made by
the Procuring Agency exclusively through the use of an
Addendum pursuant to ITB 2.2.3. Non-attendance at the pre-
Bid meeting will not be a cause for disqualification of a
Bidder.

2.2.3. Amendment i) At any time prior to the deadline for submission of Bids, but
of Bidding not later than three (3) days before the closing date of the
Documents submission of Bid, 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. Any such change/amendment in
the Bidding documents shall be provided in a timely manner,
preferably through electronic means also, not later than three
(3) days, and on equal opportunity basis as per Rule-25(3) OR
Rule 25(4) of PPR-14 as the case may be.

ii) In order to allow prospective Bidders reasonable time in


which to take an addendum into account in preparing their
Bids, the Procuring Agency, at its discretion, may extend the
deadline for the submission of Bids, as per rule 29 of PPR-14,
in the manner similar to the original advertisements, so as to
avoid any inconvenience and to doubly ensure level playing
field for all prospective bidders.

2.3. Preparation of Bids

2.3.1. Language of i) The Bid prepared by the Bidder, as well as all correspondence
Bid and documents relating to the Bid exchanged by the Bidder
and the Procuring Agency shall be written in the language
specified in the Bid Data Sheet. Supporting documents and
printed literature furnished by the Bidder may be in same
language.

2.3.2. Bid Form i) The Bidder shall complete the Bid Form and the appropriate
Price Schedule (Financial Bid) furnished in the Bidding
documents, indicating the goods to be supplied, a brief
description of the goods, their country of origin, quantity, and
prices.

2.3.3. Bid Prices i) The Bidder shall indicate on form 8.10 the unit prices (where
applicable) and total Bid price of the goods it proposes to
supply under the contract.

ii) Prices indicated on the Price Schedule shall be item wise/


package wise [to be decided by the Procuring Agency on
form 8.10]

iii) The Bidder’s separation of price components in accordance


with ITB Clause 2.3.3(ii) above will be solely for the purpose
of facilitating the comparison of Bids by the Procuring Agency
and will not in any way limit the Procuring Agency’s right to
contract on any of the terms offered.

iv) Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the contract and not subject to variation on
any account, unless otherwise specified in the Bid Data Sheet.
A Bid submitted with an adjustable price quotation will be
treated as non-responsive and may be rejected.

2.3.4. Bid i) Prices shall be quoted in Pak Rupees for local/DDP items
Currencies unless otherwise specified in the Bid Data Sheet.

2.3.5. Documents i) Pursuant to ITB Clause 2.1.3, the Bidder shall furnish, as part
Establishing of its Bid, documents establishing the Bidder’s eligibility to
Bidder’s Eligibility Bid and its qualifications to perform the contract if its Bid is
and Qualification accepted.
ii) The documentary evidence of the Bidder’s eligibility to Bid
shall establish to the Procuring Agency’s satisfaction that the
Bidder, at the time of submission of its Bid, is eligible as
defined under ITB Clause 2.1.3.

iii) The documentary evidence, of the Bidder’s qualifications to


perform the contract if its Bid is accepted, shall establish to
the Procuring Agency’s satisfaction:
(a) that, in the case of a Bidder offering to supply goods
under the contract which the Bidder did not manufacture
or otherwise produce, the Bidder has been duly
authorized by the goods’ Manufacturer [Manufacturer’s
Authorization form No. 8.3] or producer to supply the
same in Pakistan;
(b) that the Bidder has the financial, technical, and
production capability necessary to perform the contract;
(c) that, in the case of a Bidder not doing business within
Pakistan, the Bidder is or will be (if awarded the contract)
represented by an Agent in that country equipped, and
able to carry out the Supplier’s maintenance, repair, and
spare parts-stocking obligations prescribed in the
Conditions of Contract and/or Technical Specifications;
and

(d) that the Bidder meets the qualification criteria listed in


the Bid Data Sheet.

2.3.6. Documents i) Pursuant to ITB Clause 2.1.4, the Bidder shall furnish, as part
Establishing Goods’ of its Bid, documents establishing the eligibility and
Eligibility and conformity to the Bidding documents of all goods and related
Conformity to services which the Bidder proposes to supply under the
Bidding Documents contract.

ii) The documentary evidence of the eligibility of the goods and


services shall consist of a statement in the Price
Schedule/Financial Bid Form of the country of origin of the
goods and services offered which shall be confirmed by a
Certificate of Origin issued at the time of shipment.

iii) The documentary evidence of conformity of the goods and


services to the Bidding documents may be in the form of
literature, drawings, data and shall consist of:
(a) a detailed description of the essential technical and
performance characteristics of the goods;
(b) a list giving full particulars, including available sources
and current prices of spare parts, special tools, etc.,
necessary for the proper and continuing functioning of
the goods for a period to be specified in the Bid Data
Sheet, following commencement of the use of the goods
by the Procuring Agency; and
(c) an item-by-item commentary on the Procuring Agency’s
Technical Specifications demonstrating responsiveness
of the goods and services to those specifications, or a
statement of deviations and exceptions to the provisions
of the Technical Specifications.

iv) For purposes of the commentary to be furnished, the Bidder


shall note that standards for workmanship, material, and
equipment, as well as references to brand names or
catalogue numbers designated by the Procuring Agency in its
Technical Specifications, are intended to be descriptive only
and not restrictive.

v) Where a sample(s) is required by a procuring agency, the


sample shall be:
(a) submitted as part of the bid, in the quantities,
dimensions and other details requested in the BDS;
(b) carriage paid;
(c) received on, or before, the closing time and date for the
submission of bids; and
(d) Evaluated to determine compliance with all
characteristics listed in the BDS.
{However, the procuring agency may also opt to ask for
samples after submission of technical bids (where require)}

vi) The Procuring Agency may retain the sample(s) of the


successful Bidder till the successful delivery of the goods. A
Procuring Agency may reject the Bid if the sample(s)-

(a) do(es) not conform to all characteristics prescribed in the


bidding documents; and
(b) is/are not submitted within the specified time clearly
mentioned in the Bid Data Sheet.

vii) Where it is not possible to avoid using a propriety article as a


sample, a Bidder shall make it clear that the propriety article
is displayed only as an example of the type or quality of the
goods being Bided for, and that competition shall not thereby
be limited to the extent of that article only.
viii) Samples made up from materials supplied by a Procuring
Agency shall not be returned to a Bidder nor shall a Procuring
Agency be liable for the cost of making them.

ix) All samples produced from materials belonging to an


unsuccessful Bidder may be kept by the Procuring Agency till
thirty (30) days from the date of award of contract or exhaust
of all the grievance forums (including those pending at
Authority’s Level or in some Court of Law).

x) Pursuant to the requirements as indicated in ITB 2.3.6, the


Bidder shall furnish, as part of its Bid, all those documents
establishing the eligibility in conformity to the terms and
conditions specified in the Bidding Documents for all goods
and related services which the Bidder proposes to deliver.

xi) The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of goods, spare
parts, special tools, etc., necessary for the proper and
continuing functioning of the Goods during the period
specified in the BDS following commencement of the use of
the goods by the Procuring Agency.

xii) The required documents and other accompanying documents


must be in English. In case any other language than English is
used the pertinent translation attested by the embassy in
country of manufacturer into English shall be attached to the
original version.

2.3.7. Bid Security i) The Bidder shall furnish, as part of its Bid, a Bid security in the
amount specified in the Bid Data Sheet.
ii) The Bid security is required to protect the Procuring Agency
against the risk of Bidder’s conduct which would warrant the
security’s forfeiture Pursuant to ITB Clause 2.3.8. (vii).
iii) The Bid security shall be in Pakistan Rupees and shall be in
one of the following forms:
(a) Bank Guarantee, Bank call-deposit (CDR), Demand Draft
(DD), Pay Order (PO) or Banker’s cheque valid for 6
months. Any Bid not secured in accordance with ITB
Clauses 2.3.8 (i) and (ii) may be rejected by the Procuring
Agency as non-responsive.
iv) Unsuccessful Bidders’ Bid security will be discharged or
returned as promptly as possible after the expiration of the
period of Bid validity prescribed by the Procuring Agency
pursuant to ITB Clause 2.3.8 (ii) or along with unopened
financial proposal as per rule 38(2)(a)(vii) of PPR-14, which
shall take precedence, and is as under:

“38(2)(a)(vii) the financial proposal of the Bids found


technically non-responsive shall be retained unopened and
shall be returned on the expiry of the grievance period or the
decision of the complaint, if any, filed by the non-responsive
Bidder, whichever is later:
provided that the Procuring Agency may return the sealed
financial proposal earlier if the disqualified or non-responsive
Bidder, contractor or consultant submits an affidavit, through
an authorized representative, to the effect that he is satisfied
with the proceedings of the Procuring Agency”.

v) The successful Bidder’s Bid security will be discharged upon


the Bidder signing the contract, pursuant to ITB Clause 2.6.1,
and furnishing the Performance Guarantee, pursuant to ITB
Clause 2.6.2.

vi) The Bid security may be forfeited:

a. If a Bidder withdraws its Bid during the period of Bid


validity specified by the Bidder on the Bid Form; or

b. In the case of a successful Bidder, if the Bidder:

i. Fails to sign the contract in accordance with ITB Clause


2.6.3; or

ii. Fails to furnish Performance Guarantee in accordance


with ITB Clause 2.6.2; or

iii. If the blacklisting proceedings under Section-17A of


PPRA Act, 2009 read with Rule-21 of PPR-14 are
initiated and the bidder is declared blacklisted after
due process of law.

2.3.8. Period of i) Bids shall remain valid for the period specified in the Bid Data
Validity of Bids Sheet after the date of Bid opening prescribed by the
Procuring Agency. A Bid valid for a shorter period may be
rejected by the Procuring Agency as non-responsive.

ii) In exceptional circumstances, the Procuring Agency may


solicit the Bidder’s consent to an extension of the period of
validity (as per rule-28 of PPR-14). The request and the
responses thereto shall be made in writing (or by email). The
Bid security provided under ITB Clause 2.3.8 shall also be
suitably extended. A Bidder may refuse the request without
forfeiting its Bid security. A Bidder accepting the request will
not be required nor permitted to modify its Bid.

2.3.9. Format and i) The Bidder shall prepare an original and the number of copies
Signing of Bid of the Bid indicated in the Bid Data Sheet, clearly marking
each “ORIGINAL BID” and “COPY OF BID,” as appropriate. In
the event of any discrepancy between them, the original shall
prevail.
ii) The Bidder shall authorize a person/ persons for signing,
submission and further correspondence with Procuring
Agency on behalf of bidder. Authority letter must be part of
bid. However, in case of any issue bidder shall be responsible
for all consequences.

iii) The original and the copy or copies of the Bid shall be typed
or written in indelible ink and shall be signed by the Bidder or
a person duly authorized to bind the Bidder to the contract.
All pages of the Bid, shall be signed and stamped by the
authorized person.

iv) Any interlineation, erasures, or overwriting shall be valid only


if they are initialed by the authorized person for signing the
Bid.

v) The original and the copy or copies of the Bid shall be typed
or written in indelible ink and shall be signed by the Bidder or
a person duly authorized to sign on behalf of the Bidder. This
authorization shall consist of a written confirmation as
specified in the BDS and shall be attached to the Bid. The
name and position held by each person signing the
authorization must be typed or printed below the signature.
All pages of the Bid, shall be signed and stamped by the
authorized person.

vi) Any interlineations, erasures, or overwriting shall be valid


only if they are signed by the person or persons signing the
Bidder.

vii) The Bidder shall furnish information as described in the Form


of Bid on commissions or gratuities, if any, paid or to be paid
to agents relating to this Bid and to contract execution if the
Bidder is awarded the contract.
2.4. Submission of Bids

2.4.1 Sealing and i) As per Rule 24, the Bidder shall seal the original and each copy
Marking of Bids of the Bid in separate envelopes, duly marking the envelopes
as “ORIGINAL” and “COPY.” The envelopes shall then be
sealed in an outer envelope.

ii) The inner and outer envelopes shall:


a. be addressed to the Procuring Agency at the address given
in the Bid Data Sheet; and
b. bear the title of procurement Activity indicated in the Bid
Data Sheet, the Invitation to Bids (ITB) title and number
indicated in the Bid Data Sheet, and a statement: “DO
NOT OPEN BEFORE….. (time and date),” [to be completed
with the time and the date specified in the Bid Data Sheet,
pursuant to ITB Clause 2.4.2.]

iii) 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 “late”.

iv) If the outer envelope is not sealed and marked as required by


ITB Clause 2.4.1 (i), the Procuring Agency will assume no
responsibility for the Bid’s misplacement or premature
opening.

v) In case of Single Stage One Envelope Procedure, the Bidder


shall seal the original and each copy of the Bid in separate
envelopes, duly marking the envelopes as “ORIGINAL” and
“COPY.” The envelopes shall then be sealed in an outer
envelope securely sealed in such a manner that opening and
resealing cannot be achieved undetected.
Note: The envelopes shall be sealed and marked in
accordance with the bidding procedure adopted as referred in
Rule-38 of PPR-2014, which shall have precedence.

vi) The inner and outer envelopes shall:


a) Be addressed to the Procuring Agency at the address
given in the BDS; and
b) Bear the title of the subject procurement or Project name,
as the case may be as indicated in the BDS, the Invitation
to Bids (ITB) title and number indicated in the BDS, and a
statement: “DO NOT OPEN BEFORE,” to be completed
with the time and the date specified in the BDS, pursuant
to ITB 2.4.2.

vii) In case of Single Stage Two Envelope Procedure, The Bid shall
comprise two envelopes submitted simultaneously, one called
the Technical Proposal and the other Financial Proposal. Both
envelopes to be enclosed together in an outer single envelope
called the Bid. Each Bidder shall submit his bid as under:

a) Bidder shall submit his TECHNICAL PROPOSAL and


FINANCIAL PROPOSAL in separate inner envelopes and
enclosed in a single outer envelope.
b) ORIGINAL and each copy of the Bid shall be separately
sealed and put in separate envelopes and marked as such.
(c) The envelopes containing the ORIGINAL and copies will be
put in one sealed envelope and addressed / identified as
given in BDS.

viii) The inner and outer envelopes shall:

a) be addressed to the Procuring Agency at the address


provided in the BDS;
b) bear the name and identification number of the contract
as defined in the BDS; and provide a warning not to open
before the time and date for bid opening, as specified in
the BDS, pursuant to ITB 2.4.2;
c) In addition to the identification required in Sub- Clause (b)
hereof, the inner envelope shall indicate the name and
address of the Bidder to enable the bid to be returned
unopened in case it is declared “late” pursuant to
ITB.2.4.3.

ix) If all envelopes are not sealed and marked as required by ITB
2.4.1 or incorrectly marked, the Procuring Agency will assume
no responsibility for the misplacement or premature opening
of Bid.

2.4.2 Deadline i) Bids must be received by the Procuring Agency at the address
for Submission of specified under BDS no later than the time and date specified
Bids in the Bid Data Sheet. Bids received through courier services
shall not be entertained.

ii) The Procuring Agency may, at its discretion and as per rule 29
of PPR-14, extend this deadline for the submission of Bids by
amending the Bidding documents in accordance with ITB
Clause 2.2.2 & 2.2.3 in which case all rights and obligations of
the Procuring Agency and Bidders previously subject to the
deadline will thereafter be subject to the deadline as
extended.

iii) Bids shall be received by the Procuring Agency at the address


specified under BDS no later than the date and time specified
in the BDS.
2.4.3. Late Bids i) Any Bid received by the Procuring Agency after the deadline
for submission of Bids prescribed by the Procuring Agency
pursuant to ITB Clause 2.4.2 will be rejected and returned
unopened to the Bidder.

ii) The Procuring Agency shall not consider for evaluation any
Bid that arrives after the deadline for submission of Bids.

iii) Any Bid received by the Procuring Agency after the deadline
for submission of Bids shall be declared late, recorded,
rejected and returned unopened to the Bidder.

2.4.4. Modification i) The Bidder may modify or withdraw its Bid after the Bid’s
and Withdrawal of submission, provided that written notice of the modification,
Bids including substitution or withdrawal of the Bids, is received
by the Procuring Agency prior to the deadline prescribed for
submission of Bids.
ii) The Bidder’s modification or withdrawal notice shall be
prepared, sealed, marked, and dispatched in accordance with
the provisions of Clause (i) A withdrawal notice may also be
sent by email, but followed by a signed confirmation copy,
postmarked not later than the deadline for submission of
Bids.
iii) No Bid may be modified after the deadline for submission of
Bids.
iv) 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 by the Bidder on the Bid Form.
Withdrawal of a Bid during this interval may result in the
Bidder’s forfeiture of its Bid security (along with other
remedies available under PPR-14), pursuant to the ITB Clause
2.3.8 (vii).
v) A Bidder may withdraw its Bid after it has been submitted,
provided that written notice of the withdrawal of the Bid, is
received by the Procuring Agency prior to the deadline for
submission of Bids.
vi) Revised bid may be submitted after the withdrawal of the
original bid before the deadline for submission of Bids.

2.5. Opening and Evaluation of Bids

2.5.1. Opening of i) The Procuring Agency will open all Bids, in public, in the
Bids by the presence of Bidders’ or their representatives who choose to
Procuring Agency attend, and other parties with a legitimate interest in the Bid
proceedings at the place, on the date and at the time,
specified in the BDS. The Bidders’ representatives present
shall sign a register/attendance sheet as proof of their
attendance.

ii) First, envelopes marked “WITHDRAWAL” shall be opened and


read out and the envelope with the corresponding bid shall
not be opened, but returned to the Bidder. No bid withdrawal
shall be permitted unless the corresponding Withdrawal
Notice contains a valid authorization to request the
withdrawal and is read out at bid opening.

iii) Second, outer envelopes marked “SUBSTITUTION” shall be


opened. The inner envelopes containing the Substitution Bid
shall be exchanged for the corresponding Original Bid being
substituted, which is to be returned to the Bidder unopened.
No envelope shall be substituted unless the corresponding
Substitution Notice contains a valid authorization to request
the substitution and is read out and recorded at bid opening.

iv) Next, outer envelopes marked “MODIFICATION” shall be


opened. No Technical Proposal and/or Financial Proposal
shall be modified unless the corresponding Modification
Notice contains a valid authorization to request the
modification and is read out and recorded at the opening of
the Bids. Any Modification shall be read out along with the
Original Bid except in case of Single Stage Two Envelope
Procedure where only the Technical Proposal, both Original
as well as Modification, are to be opened, read out, and
recorded at the opening. Financial Proposal, both Original
and Modification, will remain unopened till the prescribed
financial bid opening date.

v) Other envelopes holding the Bids shall be opened one at a


time, in case of Single Stage One Envelope Procedure, the
Bidders names, the Bid prices, the total amount of each Bid,
the presence or absence of Bid Security, Bid Securing
Declaration and such other details as the Procuring Agency
may consider appropriate, will be announced by the
Procurement Evaluation Committee.

vi) In case of Single Stage Two Envelope Procedure, the


Procuring Agency will open the Technical Proposals in public
at the address, date and time specified in the BDS in the
presence of Bidders` designated representatives who choose
to attend and other parties with a legitimate interest in the
Bid proceedings. The Financial Proposals will remain
unopened and will be held in custody of the Procuring Agency
until the specified time of their opening.

vii) The envelopes holding the Technical Proposals shall be


opened one at a time, and the following read out and
recorded: (a) the name of the Bidder; (b) the presence of a
Bid Security, if required; and (c) Any other details as the
Procuring Agency may consider appropriate.

viii) Bidders are advised to send in a representative with the


knowledge of the content of the Bid who shall verify the
information read out from the submitted documents. Failure
to send a representative or to point out any un-read
information by the sent Bidder’s representative shall
indemnify the Procuring Agency against any claim or failure
to read out the correct information contained in the Bidder’s
Bid.

ix) No Bid will be rejected at the time of Bid opening except for
late Bids which will be returned unopened to the Bidder,
pursuant to 2.4.3 (i).

x) The Procuring Agency shall prepare minutes of the Bid


opening. The record of the Bid opening shall include, as a
minimum: the name of the Bidder and whether or not there
is a withdrawal, substitution or modification, the Bid price if
applicable.

xi) The Bidders’ representatives who are present shall be


requested to sign on the attendance sheet. The omission of a
Bidder’s signature on the record shall not invalidate the
contents and affect the record.

xii) Minutes of the Financial Bid Opening shall be recorded and


uploaded by the procuring agency on its website or shared to
all bidders through e-mail.
[if Procuring Agency opts for single stage one envelope
procedure as per rule 38(1) of PPR-14, clause (vi) to (xiii)
should be formulated accordingly by the procuring agency.]

2.5.2. i) Information relating to the examination, clarification,


Confidentiality evaluation and comparison of Bids and recommendation of
contract award shall not be disclosed to Bidders or any other
persons not officially concerned with such process until the
time of the announcement of the respective evaluation
report in accordance with the requirements of rule 37 of PPR-
14.

ii) Any effort by a Bidder to influence the Procuring Agency


processing of Bids or award decisions may result in the
rejection of its Bid.

iii) Notwithstanding ITB Clause 2.2.2 from the time of Bid


opening to the time of contract award, if any Bidder wishes to
contact the Procuring Agency on any matter related to the
Bidding process, it should do so in writing or in electronic
forms that provides record of the content of communication.

2.5.3. Clarification i) As per rule 33(2) of PPR-14, to assist in the examination,


of Bids evaluation and comparison of Bids and post-qualification of
the Bidders, the Procuring Agency may, at its discretion, ask
any Bidder for a clarification of its Bid including breakdown of
prices to determine its reasonability. Any clarification
submitted by a Bidder that is not in response to a request by
the Procuring Agency shall not be considered.

ii) The request for clarification and the response shall be in


writing or in electronic forms that provide record of the
content of communication. In case of Single Stage Two
Envelope Procedure, no change in the prices or substance of
the Bid shall be sought, offered, or permitted. Whereas in
case of Single Stage One Envelope Procedure, only the
correction of arithmetic errors discovered by the Procuring
Agency in the evaluation of Bids should be sought in
accordance with ITB Clause 2.5.6.

iii) The alteration or modification in The Bid which in any way


affect the following parameters will be considered as a
change in the substance of a bid:

a) Evaluation & qualification criteria;


b) Required scope of work or specifications;
c) All securities requirements;
d) Tax requirements;
e) Terms and conditions of bidding documents.
f) Change in the ranking of the Bidder

iv) From the time of Bid opening to the time of Contract award if
any Bidder wishes to contact the Procuring Agency on any
matter related to the Bid it should do so in writing or in
electronic forms that provide record of the content of
communication.

2.5.4. Preliminary i) The Procuring Agency will examine the Bids to determine
Examination whether they are complete, whether any computational
errors have been made, whether required sureties have been
furnished, whether the documents have been properly
signed, and whether the Bids are generally in order.

ii) Arithmetical errors will be rectified on the following basis:-


a. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail, and the
total price shall be corrected. If the Supplier does not
accept the correction of the errors, its Bid may be
rejected, and its Bid security may be forfeited.

b. If there is a discrepancy between words and figures,


the amount in words will prevail.

iii) Prior to the detailed evaluation, the Procuring Agency will


determine the responsiveness of each Bid to the Bidding
documents, pursuant to ITB Clause 2.5.5. For purposes of
these Clauses, a responsive Bid is one which conforms to all
the terms and conditions of the Bidding documents without
material deviations. Deviations from, or objections or
reservations to critical provisions, such as those concerning
Bid Security (ITB Clause 2.3.8), Applicable Law (GCC Clause
30), Taxes and Duties (GCC Clause 32) & mandatory
Registrations/ Renewals will be deemed to be a material
deviation. 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.

iv) If a Bid is not responsive, it will be rejected by the Procuring


Agency and may not subsequently be made responsive by the
Bidder by correction of the non-conformity.

v) Prior to the detailed evaluation of Bids, the Procuring Agency


will determine whether each Bid:
a) Meets the eligibility criteria defined in ITB 2.1.3 and ITB
2.1.4;
b) Has been prepared as per the format and contents
defined by the Procuring Agency in the Bidding
Documents;
c) Has been properly signed;
d) Is accompanied by the required securities; and
e) Is responsive to the requirements of the Bidding
Documents.
The Procuring Agency's determination of a Bid's
responsiveness will be based on the contents of the Bid itself.

2.5.5. Examination i) The Procuring Agency shall examine the Bid to confirm that
of Terms and all terms and conditions specified in the GCC and the SCC
Conditions; have been accepted by the Bidder without any material
Technical deviation or reservation.
Evaluation
ii) The Procuring Agency shall evaluate the technical aspects of
the Bid submitted to confirm that all requirements specified
in Section III-Technical Specifications, Section VII – Schedule
of Requirements & Evaluation Criteria as provided in BDS,
have been met without material deviation or reservation.

iii) If after the examination of the terms and conditions and the
technical evaluation, the Procuring Agency determines that
the Bid is not responsive in accordance, it shall reject the Bid.

2.5.6. Correction of i) Bids determined to be substantially responsive will be


Errors checked for any arithmetic errors. Errors will be corrected as
follows: -
a) If there is a discrepancy between unit prices 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, unless in the opinion of the Procuring
Agency there is an obvious misplacement of the decimal
point in the unit price, in which the total price as quoted
shall govern and the unit price shall be corrected;
b) If there is an error in a total corresponding to the addition
or subtraction of sub-totals, the sub-totals shall prevail
and the total shall be corrected; and
c) Where there is a discrepancy between the amounts in
figures and in words, the amount in words will govern.
d) Where there is discrepancy between grand total of price
schedule and amount mentioned on the Form of Bid, the
amount referred in Price Schedule shall be treated as
correct subject to elimination of other errors.

ii) The amount stated in the Bid will, be adjusted by the


Procuring Agency in accordance with the above procedure for
the correction of errors. The concurrence of the Bidder shall
be considered as binding upon the Bidder. If the Bidder does
not accept the corrected amount, its Bid will then be
rejected, and the Bid Security may be forfeited or the Bid
Securing Declaration may be executed in accordance with ITB
2.3.8.

2.5.7. Conversion i) As per rule 32(2) of PPR-14, to facilitate evaluation and


to Single Currency comparison, the Procuring Agency will convert all Bid prices
expressed in the amounts in various currencies in which the
Bid prices as follows:

For the purposes of comparison of bids quoted in different


currencies, the price shall be converted into a single currency
specified in the bidding documents. The rate of exchange shall be the
selling rate, prevailing on the date of opening of bids specified in the
bidding documents, as notified by the State Bank of Pakistan on that
day, in case of holiday in State Bank of Pakistan on the day of
opening financial bids, then previous working day’s ex-change rates
will prevail.

2.5.8. Post- i) In the absence of prequalification, the Procuring Agency will


Qualification & determine to its satisfaction whether the Bidder is qualified
Evaluation of Bids to perform the contract satisfactorily, in accordance with the
evaluation criteria listed in BDS & pursuant to ITB Clause
2.1.3.

ii) The determination will take into account the Bidder’s


financial, technical, and production/ supplying capabilities. It
will be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB Clause 2.3.6, as well as such other
information required for eligibility/qualification expressed in
Bid Data Sheet as the Procuring Agency deems necessary and
appropriate.

iii) The Procuring Agency will technically evaluate and compare


the Bids which have been determined to be responsive,
pursuant to ITB Clause 2.5.5, as per Technical Specifications
required.

iv) The financial evaluation of a Bid will be on the basis of form


of Price Schedules/ Financial Bid Form 8.10 to be decided by
the Procuring Agency which must include clear cut instruction
regarding item wise or package wise evaluation inclusive of
prevailing taxes, duties, fees etc.

2.5.9. Contacting i) Subject to ITB Clause 2.5.3, no Bidder shall contact the
the Procuring Procuring Agency on any matter relating to its Bid, from the
Agency time of the Bid opening to the time the evaluation report is
made public i.e. 10 days before the contract is awarded. If the
Bidder wishes to bring additional information or has
grievance to the notice of the Procuring Agency, it should do
so in writing.

ii) Any effort by a Bidder to influence the Procuring Agency


during Bid evaluation, or Bid comparison may result in the
rejection of the Bidder’s Bid.

2.5.10. Grievance i) As per Rule-67 of PPR-14, Procuring Agency shall constitute a


Redressal Grievance Redressed Committee (GRC) comprising of odd
number of persons with proper powers and authorization to
address the complaints. The GRC shall not have any of the
members of the Procurement Evaluation Committee. The
Committee may preferably have one subject specialist
depending upon the nature of the procurement in addition to
one person with legal background as per their availability to
the Procuring Agency.

ii) Any Bidder feeling aggrieved can file its written complaint
against the eligibility parameters or any other terms and
conditions prescribed in the Bidding documents found
contrary to provision of Rule 33, and the same shall be
addressed by the Procuring Agency well before the proposal
submission deadline.

iii) Any party can file its written complaint against the eligibility
parameters or any other terms and conditions prescribed in
the bidding documents found contrary to provision of Rule 34
and the same shall be addressed by the Procuring Agency
well before the proposal submission deadline.

iv) 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 ten days
after the announcement of the Final evaluation reports. In
case of single stage - two envelope bidding procedure any
bidder feeling aggrieved from technical evaluation may file a
grievance within 5 days of announcement of the technical
evaluation report. After completion of the technical
evaluation process, the procuring agency shall immediately
upload the technical evaluation report on the website of
PPRA and Procuring Agency for obtaining/ receiving grievance
petitions from the prospective bidders (if any).
v) In case, the complaint/grievance is filed after the issuance of
the final evaluation report, the complainant cannot raise any
objection on technical evaluation of the report. Provided that
the complainant may raise the objection on any part of the
final evaluation report in case where single stage one envelop
bidding procedure is adopted.

vi) The GRC shall investigate and decide upon the complaint
within fifteen days of the receipt of the complaint. Mere fact
of lodging of a complaint shall not warrant suspension of the
procurement process.

2.6. Award of Contract


i) Prior to the expiration of the period of Bid validity, the
2.6.1. Notification
Procuring Agency will notify the successful Bidder in writing
of Award
by registered letter and by email to be confirmed in writing
by registered letter, that its Bid has been accepted.

ii) The notification of award will constitute the formation of the


Contract.

iii) Upon the successful Bidder’s furnishing of the Performance


Guarantee pursuant to ITB Clause 2.6.2 (i), the Procuring
Agency will promptly notify each unsuccessful Bidder and will
discharge its Bid security, pursuant to ITB Clause 2.3.8 (v).
2.6.2. Performance i) Within fifteen (15) days of the receipt of notification of award
Guarantee from the Procuring Agency, the successful Bidder shall furnish
the Performance Guarantee in accordance with the
Conditions of Contract, in the Performance Guarantee Form
provided in the Bidding documents, or in another form
acceptable to the Procuring Agency.

ii) Failure of the successful Bidder to comply with the


requirement of ITB Clause (i) above or ITB Clause 2.6.3 shall
constitute sufficient grounds for the annulment of the award
and forfeiture of the Bid security along with other remedies
available under PPR-14. After that, the Procuring Agency may
decide to award the contract to the next lowest evaluated
Bidder, keeping in view the Bid validity time, or call for new
Bids keeping in view the concept of value for money as
defined under rule-2(ae) read with Principles of Procurement
as enunciated in rule-4 of PPR-14.

2.6.3. Signing of i) At the same time as the Procuring Agency notifies the
Contract/ Issuance successful Bidder that its Bid has been accepted, the
of Purchase Order Procuring Agency will send the Bidder the Contract Form
provided in the Bidding documents, incorporating all
agreements between the parties or will issue the purchase
order [as the case may be].

ii) Under rule-63 of PPR-14, where the Procuring Agency


requires formal signing of contract, within seven (07) days of
receipt of the Contract Form, the successful Bidder shall sign
and mention date of the contract and return it to the
Procuring Agency.

iii) Where no such formal signing is required by the procuring


agency, the procuring agency shall issue purchase order after
the receipt of required performance guarantee, as per rule 55
of PPR-14.

2.6.4. Award i) Subject to ITB Clause 2.6.2, under rule-55 of PPR-14, the
Criteria Procuring Agency will award the contract to the successful
Bidder whose Bid has been determined to be responsive and
has been determined to be the lowest evaluated Bid,
provided that the Bidder has been determined to be qualified
to perform the contract satisfactorily.

2.6.5. Procuring i) The Procuring Agency reserves the right at the time of
Agency’s Right to contract award to increase or decrease the quantity of goods
Vary Quantities at and services originally specified in the Schedule of
Time of Award Requirements without any change in unit price or other terms
and conditions, on the analogy of rule-59 (c)(iv) of PPR-14
(not more than 15%).
2.6.6. Procuring i) As per rule 35 of PPR-14, the Procuring Agency reserves the
Agency’s Right to right to accept or reject all Bids or proposals (and to annul the
Accept or Reject All Bidding process) at any time prior to the acceptance of any
Bids Bid or proposal, without thereby incurring any liability
towards the Bidders.

ii) The Bidders shall be promptly informed about the rejection of


the Bids, if any

iii) The Procuring Agency 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.

2.6.7. Re-Bidding i) If the Procuring Agency rejects all the Bids under rule 35, it
may proceed with the process of fresh Bidding but before
doing that it shall assess the reasons for rejection and may, if
necessary, revise specifications, evaluation criteria or any
other condition for Bidders.
2.6.8. Corrupt or i) The Procuring Agency Bidders, Suppliers, and Contractors
Fraudulent observe the highest standard of ethics during the
Practices procurement and execution of contracts.

“Corrupt practices” in respect of procurement process, shall


be as given in S-2 (d) of PPRA, Act, 2009, which is as follows:

“(d) “corrupt practice” means the offering, giving, receiving,


or soliciting of anything of value to influence the action of a
public official, bidder or Contractor in the procurement
process or in Contract execution to the detriment of the
procuring agency; or misrepresentation of facts in order to
influence a procurement process or the execution of a
Contract, collusive practices among bidders (prior to or after
bid submission) designed to establish bid prices at artificial,
noncompetitive levels and to deprive the procuring agency of
the benefits of free and open competition and any request for,
or solicitation of anything of value by any public official in the
course of the exercise of his duty; it may include any of the
following:

i. Coercive practice by impairing or harming, or threatening to


impair or harm, directly or indirectly, any party or the
property of the party to influence the actions of a party to
achieve a wrongful gain or to cause a wrongful loss to
another party;
ii. Collusive practice by arrangement between two or more
parties to the procurement process or Contract execution,
designed to achieve with or without the knowledge of the
procuring agency to establish prices at artificial,
noncompetitive levels for any wrongful gain;
iii. Offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence the acts of another party for
wrongful gain;
iv. Any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a
party to obtain a financial or other benefit or to avoid an
obligation;
v. Obstructive practice by harming or threatening to harm,
directly or indirectly, persons or their property to influence
their participation in a procurement process, or affect the
execution of a Contract or deliberately destroying, falsifying,
altering or concealing of evidence material to the
investigation or making false statements before investigators
in order to materially impede an investigation into allegations
of a corrupt, fraudulent, coercive or collusive practice; or
threatening, harassing or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation, or acts
intended to materially impede the exercise of inspection and
audit process.”

ii) Blacklisting & Debarment:

Blacklisted Consultants and those found involved in “Corrupt


Practices” are not allowed to participate in bidding.

Requirements & Procedure for Blacklisting & Debarment:

Asper As per S-17A of PPRA, Act, 2009:

“17A. Blacklisting.– (1) A procuring agency may, for a specified


period and in the prescribed manner, debar a bidder or
Contractor from participating in any public procurement process
of the procuring agency, if the bidder or Contractor indulges in
corrupt practice or any other prescribed practice.
(2) The Managing Director may, in the
prescribed manner, debar a bidder or Contractor from
participating in any public procurement process of all or
some of the procuring agencies for a specified period.
(3) Any person, aggrieved from a decision of a
procuring agency, may within prescribed period prefer a
representation before the Managing Director.
(4) A procuring agency or any other person,
aggrieved from a decision of the Managing Director, may
within prescribed period prefer a representation before
the Chairperson whose decision on such representation
shall be final.]

As per rule 21 of PPR-14:

21. Blacklisting.–(1) A procuring agency may, for a specified


period, debar a bidder or Contractor from participating in any public
procurement process of the procuring agency, if the bidder or
Contractor has:
(a) acted in a manner detrimental to the public
interest or good practices;
(b) consistently failed to perform his obligation under
the Contract;
(c) not performed the Contract up to the mark; or
(d) indulged in any corrupt practice.
(2) If a procuring agency debars a bidder or Contractor under
sub-rule (1), the procuring agency:
(a) shall forward the decision to the Authority for
publication on the website of the Authority; and
(b) may request the Authority to debar the bidder or
Contractor for procurement of all procuring agencies.
(3) The Managing Director may debar a bidder or Contractor
of any procuring agency from participating in any public procurement
process of all or some of the procuring agencies for such period as the
Managing Director may determine.
(4) Any person aggrieved by a declaration made under rule 20
or a decision under sub-rule (1) of this rule may, within thirty days
from the date of the publication of the information on the website of
the Authority, file a representation before the Managing Director and
the Managing Director may pass such order on the representation as
he may deem fit.
(5) Any person or procuring agency aggrieved by an order
under sub-rule (3) or (4) may, within thirty days of the order, file a
representation before the Chairperson and the Chairperson may pass
such order on the representation as he may deem appropriate.
(6) The mechanism or process for barring a bidder or
Contractor from participating in procurement process of a procuring
agency, procuring agencies and a representation under this rule is
specified in the Schedule appended to these rules.
As per Schedule appended with PPR-14:
SCHEDULE
see sub-rule (6) of rule 21
BLACKLISTING MECHANISM OR PROCESS
1. The procuring agency may, on information received from any
resource, issue show cause notice to a bidder or Contractor.
2. The show cause notice shall contain:
(a) precise allegation, against the bidder or Contractor;
(b) the maximum period for which the procuring agency
proposes to debar the bidder or Contractor from
participating in any public procurement of the
procuring agency; and
(c) the statement, if needed, about the intention of the
procuring agency to make a request to the Authority
for debarring the bidder or Contractor from
participating in public procurements of all the
procuring agencies.
3. The procuring agency shall give minimum of seven days to the
bidder or Contractor for submission of written reply of the
show cause notice.
4. In case, the bidder or Contractor fails to submit written reply
within the requisite time, the procuring agency may issue
notice for personal hearing to the bidder or Contractor/
authorize representative of the bidder or Contractor and the
procuring agency shall decide the matter on the basis of
available record and personal hearing, if availed.
5. In case the bidder or Contractor submits written reply of the
show cause notice, the procuring agency may decide to file
the matter or direct issuance of a notice to the bidder or
Contractor for personal hearing.
6. The procuring agency shall give minimum of seven days to the
bidder or Contractor for appearance before the specified
officer of the procuring agency for personal hearing.
7. The procuring agency shall decide the matter on the basis of
the available record and personal hearing of the bidder or
Contractor, if availed.
8. The procuring agency shall decide the matter within fifteen
days from the date of personal hearing unless the
personal hearing is adjourned to a next date and in
such an eventuality, the period of personal hearing shall be
reckoned from the last date of personal hearing.
9. The procuring agency shall communicate to the bidder or
Contractor the order of debarring the bidder or Contractor
from participating in any public procurement with a
statement that the bidder or Contractor may, within thirty
days, prefer a representation against the order before the
Managing Director of the Authority.
10. The procuring agency shall, as soon as possible, communicate
the order of blacklisting to the Authority with the request to
upload the information on its website.
11. If the procuring agency wants the Authority to debar the
bidder or Contractor from participating in any public
procurement of all procuring agencies, the procuring agency
shall specify reasons for such dispensation.
12. The Authority shall immediately publish the information and
decision of blacklisting on its website.
13. In case of request of a procuring agency under para 11 or
representation of any aggrieved person under rule 21, the
Managing Director shall issue a notice for personal hearing to
the parties and call for record of proceedings of blacklisting.
The parties may file written statements and documents in
support of their contentions.
14. In case of representation of any aggrieved person or
procuring agency under rule 21, the Chairperson shall issue a
notice for personal hearing to the parties and may call for the
record of the proceedings. The parties may file written
statements and documents in support of their contentions.
15. In every order of blacklisting under rule 21, the procuring
agency shall record reasons of blacklisting and also reasons
for short, long or medium period of blacklisting.
16. The Authority shall upload all the decisions under rule 21,
available with it, on its website. But the name of a bidder or
Contractor shall immediately be removed from the list of
blacklisted persons on expiry of period of blacklisting or order
of the competent authority to that effect, whichever is earlier.
17. An effort shall be made for electronic communication of all
the notices and other documents pursuant to this mechanism
or process.”

iii) Furthermore, Bidders must keep themselves aware of the


provision stated in clause 5.4 and clause 24.1 of the General
Conditions of Contract.

2.6.9. Quantity and i) While quoting the rate in a framework contract, the Bidder
volume of the must consider the following facts:
goods to be a. Certain volume and quantity of the goods as prescribed in
considered in mind Bid Data Sheet.
[Framework b. The Bidder have to maintain the rates of the goods for the
Contract Modality] whole financial year.
c. The Bidder should quote the rate as per Price Schedule/
Financial Bid form. In case of non-observance of
prescribed format, Financial Bid may be rejected.
Section-III: Bid Data Sheet

Description Detail

Name of procuring Agency Lahore General Hospital, Lahore.

Financial Year 2024-2025


Language of bid English

Bid currency Pak Rs. On free delivery to Consignee’s end basis including
all Ex-work, Transportation, Storage charges till the
destination.
Bid Security 2% of estimated cost of quoted items in the shape of CDR,
Pay Order/Bank Draft
Bid validity period 180 Days

Address for communication:

LAHORE GENERAL HOSPITAL LAHORE

Performance Guarantee: It will be 5% of the Contract Value in the shape of Pay Order/Bank
Draft/Deposit at Call / Bank Guarantee
Evaluation Criteria for Frame work contract for Purchase of Lab Kits, Reagents,
Chemical Consumables and Kits with machines on reagent rental basis

Sr. # DETAIL Yes/ No PAGE #


TECHNICAL EVALUATION CRITERIA

1 Original receipt for purchase of tender.


An affidavit on legal valid stamp paper of Rs. 100/- that their firm is not
2 blacklisted currently on any ground by any Government ( Federal ,
Provincial)
Acceptance of terms and conditions, tender documents duly
3
signed and stamped.
4 Company profile
5 Price should not be mentioned on technical bid.
6 Bank statement/ Balance sheet last 03 year.
Income Tax, Active General Sales Tax and valid Professional Tax
7
certificate.
The bidder shall submit the authority letter in favor of person or
8 persons with their cell numbers, who will sign the bid and attend
the relevant meetings.
The Bidder will attach 2% bid security of estimated cost of
9 quoted items CDR/ Bank Guarantee/Pay Order/Demand Draft
with the technical bid.
Sole Authorization from manufacturer/ importer/ Authorized
10
Distributor.
The quoted items must bear FDA510K, CE (MDD) or MHLW
11 (Ministry of Health, Labor and welfare). (Two certificates are
mandatory for reagent rental tenders)
Satisfactory Past Performance in the shape of Authentic
12 certificate from Top competent Authority of the institution for
the Quoted Product/relevant category.
13 Delivery Period Should be mentioned on main technical offer.
14 Bid Validity Should be mentioned on main technical offer.
15 Income Tax return of Last three years.
All bids must be submitted in tape binding not in ring or hard
folder. All documents should contain proper page marking,
attached in sequence as indicated for evaluation in the bidding
16
documents and signatures of authorized person. Moreover,
signing and stamping of each page of bidding documents/form is
mandatory.
Average Annual Turnover of last three (03) years should be more
17
than 15 million & Audit Statement of last three (03) years must
be attached.
Embassy attested Free Sale Certificate of the product (medical
18 devices) bearing the brand name of the product in the country
of manufacturer.
Affidavit from the sole agent(s) that their products(s) are freely
19 available with same brand name in the country of manufacturer
& is safe for human consumption.
i. The firm shall not quote alternate offer otherwise, the bid will be rejected.

ii. The firms should submit the samples as per requirement of hospital. If the firms fail
to provide the sample as per requirement of Institution, the offer will not be
considered for further process.
iii. After submission of bid No amendments /additional documents in the technical and
financial bid shall be permitted.
iv. Firm shall attach Compliance sheet (filled) otherwise offer shall not be considered
for further evaluation.
v. The firm must quote single brand of every quoted item as mention in the tender list,
otherwise quoted item will be straightway rejected.
vi. Any rules/ regulation/ instruction issued by the federal government, provincial
government or any other competent authority during the validity period of its
contract will be applicable.
G. Award of Contract

Percentage for quantity increase or decrease is: [Insert percentage, but not
2.6.5
more/ less than 15%].

2.6.2 The Performance Guarantee shall be five percent.

The Performance Security (or guarantee) shall be in the form of CDR/Bank


2.6.2
Guarantee
Section-IV: General Conditions of Contract
[The Procuring Agency should formulate General Condition of Contract in accordance with PPR-
14 keeping in view its requirements, nature of procurement i.e. Bulk/Framework, item
wise/package wise and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if
applicable) However, for a standard procurement/contract contents of a generalized General
Conditions of Contract may be as follows:]

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as


indicated:

(a) “The Contract” means the agreement entered into


between the Procuring Agency and the Supplier, as
recorded in the Contract Form signed by the parties,
including all attachments and appendices thereto and all
documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the


Supplier under the Contract for the full and proper
performance of its contractual obligations.

(c) “The Goods” means all of the equipment, machinery,


and/or other materials which the Supplier is required to
supply to the Procuring Agency under the Contract.

(d) “The Services” means those services ancillary and related


to the supply of the Goods, such as transportation and
insurance, and any other incidental services, such as
installation, commissioning, provision of technical
assistance, training, maintenance & repair and other such
obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract


contained in this section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Procuring Agency” means the organization


purchasing the Goods & Services, as named in SCC.

(h) “The Procuring Agency’s country” is the country named in


SCC.
(i) “The Supplier” means the Bidder or firm supplying the
Goods and Services under this Contract.

(j) “The Project Site,” where applicable, means the place or


places named in SCC.

(k) “Day” means calendar day.

2. Application 2.1. These General Conditions shall apply to the extent that they are
not superseded by provisions of other parts of the Contract.

3. Country of Origin 3.1. All Goods and Services supplied under the Contract shall have
their origin in the countries and territories eligible under the rules, as
[where applicable] further elaborated in the SCC.

3.2. For purposes of this Clause, “origin” means the place where the
Goods were mined, grown, or produced, or from where the Services
are supplied. Goods are produced when, through manufacturing,
processing, or substantial and major assembly of components, a
commercially recognized new product is obtained that is substantially
different in basic characteristics or in purpose or utility from its
components.

3.3. The origin of Goods and Services is distinct from the nationality
of the Supplier. In any case, the requirements of rules 10 & 26, PPR-
14, shall be followed.

4. Standards 4.1. The Goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications, and, when no
applicable standard is mentioned, to the authoritative standards
appropriate to the Goods’ country of origin. Such standards shall be
the latest issued by the concerned institution.

5. Use of Contract 5.1. The Supplier shall not, without the Procuring Agency’s prior
Documents and written consent, disclose the Contract, or any provision thereof, or
Information; any specification, plan, drawing, pattern, sample, or information
Inspection and furnished by or on behalf of the Procuring Agency in connection
Audit by the therewith, to any person other than a person employed by the
procuring agency. Supplier in the performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only
so far as may be necessary for purposes of such performance.
5.2. The Supplier shall not, without the Procuring Agency’s prior
written consent, make use of any document or information
enumerated in GCC Clause 5.1 except for purposes of executing the
Contract.

5.3. Any document, other than the Contract itself, enumerated in


GCC Clause 5.1 shall remain the property of the Procuring Agency and
shall be returned (all copies) to the Procuring Agency on completion
of the Supplier’s performance under the Contract if so required by
the Procuring Agency.

5.4. The Supplier shall permit the Procuring Agency to inspect the
Supplier’s accounts and records relating to the performance of the
Supplier and to have them audited by auditors appointed by the
donors, if so required by the donors.

6. Patent Rights 6.1. 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
Procuring Agency’s country.

7. Performance 7.1. Within fifteen (15) days of receipt of the notification of Contract
Guarantee award, the successful Bidder shall furnish to the Procuring Agency the
Performance Guarantee in the amount specified in SCC/Bid Data
Sheet & clause 2.6.2 of ITB.

7.2. The proceeds of the Performance Guarantee shall be payable to


the Procuring Agency as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the Contract.

7.3. As per Rule-56 of PPR-14, the performance guarantee shall be


denominated in the currency of the Contract acceptable to the
Procuring Agency and shall be in one of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issued


by a reputable bank located in the Procuring Agency’s
country, in the form provided in the Bidding documents or
another form acceptable to the Procuring Agency; or

(b) a Bank Guarantee, Bank call-deposit (CDR), Demand Draft


(DD), Pay Order (PO) or Banker’s cheque cashier’s or
certified cheque or CDR.
7.4. The performance guarantee will be discharged by the Procuring
Agency and returned to the Supplier not later than thirty (30) days
following the date of completion of the Supplier’s performance
obligations under the Contract, including any warranty obligations,
unless specified otherwise in SCC.

8. Inspections and 8.1. The Procuring Agency or its representative shall have the right
Tests to inspect and/or to test the Goods to confirm their conformity to the
Contract specifications at no extra cost to the Procuring Agency. SCC
and the Technical Specifications shall specify what inspections and
tests the Procuring Agency requires and where they are to be
conducted. The Procuring Agency shall notify the Supplier in writing,
in a timely manner, of the identity of any representatives nominated
for these purposes.

8.2. The inspections and tests may be conducted on the premises of


the Supplier or its subcontractor(s), at point of delivery, and/or at the
Goods’ final destination. If conducted on the premises of the Supplier
or its subcontractor(s) (if so allowed by the Procuring Agency), all
reasonable facilities and assistance, including access to drawings and
production data, shall be furnished to the inspectors at no charge to
the Procuring Agency.

8.3. Should any inspected or tested Goods fail to conform to the


Specifications, the Procuring Agency may reject the Goods, and the
Supplier shall either replace the rejected Goods or make alterations
necessary to meet specification requirements free of cost to the
Procuring Agency.

8.4. The Procuring Agency’s right to inspect, test and, where


necessary, reject the Goods after the Goods’ arrival in the Procuring
Agency’s country shall in no way be limited or waived by reason of
the Goods having previously been inspected, tested, and passed by
the Procuring Agency or its representative prior to the Goods’
shipment from the country of origin.

8.5. Nothing in GCC Clause 8 shall in any way release the Supplier
from any warranty or other obligations under this Contract.

9. Packing 9.1. The Supplier shall provide such packing of the Goods as is
required to prevent their damage or deterioration during transit to
their final destination, as indicated in the Contract. The packing shall
be sufficient to withstand, without limitation, rough handling during
transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packing case size and weights shall
take into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling facilities
at all points in transit.

9.2. The packing, marking, and documentation within and outside


the packages shall comply strictly with such special requirements as
shall be expressly provided for in the Contract, including additional
requirements, if any, specified in SCC, and in any subsequent
instructions ordered by the Procuring Agency.

10. Delivery and 10.1. Delivery of the Goods shall be made by the Supplier in
Documents accordance with the terms specified in the Schedule of Requirements.
The details of shipping and/or other documents to be furnished by
[in case of the Supplier are specified in SCC.
Framework Modality
the Procuring 10.2. Upon delivery, the Procuring Agency shall give receiving
Agency may amend certificate to the supplier with the statement that, “completion
these condition as certificate along with satisfactory report shall be issued after due
per its requirements] inspection as per clause-8 of GCC, which will enable the supplier to
put up the bill”.

[Further conditions may be incorporated by the Procuring Agency


keeping in view the nature of contract, DDP, CIF, C&F, FOR, FOP
for example; for a DDP contract the clause may be as follows:].

10.3. For purposes of the Contract, DDP trade term used to describe
the obligations of the parties shall have the meanings assigned to
them by the current edition of Incoterms

10.4. Documents to be submitted by the Supplier are specified in SCC.

11. Insurance 11.1. The Goods supplied under the Contract shall be delivered [form
of content to be decided by the Procuring Agency] duty form paid
[If required and under which risk is transferred to the buyer after having been
decided by the delivered, hence [details coverage to be decided by the Procuring
Procuring Agency] Agency] is sellers responsibility.

12. Transportation 12.1. The Supplier is required under the Contract to transport the
Goods to a specified place of destination within the Procuring
Agency’s country, including (details to be decided by Procuring Agency
as per requirement) insurance and storage, as shall be specified in the
Contract, and related costs shall be included in the Contract Price.

13. Incidental 13.1. The Supplier may be required to provide any or all of the
Services following services, including additional services, if any, specified in
SCC:
[If required and (a) satisfactory performance for specified time/ quantity on-
decided by the site and/or supervision of on-site assembly and/or start-up
Procuring Agency] of the supplied Goods;

(b) furnishing of tools required for assembly and/or


maintenance of the supplied Goods;

(c) furnishing of a detailed operations and maintenance


manual for each appropriate unit of the supplied Goods;

(d) performance or supervision or maintenance and/or repair


of the supplied Goods, for a period of time agreed by the
parties, provided that this service shall not relieve the
Supplier of any warranty obligations under this Contract;
and

(e) training of the Procuring Agency’s personnel, at the


Supplier’s plant and/or on-site, in assembly, start-up,
operation, maintenance, and/or repair of the supplied
Goods.

13.2. Prices charged by the Supplier for incidental services shall be


included in the Contract Price for the Goods and shall not exceed:
(i) the prevailing rates charged for other parties by the Supplier
for similar services; and
(ii) original price of goods.

14. Spare Parts 14.1. As specified in SCC, the Supplier may be required to provide any
or all of the following materials, notifications, and information
[If required and pertaining to spare parts manufactured or distributed by the Supplier:
decided by the
Procuring Agency] (a) such spare parts as the Procuring Agency may choose to
purchase from the Supplier, provided that this choice shall
not relieve the Supplier of any warranty obligations under
the Contract; and

(b) in the event of termination of production of the spare


parts:

(i) advance notification to the Procuring Agency of the


pending termination, in sufficient time to permit the
Procuring Agency to procure needed requirements;
and

(ii) following such termination, furnishing at no cost to


the Procuring Agency, the blueprints, drawings, and
specifications of the spare parts, if requested.

15. Warranty 15.1. The Supplier warrants that the Goods supplied under the
Contract are new, unused, of the most recent or current models
selected by the Procuring Agency, and that they incorporate all recent
improvements in design and materials unless provided otherwise in
the Contract. The Supplier further warrants that all Goods supplied
under this Contract shall have no defect, arising from design,
materials, or workmanship (except when the design and/or material
is required by the Procuring Agency’s specifications) or from any act
or omission of the Supplier, that may develop under normal use of
the supplied Goods in the conditions prevailing in the country of final
destination.

15.2. This warranty shall remain valid for one year after the Goods, or
any portion thereof as the case may be, have been delivered to and
accepted at the final destination indicated in the Contract, or for
_____ [to be decided by the Procuring Agency] year/months after the
date of shipment from the port or place of loading in the source
country, whichever period concludes earlier, unless specified
otherwise in SCC.

15.3. The Procuring Agency shall promptly notify the Supplier in


writing of any claims arising under this warranty.

15.4. Upon receipt of such notice, the Supplier shall, within the period
specified in SCC and with all reasonable speed, repair or replace the
defective Goods or parts thereof, without costs to the Procuring
Agency.

15.5. If the Supplier, having been notified, fails to rectify the defect(s)
within the period specified in SCC, within a reasonable period, the
Procuring Agency may proceed to take such remedial action as may
be necessary, at the Supplier’s risk and expense and without
prejudice to any other rights which the Procuring Agency may have
against the Supplier under the Contract/relevant provision of PPR-14
including Blacklisting.

16. Payment 16.1. The method and conditions of payment to be made to the
Supplier under this Contract shall be specified in SCC.

16.2. The Supplier’s request(s) for payment shall be made to the


Procuring Agency in writing, accompanied by an invoice describing, as
appropriate, the Goods delivered and Services performed, and by
documents submitted pursuant to GCC Clause 10, and upon
fulfillment of other obligations stipulated in the Contract.

16.3. As per rule-62 of PPR-14, payments shall be made promptly by


the Procuring Agency, but in no case later than thirty (30) days after
submission of an invoice or claim by the Supplier, provided the work
is satisfactory.

16.4. The currency of payment is [to be decided by the Procuring


Agency]

17. Prices 17.1. Prices charged by the Supplier for Goods delivered and Services
performed under the Contract shall not vary from the prices quoted
by the Supplier in its Bid, with the exception of any price adjustments
authorized in SCC.

18. Change 18.1. The Procuring Agency may at any time, by a written order given
Orders to the Supplier pursuant to GCC Clause 31, make changes within the
general scope of the Contract, only if required for the successful
completion of the job, in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be


furnished under the Contract are to be specifically
manufactured for the Procuring Agency;

(b) the method of shipment or packing;


(c) the place of delivery; and/or

(d) the Services to be provided by the Supplier.

18.2. If any such change causes an increase or decrease in the cost of,
or the time required for, the Supplier’s performance of any provisions
under the Contract, an equitable adjustment shall be made in the
Contract Price or delivery schedule, or both, and the Contract shall
accordingly be amended. Any claims by the Supplier for adjustment
under this clause must be asserted within thirty (30) days from the
date of the Supplier’s receipt of the Procuring Agency’s change order.
But, in no case, the overall impact of the change should exceed 15%
of the contract cost and no provisions of PPR-14 should be violated.

19. Contract 19.1. Subject to GCC Clause 18, no variation in or modification of the
Amendments terms of the Contract shall be made except by the mutual consent
through written amendment signed by the parties. No variation in
finalized brands/ makes/models shall be allowed except in special
conditions where the manufacturer has stopped producing or
suspended that model or the latest model of similar series or version
has been launched by the manufacturer or non-availability due to
international mergers of the manufacturers or similar unavoidable
constraints.

20. Assignment 20.1. The Supplier shall not assign the whole of contract to anybody
else. However, some parts of contract or its obligations may be
assigned to sub-contractors with the prior written approval of the
procuring agency.

21. Sub-contracts 21.1. The Supplier shall notify the Procuring Agency in the Bid of all
subcontracts to be assigned under this Contract. Such notification, in
the original Bid or later, shall not relieve the Supplier from any liability
or obligation under the Contract.

21.2. Subcontracts must comply with the provisions of GCC Clause 20.

22. Delays in the 22.1. Delivery of the Goods and performance of Services shall be
Supplier’s made by the Supplier in accordance with the time schedule
Performance prescribed by the Procuring Agency in the Schedule of Requirements.

22.2. If at any time during performance of the Contract, the Supplier


or its subcontractor(s) should encounter conditions impeding timely
delivery of the Goods and performance of Services, 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
performance, with or without liquidated damages, in which case the
extension shall be ratified by the parties by amendment of Contract.

22.3. Except as provided under GCC Clause 25, a delay by the Supplier
in the performance of its delivery obligations shall render the Supplier
liable to the imposition of liquidated damages pursuant to GCC Clause
23, unless an extension of time is agreed upon pursuant to GCC
Clause 22.2 without the imposition of liquidated damages.

23. Liquidated 23.1. Subject to GCC Clause 25, if the Supplier fails to deliver any or all
Damages of the Goods or to perform the Services within the period(s) specified
in the Contract, the Procuring Agency shall, without prejudice to its
other remedies under the Contract, deduct from the Contract Price,
as liquidated damages, a sum equivalent to the percentage specified
in SCC of the delivered price of the delayed Goods or unperformed
Services for each week or part thereof of delay until actual delivery or
performance, up to a maximum deduction of the percentage
specified in SCC. Once the maximum is reached, the Procuring
Agency may consider termination of the Contract pursuant to GCC
Clause 24 along with other remedies available under PPR-14.

24. Termination 24.1. The Procuring Agency, without prejudice to any other remedy
for Default for breach of Contract, by written notice of default sent to the
Supplier, may terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all of the Goods within
the period(s) specified in the Contract, or within any
extension thereof granted by the Procuring Agency
pursuant to GCC Clause 22;

(b) if the Supplier fails to perform any other obligation(s)


under the Contract; or

(c) if the Supplier, in the judgment of the Procuring Agency


has engaged in corrupt practices in competing for or in
executing the Contract. For the purpose of this clause,
corrupt practices will be defined as per Section-2 (d) of
The PPRA Act, 2009.
“Corrupt practices” in respect of procurement process, shall
be as given in S-2 (d) of PPRA, Act, 2009:
(d) “corrupt practice” means the offering, giving, receiving, or
soliciting of anything of value to influence the action of a public
official, bidder or Contractor in the procurement process or in
Contract execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a procurement
process or the execution of a Contract, collusive practices among
bidders (prior to or after bid submission) designed to establish bid
prices at artificial, noncompetitive levels and to deprive the procuring
agency of the benefits of free and open competition and any request
for, or solicitation of anything of value by any public official in the
course of the exercise of his duty; it may include any of the following:
vi. coercive practice by impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the
property of the party to influence the actions of a party to
achieve a wrongful gain or to cause a wrongful loss to
another party;
vii. collusive practice by arrangement between two or more
parties to the procurement process or Contract execution,
designed to achieve with or without the knowledge of the
procuring agency to establish prices at artificial,
noncompetitive levels for any wrongful gain;
viii. offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence the acts of another party for
wrongful gain;
ix. any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a
party to obtain a financial or other benefit or to avoid an
obligation;
x. obstructive practice by harming or threatening to harm,
directly or indirectly, persons or their property to influence
their participation in a procurement process, or affect the
execution of a Contract or deliberately destroying, falsifying,
altering or concealing of evidence material to the
investigation or making false statements before investigators
in order to materially impede an investigation into allegations
of a corrupt, fraudulent, coercive or collusive practice; or
threatening, harassing or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation, or acts
intended to materially impede the exercise of inspection and
audit process
24.2. In the event the Procuring Agency terminates the Contract in
whole or in part, pursuant to GCC Clause 24.1, the Procuring Agency
may procure, upon such terms and in such manner as it deems
appropriate, Goods or Services similar to those undelivered, and the
Supplier shall be liable to the Procuring Agency for any excess costs
for such similar Goods or Services. However, the Supplier shall
continue performance of the Contract to the extent not terminated.

25. Force 25.1. Notwithstanding the provisions of GCC Clauses 22, 23, and 24,
Majeure the Supplier shall not be liable for forfeiture of its Performance
Guarantee, liquidated damages, or termination for default if and to
the extent that its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force
Majeure.

25.2. For purposes of this clause, “Force Majeure” means an event


beyond the control of the Supplier and not involving the Supplier’s
fault or negligence and not foreseeable. Such events may include,
but are not restricted to, acts of the Procuring Agency in its sovereign
capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes. Both, the Procuring Agency and
the Supplier, may agree to exclude certain widespread conditions e.g:
epidemics, pandemics, quarantine restrictions etc from the purview
of “Force Majeure”.

25.3. If a Force Majeure situation arises, the Supplier shall promptly


notify the Procuring Agency in writing of such condition and the cause
thereof. Unless otherwise directed by the Procuring Agency in
writing, the Supplier shall continue to perform its obligations under
the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the
Force Majeure event. Any difference of opinion concerning “Force
Majeure” may be decided through means given herein below.

26. Termination 26.1. The Procuring Agency may at any time terminate the Contract
for Insolvency by giving written notice to the Supplier if the Supplier becomes
bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or remedy
which has accrued or will accrue thereafter to the Procuring Agency.
27. Termination 27.1. The Procuring Agency, by written notice sent to the Supplier,
for Convenience may terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination
is for the Procuring Agency’s convenience, the extent to which
performance of the Supplier under the Contract is terminated, and
the date upon which such termination becomes effective.
27.2. The Goods that are complete and ready for shipment (if
applicable) within thirty (30) days after the Supplier’s receipt of notice
of termination shall be accepted by the Procuring Agency on the
Contract terms and prices. For the remaining Goods, the Procuring
Agency may choose:

(a) to have any portion completed and delivered at the


Contract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed


amount for partially completed Goods and Services and for
materials and parts previously procured by the Supplier.
28. Resolution of 28.1. After signing the contract or issuance of purchase order, The
Disputes Procuring Agency and the Supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute
arising between them under or in connection with the Contract.

28.2. If, after thirty (30) days from the commencement of such
informal negotiations, the Procuring Agency and the Supplier have
been unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred for resolution to the formal
mechanisms specified in SCC. These mechanisms may include, but
are not restricted to, conciliation mediated by a third party,
adjudication in an agreed and/or arbitration as per rule 68 of PPR-14
and in accordance with Arbitration Act-1940.
29. Governing 29.1. The Contract shall be written in the language specified in SCC.
Language Subject to GCC Clause 30, the version of the Contract written in the
specified language shall govern its interpretation. All correspondence
and other documents pertaining to the Contract which are exchanged
by the parties shall be written in the same language.

30. Applicable 30.1. The Contract shall be interpreted in accordance with the laws of
Law Punjab (Pakistan) unless otherwise specified in SCC.

31. Notices 31.1. Any notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing or by any
information technology mean for the time being in use and
acceptable in ordinary course of business to the other party’s address
specified in SCC.
31.2. A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.

32. Taxes and 32.1. Supplier shall be entirely responsible for all taxes, duties, license
Duties fees, etc., incurred until delivery of the contracted Goods & Services
to the Procuring Agency. In case of imposition of new taxes/duties or
concession thereof after the deadlines for the submission of bids the
effect thereof shall be borne or availed by the procuring agency as
the case may be.
33. Shelf Life a). The shelf life must be up 75% for the imported items.
b). The lower limit of the shelf life must be up to 75% and 70% with
imposition of 1% penalty charges of actual shortfall in shelf life
below prescribed limit for imported items respectively.
Section-V. Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of
Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the
General Conditions of Contract. The corresponding clause number of the GCC is indicated in
parentheses.

[Instructions for completing the Special Conditions of Contract are provided, as needed, in the
notes in italics mentioned for the relevant SCC. Where sample provisions are furnished, they are
only illustrative of the provisions that the Procuring Agency should draft specifically for each
procurement. The number of SCC may increase/ vary depending on specific requirements of a
specific contract.]

1. Definitions (GCC Clause 1)


GCC 1.1 (g)—The Procuring Agency is:

GCC 1.1 (h)—The Procuring Agency’s country is:

GCC 1.1 (i)—The Supplier is:

Sample Provision
GCC 1.1 (j)—The Project Site is: [if applicable]

2. Country of Origin (GCC Clause 3)

[All countries and territories as indicated in Section IV, BDS, of the Bidding documents, as
ineligible may be mentioned here]

3. Performance Guarantee (GCC Clause 7)

GCC 7.1—As per rule 56 of PPR-14, the amount of Performance Guarantee, as a


percentage of the Contract Price, shall be: [could be up to ten (10) percent of the Contract Price; it
should not exceed ten (10) percent in any case.]

[The following provision should be used in the case of Goods having warranty obligations.]

GCC 7.4—the Performance Guarantee shall be retained for to cover the Supplier’s
warranty obligations or defect liability period in accordance with Clause GCC 15.2

4. Inspections and Tests (GCC Clause 8)


GCC 8.6—Inspection and tests prior to shipment of Goods and at final acceptance are as
follows: [if so required by the Procuring Agency]

5. Packing (GCC Clause 9)

GCC 9.2—[This SCC shall supplement GCC Clause 9.2, exact details of the requisite
packages be provided]

6. Delivery and Documents

(GCC Clause 10) [format of contract is to be decided by the Procuring Agency, however, a
model provision for DDP is as follows]

Sample provision (DDP terms)

GCC 10.3—Upon shipment, the Supplier shall notify the Procuring Agency the full details
of the shipment, including Contract number, description of Goods, quantity and usual
transport document. The Supplier shall mail the following documents to the Procuring
Agency:

(i) copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and
total amount;
(ii) original and two copies of the usual transport document (for example, a negotiable
bill of lading, a non-negotiable sea waybill, an inland waterway document, an air
waybill, a railway consignment note, a road consignment note, or a multimodal
transport document) which the buyer may require to take the goods;
(iii) copies of the packing list identifying contents of each package;
(iv) insurance certificate;
(v) Manufacturer’s or Supplier’s warranty certificate;
(vi) Where applicable (Pre shipment/ port/ Procuring Agency Delivery site, inspection
certificate), issued by the Procuring Agency nominated inspection agency, and the
Supplier’s factory inspection report (Inspection type depends on the nature of
procurement and volume of procurement); and
(vii) Certificate of origin.

[Other similar documents should be listed, depending upon the Incoterm provisions.]

7. Insurance

(GCC Clause 11) [where applicable]

GCC 11.1— The Goods supplied under the Contract shall be delivered duty paid (DDP)
under which risk is transferred to the buyer after having been delivered, hence insurance
coverage is sellers responsibility. Since the Insurance is sellers responsibility they may
arrange appropriate coverage.

8. Incidental Services (GCC Clause 13)

GCC 13.1—Incidental services to be provided are:

[Selected services covered under GCC Clause 13 and/or other should be specified with the desired features.
The price quoted in the Bid price or agreed with the selected Supplier shall be included in the Contract Price.]

9. Spare Parts

(GCC Clause 14) [where applicable]

GCC 14.1—Additional spare parts requirements are:

Sample provision

GCC 14.1—Supplier shall carry sufficient inventories to assure ex-stock supply of


consumable spares for the Goods. Other spare parts and components shall be supplied as
promptly as possible, but in any case within six (6) months of placing the order and
opening the letter of credit.

10. Warranty

(GCC Clause 15) [may be modified by the Procuring Agency as per its requirements]

11. Sample provision

GCC 15.2—In partial modification of the provisions, the warranty period shall be _____
hours of operation or _____ months from date of acceptance/satisfactory installation of
the Goods or (_____) months from the date of shipment (if applicable), whichever occurs
earlier. The Supplier shall, in addition, comply with the performance and/or consumption
guarantees specified under the Contract. If, for reasons attributable to the Supplier, these
guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:

(a) make such changes, modifications, and/or additions to the Goods or any part
thereof as may be necessary in order to attain the contractual guarantees specified
in the Contract at its own cost and expense and to carry out further performance
tests in accordance with SCC 4,

or
(b) pay liquidated damages to the Procuring Agency in case of failure to meet the
contractual guarantees. The rate of these liquidated damages shall be (______).

[rate to be decided by the Procuring Agency but it should be reasonable]

GCC 15.4 & 15.5—The period for correction of defects in the warranty period is:

12. Payment (GCC Clause 16)

Sample provision

GCC 16.1—The method and conditions of payment to be made to the Supplier under this
Contract shall be as follows:

Payment for Goods supplied: [to be decided by the Procuring Agency as per rule-62 of
PPR-14]

Payment may be made in Pak. Rupees in the following manner: (to be decided by the
Procuring Agency)

(i) L.C Modality.

(ii) Running Bill modality.

(iii) Lump sum modality.

13. Prices (GCC Clause 17)

Sample provision

GCC 17.1—Prices shall be fixed and shall not be adjusted.

14. Liquidated Damages (GCC Clause 23)

GCC 23.1—Applicable rate:

Maximum deduction:

[Applicable rate shall not exceed one-half (0.5) percent per week, and the maximum shall not exceed ten (10)
percent of the Contract Price after that Procuring Agency may proceed for the termination of contract along-
with other remedies available under PPR-14.]
15. Resolution of Disputes (GCC Clause 28)

GCC 28.2—The dispute resolution mechanism to be applied pursuant to GCC Clause 28.2
shall be as follows:

As per rule-68 of PPR-14, in the case of a dispute between the Procuring Agency and the
Supplier, the dispute shall be referred for arbitration in accordance with the Arbitration
Act 1940.

16. Governing Language (GCC Clause 29)

GCC 29.1—The Governing Language shall be:

17. Applicable Law (GCC Clause 30)

GCC 30.1-The Contract shall be interpreted in accordance with the laws applicable in the
jurisdiction of the province of Punjab (Pakistan):

18. Notices (GCC Clause 31)

GCC 31.1—Procuring Agency’s address for notice purposes:

—Supplier’s address for notice purposes:


Section-VI. Schedule of Requirements
7.1 Schedule of Requirements

The supplies shall be delivered in accordance with the Purchase Orders as per following
schedule of requirements: -

Respective Consignee’s End: LAHORE GENERAL HOSPITAL LAHORE

Free delivery to Consignee’s end:

MODE OF PENALTY DELIVERY OF 100% QUANTITY AS PER PURCHASE


ORDER
Without Recovery of Late
45 days or earlier
Delivery Charges
After expiry of prescribed delivery period mentioned
With Recovery of Late Delivery
in purchase order maximum limit of late delivery
Charges @ 0.067% per day
charges i.e. 10%
Maximum limit of Late Delivery Charges is 10%, after
Maximum Rate of Late Delivery
which contract will be cancelled with all legal and
Charges
codal formalities
After expiry of prescribed delivery period the
Procuring Agency may proceed for risk purchases (at
Risk Purchase
the risk & cost of defaulter) to ensure the un-
interrupted healthcare services to the patients
Section-VII: Sample Forms
[The Procuring Agency should formulate Sample Forms in accordance with PPR-14 keeping in
view its requirements, nature of procurement i.e. Bulk/Framework, item wise/package wise and
form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if applicable). However, for a
standard procurement/contract, contents of generalized Sample Forms may be as follows.]

Notes on the Sample Forms

The Bidder shall complete and submit with its Bid the Bid Form and Price Schedules pursuant
to ITB Clause 2.2.3 & 2.3.4 and in accordance with the requirements included in the Bidding
documents.

When requested in the Bid Data Sheet, the Bidder should provide the Bid Security, either in
the form included hereafter or in another form acceptable to the Procuring Agency, pursuant
to ITB Clause 2.3.8
The Contract Form, when it is finalized at the time of contract award, should incorporate any
corrections or modifications to the accepted Bid resulting from price corrections pursuant to
ITB Clause 2.5.6 and GCC Clause 17, acceptable deviations e.g., payment schedule pursuant to
GCC 16, spare parts pursuant to ITB Clause 2.3.6 & 2.3.7, or quantity variations pursuant to ITB
Clause 2.6.5. The Price Schedule and Schedule of Requirements, deemed to form part of the
contract, should be modified accordingly.

The Performance Guarantee and Bank Guarantee for Advance Payment forms should not be
completed by the Bidders at the time of their Bid preparation. Only the successful Bidder will
be required to provide Performance Guarantee and bank guarantee for advance payment in
accordance with one of the forms indicated herein or in another form acceptable to the
Procuring Agency and pursuant to GCC Clause 7.3 and SCC 10, respectively.

The Manufacturer’s Authorization form should be completed by the Manufacturer, as


appropriate, pursuant to ITB Clause 2.3.6(iii).
8.1 Bid Form
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
the Bid, in case of Single Stage One Envelope Procedure and with the Financial Bid, in case of
Single Stage Two Envelope Procedure]

Date:

To: [name and address of Procuring Agency]

Gentlemen and/or Ladies:

Having examined the Bidding documents including Addenda Nos. [insert numbers], the
receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver
[description of goods and services] in conformity with the said Bidding documents for the sum of [total
Bid amount in words and figures] or such other sums as may be ascertained in accordance with the
Schedule of Prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to _____
percent of the Contract Price for the due performance of the Contract, in the form prescribed
by the Procuring Agency.
We agree to a Bid by this Bid for a period of [number] days from the date fixed to Bid
opening under Clause 2.3.9 of the Instructions to 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 (if required), this Bid, together with your
written acceptance thereof and your notification of award, shall constitute a binding Contract
between us.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,
and to contract execution if we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or


gratuity
______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________


(if none, state “none”)

We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ________________ day of ________________ 20______.


[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of

[The Procuring Agency should formulate Bid Form in accordance with PPR-14 keeping in view its
requirements, nature of procurement i.e. Bulk/Framework, item wise/package wise and form of
contract to be adopted (i.e.FOR, tc. if applicable). However, for a standard
procurement/contract, contents of a generalized Bid Form may be as provided above.]
8.2 Bidder’s JV Members Information Form

{To be reproduced and signed & stamped by the lead partner and all JV members on their letter
Pad, to be attached with Technical Bid in addition to the JV agreement}

{The Bidder shall fill in this Form in accordance with the instructions indicated below. The
following table shall be filled in for the Bidder and for each member of a Joint Venture}.
Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]

Page ________ of_ ______ pages


1. Bidder’s Name: [insert Bidder’s legal name]

2. Bidder’s JV Member’s name: [insert JV’s Member legal name]

3. Bidder’s JV Member’s country of registration: [insert JV’s Member country of registration]

4. Bidder’s JV Member’s year of registration: [insert JV’s Member year of registration]

5. Bidder’s JV Member’s legal address in country of registration: [insert JV’s Member legal
address in country of registration]

6. Bidder’s JV Member’s authorized representative information


Name: [insert name of JV’s Member authorized representative]
Address: [insert address of JV’s Member authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Member authorized
representative]
Email Address: [insert email address of JV’s Member authorized representative]

7. Attached are copies of original documents of [check the box(es) of the attached original
documents]
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.4.
 In case of a state-owned enterprise or institution, documents establishing legal and financial
autonomy, operation in accordance with commercial law, and that they are not under the
supervision of the Purchaser, in accordance with ITB 4.6.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
8.3. Manufacturer’s Authorization Form
[To be signed and stamped by the Bidder and to be attached with Technical Bid]

[See Clause 2.3.6 (iii) of the Instructions to Bidders.]

To: [name of the Procuring Agency]

WHEREAS [name of the Manufacturer], who are established and reputable manufacturers of [name
and/or description of the goods] having factories at [address of factory] do hereby authorize [name and
address of Agent] to submit a Bid, and subsequently negotiate and sign the Contract with you
against for the above goods manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions
of Contract for the goods offered for supply by the above firm against this Invitation to Bids.

[Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be
signed by a person competent and having the power of attorney to bind the
Manufacturer. It should be included by the Bidder in its Bid.
8.4. Bidder Profile Form
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Technical Bid]
Sr.# Particulars
1. Name of the company:
2. Registered Office:
Address:
Office Telephone Number:
Fax Number:
3. Contact Person:
Name:
Personal Telephone Number:
Email Address:
4. Local office if any:
Address:
Office Telephone Number:
Fax Number:
5. Registration Details:

a) Audited Financial Statement Attachment/Income Tax Returns (Last ____ years )


Yes No

b) Details of Experience (Last _____ Years)


(i) Similar Project Item Name
(Agency/Department)

(ii) Value of total Projects/Tenders/POs Amount

c) Staff Detail and last month Payroll


Yes No

[The Procuring Agency should formulate Bidder Profile Form in accordance with PPR-14 keeping
in view its requirements, nature of procurement i.e. Bulk/Framework, item wise/package wise
and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if applicable). However, for
a standard procurement/contract, contents of a generalized Bidder Profile Form may be as
provided above.]
8.5. General Information Form
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Technical Bid]

Particulars

Company Name

Abbreviated Name

National Tax No. Sales Tax Registration No

PRA Tax No.


No. of Employees Company’s Date of
Formation

*Please attach copies of NTN, GST Registration & Professional Tax Certificate

State/Province
Registered Office
Address

City/Town Postal Code

Phone Fax

Email Address Website Address

[The Procuring Agency should formulate General Information Form in accordance with PPR-14
keeping in view its requirements, nature of procurement i.e. Bulk/Framework, item
wise/package wise and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if
applicable). However, for a standard procurement/contract, contents of a generalized General
Information Form may be as provided above.]
8.6. Affidavit

[To be printed on PKR 100 Stamp Paper, duly attested by oath commissioner. To be attached
with Technical Bid]
Name: ______________________________________
(Applicant)
I, the undersigned, do hereby certify that all the statements made in the Bidding document
and in the supporting documents are true, correct and valid to the best of my knowledge
and belief and may be verified by employer if the Employer, at any time, deems it
necessary.
The undersigned hereby authorize and request the bank, person, company or corporation
to furnish any additional information requested by the [name of Procuring Agency] of the
Punjab deemed necessary to verify this statement regarding my (our) competence and
general reputation.
The undersigned understands and agrees that further qualifying information may be
requested and agrees to furnish any such information at the request of the [name of
Procuring Agency]. The undersigned further affirms on behalf of the firm that:
(i) The firm is neither currently blacklisted by any Department nor any litigation is
pending before PPRA or any other court of law competence in this regard against
any such blacklisting order.
(ii) The documents/photocopies provided with Bid are authentic. In case, any
fake/bogus document was found at any stage, the firm shall be blacklisted as per
Law/ Rules.
(iii) Affidavit for correctness of information.
(iv) Contractor/firm is not blacklisted or subject to any pending litigation with any
Government or Public Department

[Name of the Contractor/ Bidder/ Supplier] undertakes to treat all information provided as
confidential.
Signed by an authorized Officer of the company

Title of Officer: _______________________

Name of Company: _______________________

Date: _______________________

[The Procuring Agency may alter or modify the details of this form in accordance with PPR-14
keeping in view its requirements, nature of procurement i.e. Bulk/Framework, item
wise/package wise and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if
applicable). However, for a standard procurement/contract, contents of a generalized this Form
may be as provided above.]
8.7. Performance Guarantee Form
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Technical Bid]
To,
[name and address of the Procuring Agency]

WHEREAS (Name of the Contractor/ Supplier)


___________________________________________ hereinafter called "the Contractor" has
undertaken, in pursuance of “INVITATION TO BID FOR THE “PROVISION OF _________”
procurement of the following:
1. [Please insert details].
(Here in after called “the Contract").
AND WHEREAS it has been stipulated by you in the Contract that the Contractor shall furnish you
with a bank guarantee by a scheduled bank for the sum specified therein as security for
compliance with the Contractor's performance obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor a Guarantee;
THEREFORE WE hereby affirm that we are Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ___________________________________(Amount of the guarantee
in words and figures), and we undertake to pay you, upon your first written demand declaring the
Contractor to be in default under the Contract, and without cavil or argument, any sum or sums as
specified by you, within the limits of ___________________________(Amount of Guarantee) as
aforesaid without your needing to prove or to show grounds or reasons for your demand or the
sum specified therein.
This guarantee is valid until ________ day of _______, 20__, or ________________ [insert number
of days] after the rectification of the Defects, whichever is later.

[NAME OF GUARANTOR]
Signature__________________________________
Name_____________________________________
Title _____________________________________
Address___________________________________
Seal______________________________________

Date____________________________________

[The Procuring Agency may alter or modify the details of this form in accordance with PPR-14
keeping in view its requirements, nature of procurement i.e. Bulk/Framework, item
wise/package wise and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if
applicable). However, for a standard procurement/contract, contents of a generalized this Form
may be as provided above.]
8.8. Technical Bid Form
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Technical Bid]

Sr. Item Brand name Make & Quantity Country of Origin Specifications
No. name with Country model dimensions
of
Manufacturer

Stamp & Signature of Bidder ______________________

[The Procuring Agency may alter or modify the details of this form in accordance with PPR-14
keeping in view its requirements, nature of procurement i.e. Bulk/Framework, item
wise/package wise and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if
applicable). However, for a standard procurement/contract, contents of a generalized this Form
may be as provided above.]
8.9. Contract Form
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Technical Bid]

THIS AGREEMENT made on the _____ day of __________ 20_____ between [name of Procuring
Agency] of [country of Procuring Agency] (hereinafter called “the Procuring Agency”) on the one part
and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) on the other
part:

WHEREAS the Procuring Agency invited Bids for certain goods and ancillary services, viz., [brief
description of goods and services] and has accepted a Bid by the Supplier for the supply of those
goods and services in the sum of [contract price in words and figures] (hereinafter called “the
Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.:
(a) the Bid Form and the Price Schedule submitted by the Bidder;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Procuring Agency’s Notification of Award.
(g) Contract agreement
(h) Complete Bidding document

3. In consideration of the payments to be made by the Procuring Agency to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide
the goods and services and to rectify defects therein in conformity with all respects in
accordance with the provisions of the Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the
provision of the goods and services and the rectification of defects therein, the Contract Price
or such other sum as may become payable under the provisions of the contract at the times
and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year mentioned above.
Signed, sealed, delivered by the (for the Procuring
Agency)

Signed, sealed, delivered by the (for the Supplier)


[The Procuring Agency should formulate Contract Form in accordance with PPR-14 keeping in
view its requirements, nature of procurement i.e. Bulk/Framework, item wise/package wise and
form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if applicable). However, for a
standard procurement/contract, contents of a generalized Contract Form may be as provided
above.]
8.10. Financial Bid Form/Price Schedule
[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Financial Bid]

Sr. Item Specifications/ Country Brand Unit Quantity Total price Total
No. name dimensions of name, price (inclusive of price
Origin make (inclusive all taxes & (in
& of all duties etc.) words)
model taxes &
duties
etc.)

Total price in figures


Total price in words

Total Bid value (against which a Bid shall be evaluated) in figure.


Total Bid value (against which a Bid shall be evaluated) in words.

Note:

In case of difference between unit price and total price, unit price shall prevail and total
price shall be “final”. (Please refer ITB clause 2.5.6).

In case of difference between amount in “words” and amount in “figures”, amount in


“words” shall be considered final.

Stamp & Signature of Bidder ______________________

[The Procuring Agency may alter or modify the details of this form in accordance with PPR-14
keeping in view its requirements, nature of procurement i.e. Bulk/Framework, item
wise/package wise and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if
applicable). However, for a standard procurement/contract, contents of a generalized this Form
may be as provided above. The Procuring Agency should clearly mention whether a Bid is to be
evaluated item wise or package wise.]
8.11. Bid Security Form

[To be signed & stamped by the Bidder and reproduced on the letter head. To be attached with
Financial Bid]

Whereas [name of the Bidder] (hereinafter called “the Bidder”) has submitted its Bid dated [date of
submission of Bid] for the supply of [name and/or description of the goods] (hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE [name of bank] of [name of country], having our
registered office at [address of bank] (hereinafter called “the Bank”), are bound unto [name of
Procuring Agency] (hereinafter called “the Procuring Agency”) in the sum of for which payment
well and truly to be made to the said Procuring Agency, the Bank binds itself, its successors, and
assigns by these presents. Sealed with the Common Seal of the said Bank this _____ day of
____________ 20____.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on
the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its Bid by the Procuring Agency
during the period of Bid validity:

(a) fails or refuses to execute the Contract Form, if required; or


(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
Instructions to Bidders;

we undertake to pay to the Procuring Agency up to the above amount upon receipt of its first
written demand, without the Procuring Agency having to substantiate its demand, provided
that in its demand the Procuring Agency will note that the amount claimed by it is due to it,
owing to the occurrence of one or both of the two conditions, specifying the occurred condition
or conditions.

This guarantee will remain in force up to and including thirty (30) days after the period of Bid
validity, and any demand in respect thereof should reach the Bank not later than the above
date.

[Signature of the bank]


[The Procuring Agency may alter or modify the details of this form in accordance with PPR-14
keeping in view its requirements, nature of procurement i.e. Bulk/Framework, item
wise/package wise and form of contract to be adopted (i.e. DDP, CIF, C&F, FOR, FOP etc. if
applicable) However, for a standard procurement/contract contents of a generalized this Form
may be as provided above.]
Special Condition of Reagent Rental Tender:
1. The Company will provide Brand new Analyzers for the LGH Lab as per requirement of
Pathology Department.
2. All disposables, Reaction trays, Sample cups etc are included with kits. No hidden
accessories or hidden charges should be there.
3. All consumables items including controls, Calibrators (standard), wash solution, wash
buffer and any other solution required for the analyzer of test will be provided by the company
free of charge.
4. The company will provide necessary technical and financial support regarding (software as
well as necessary hardware) for bidirectional shifting of data to LIS to the LGH Lab for
analyzer provided.
5. The quoted items must bear FDA510K, CE (MDD) or MHLW (Ministry of Health, Labor and
welfare). Two certificates are mandatory.
6. Free maintenance of equipment would be the responsibility of the supplier. The call for
repair of equipment will be attended by the company within 03 hours & will be repaired within
24 hours after receiving the call. If the equipment remain out of order for three days
continuously, then company will replace the equipment with a new one immediately. Failing
which contract will be terminated and the equipment will be confiscated.
7. Maintenance of the Analyzer will be responsibility of supplier free of Cost.
8. Firm has to provide complete equipment backup.
9. Round the clock function/ running of equipment will be sole responsibility of the supplier.
10. Lowest bidder will be declared on Package Price.
TENDER LIST FOR THE PURCHASE OF COAGULATION KITS WITH 02 FULLY AUTOMATIC
COAGULATION ANALYZER ON REAGENT RENTAL BASIS (NEW ANALYZER) WITH ALL
CONSUMABLE (CONTROL & CALIBRATORS) KIT STORAGE REFRIGERATOR, CENTRIFUGE
MACHINE FOR CENTRAL LABORATORY & SEMS LAB.
FOR THE FINANCIAL YEAR 2024-2025, LAHORE GENERAL HOSPITAL, LAHORE

Estimated
Sr. Name of Kits Qty of test
Cost
1 PT Test 180000 14580000
2 APTT Test 180000 10080000
3 D.Dimer Test 5000 7730000
4 Factor VIII 120 35640
5 Factor IX 120 33000
6 Fibrinogen 200 38200
TENDER LIST FOR THE PURCHASE OF CHEMISTRY KITS (WITH 02 FULLY AUTOMATIC
SPECTROPHOTOMETRIC ASSAY ANALYZER (BRAND NEW) ON REAGENT RENTAL BASIS
WITH ALL CONSUMABLE (CONTROL & CALIBRATORS), UPS, RO PLANT, REFRIGERATOR,
CENTRIFUGE MACHINE, COMPUTER (CONFIGURED WITH LATEST HOSPITAL MANAGMENT
SOFTWARE) WITH LCD, PRINTER AND ALL ACCESSORIES FOR CENTRAL LABORATORY &
SEMS LAB.
Estimated
Sr. Name of Kits Qty of test
Cost
1 Glucose 70000 1057000
2 Urea 241000 1518300
3 Creatinine 241000 2048500
4 Total Bilirubin 240000 4296000
5 Direct Bilirubin 22000 319000
6 SGPT 240000 2376000
7 SGOT 240000 1776000
8 Alk-Phos 240000 3168000
9 Uric Acid 25000 322500
10 TG 15000 259500
11 Cholestrol 15000 153000
12 Total Protein 20000 126000
13 Albumin 35000 192500
14 Calcium 30000 195000
15 Megnisum 15000 228000
16 Phosporus 15000 105000
17 CPK 1000 24900
18 CK-MB 1000 85000
19 LDH 20000 326000
20 Amylase 2000 158800
21 Lipase 2000 261200
22 HDL Cholesterol 5000 375000
23 LDL Cholesterol 5000 695000
24 CRP 7000 553000
25 Iron 1500 16500
TENDER LIST FOR THE PURCHASE OF SPECIAL CHEMISTRY IMMUNOASSAY KITS(WITH
FULLY AUTOMATIC ANALYZER FOR SPECIALIZED IMMUNOASSAY CHEMILUMINESCENCE
BASED SYSTEM ON REAGENT RENTAL BASIS WITH ALL CONSUMABLE (CONTROL &
CALIBRATORS), REFRIGERATOR, CENTRIFUGE MACHINE AND COMPUTER WITH INTERNAL
OR EXTERNAL PRINTER & COMMUNICATION CABLE & INTEGRATION WITH HOSPITAL
DIGITAL PATHOLOGY REPORTING FOR CENTRAL LAB.
Estimated
Sr. Name of Kits Qty of test
Cost
1 Beta HCG 5500 1292500
2 Total T3 11000 1771000
3 Total T4 11000 1771000
4 Free T3 8800 1408000
5 Free T4 8800 1408000
6 TSH 22000 3960000
7 Ferritin Level 6600 1452000
8 Cortisol 3300 792000
9 Prolactin level 5500 1045000
10 Vitamin D level 9900 6930000
11 CA – 125 2200 836000
12 LH 5500 1111000
13 FSH 5500 1105500
14 Vita B-12 3300 1316700
15 Progesterone Level 550 156750
16 Testosterone S 3300 825000
17 Alpha Fetoprotein 2200 528000
18 PSA 2200 770000
19 Estrogen Level 550 137500
20 Folic Acid/Folate level 1100 352000
21 HCV 3300 990000
22 HBsAG 3300 594000
23 HIV 5500 1210000
24 PTH 1100 638000
25 Growth Harmone 5500 2145000
TENDER LIST FOR THE PURCHASE OF HEMATOLOGY REAGENTS (WITH FULLY AUTOMATED
HEMATOLOGY ANALYZER 5 PART OR MORE (BRAND NEW) ON REAGENT RENTAL BASIS
WITH ALL CONSUMABLE (CONTROL & CALIBRATORS), UPS, COMPUTER (CONFIGURED
WITH LATEST HOSPITAL MANAGMENT SOFTWARE) WITH LCD, PRINTER AND ALL
ACCESSORIES
Estimated
Sr. Name of Kits Qty of test
Cost
1. CBC 120000 10534800
TENDER LIST FOR THE PURCHASE OF HBSAG AND ANTI HCV REAGENTS (WITH FULLY
AUTOMATED ELISA ANALYZER (BRAND NEW) ON REAGENT RENTAL BASIS WITH ALL
CONSUMABLE (CONTROL & CALIBRATORS) WITH CENTRIFUGE MACHINE, FRIDGE, UPS,
COMPUTER (CONFIGURED WITH LATEST HOSPITAL MANAGMENT SOFTWARE) WITH LCD,
PRINTER AND ALL ACCESSORIES. FOR CENTRAL LABORATORY.
Estimated
Sr. Name of Kits Qty of test
Cost
1 Anti HCV Elisa Kit 24000 6888000
2 HbsAg Elisa Kit 24000 4624800
TENDER LIST FOR THE PURCHASE OF HBA1C KITS (WITH NEW MACHINE HPLC
TECHNIQUE ON REAGENT RENTAL BASIS WITH ALL CONSUMABLE (CONTROL &
CALIBRATORS), AND COMPUTER WITH INTERNAL OR EXTERNAL PRINTER &
COMMUNICATION CABLE & INTEGRATION WITH HOSPITAL DIGITAL PATHOLOGY
REPORTING MEASUREMENT FOR CENTRAL LAB.
Estimated
Sr. Name of Kits Qty of test
Cost
1 HbA1c Test 60000 19425000
Special Condition of Tender:
1. The Company will provide Brand new Analyzers for the LGH Lab as per requirement of
Pathology Department.
2. All disposables, Reaction trays, Sample cups etc are included with kits. No hidden
accessories or hidden charges should be there.
3. All consumables items including controls, Calibrators (standard), wash solution, wash
buffer and any other solution required for the analyzer of test will be provided by the company
free of charge.
4. The company will provide necessary technical and financial support regarding (software as
well as necessary hardware) for bidirectional shifting of data to LIS to the LGH Lab for
analyzer provided.
5. The quoted items must bear FDA510K, CE (MDD) or MHLW (Ministry of Health, Labor and
welfare). Two certificates are mandatory.
6. Free maintenance of equipment would be the responsibility of the supplier. The call for
repair of equipment will be attended by the company within 03 hours & will be repaired within
24 hours after receiving the call. If the equipment remain out of order for three days
continuously, then company will replace the equipment with a new one immediately. Failing
which contract will be terminated and the equipment will be confiscated.
7. Maintenance of the Analyzer will be responsibility of supplier free of Cost.
8. Firm has to provide complete equipment backup.
9. Round the clock function/ running of equipment will be sole responsibility of the supplier.
10. Lowest bidder will be declared on Package Price.

You might also like