Punjab Aids Control Program
Punjab Aids Control Program
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
BIDDING DOCUMENT
FOR
Page 2
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
TABLE OF CONTENTS
Page 3
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Force Majeure............................................................................................................................
Termination for Insolvency............................................................................................................................
Arbitration and Resolution of Disputes..................................................................................
Governing Language.................................................................................................................
Applicable Law....................................................................................................................
Notices.......................................................................................................................................
Special Conditions of Contract……………………………………………………………………………
ANNEXURES
Performance Guarantee Form...................................................................................................
Bid Form.............. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Price Schedule (DDP type) ......................................................................................................
Bid Evaluation Report (Template)…………………………………………………………
Supplier & Manufacturers Declaration Form……………………………………………
Technical Specifications…………………………………………………………....................
Page 5
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Punjab AIDS Control Program, Primary & Secondary Healthcare Department, Government
of the Punjab, invites sealed bids from the eligible bidders for the procurement of following items
on free delivery to Consignee’s end Basis (DDP Basis) under Punjab Procurement Rules, 2014
(Amended).;
Estimated
Lot No. Descriptions Quantity
Price
Rapid Diagnostic Kits/ Strips/ Medical
01 Devices for HIV Screening Test 2, 1st 18,225 Test 1,822,500/-
Confirmatory
03 HIV PCR Test Kits with all accessories 12,725 Test 32,448,750/-
2. The bidders shall deposit a tender fee of Rs.1,000/- (non-refundable) for each tender (Lot
No.) to the Cashier of Punjab AIDS Control Program and attach the original receipt with the
Technical Bid. The Bidding Documents can be purchased immediately from the bellow mentioned
address till the closing date. Bidding Document containing detailed specification and quantity can
also be downloaded from the official website of P&SHCD (https://pshealthpunjab.gov.pk) and
from PPRA website (www.ppra.punjab.gov.pk).
3. Sealed bids are required to be brought in person by the authorized representative of the
interested bidders on or before 02.02.2023 till 11.00 A.M positively at PACP Complex, 6 -
Birdwood Road, Lahore. The bids received till the stipulated date & time shall be opened on the
same day at 11.30 A.M in the presence of the bidders or their authorized representatives who may
choose to attend. Late bids will be rejected.
4. Bidding shall be conducted through Single Stage – Two Envelopes bidding procedure of
Punjab Procurement Rules, 2014. The envelopes shall be marked as “FINANCIAL PROPOSAL”
and TECHNICAL PROPOSAL” in bold and legible letters. The outer envelope shall clearly be
marked with Lot No. for which the bid/ proposal is submitted. Item(s) shall be quoted in Technical
& Financial bid with both Brand Name(s) and generic name. Financial Proposal of bids found
technically non-responsive shall be returned un-opened to the respective bidders.
5. The bidder shall attach unhidden photocopy of 2% Bid Security of estimated cost of each
item as mentioned in bidding Documents, in the form of any Bank instrument in favor of Project
Director, Punjab AIDS Control Program with Technical Bid (hard copy) and Original with
Page 6
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Financial Bid.
6. All documents should be in tape binding and contain proper page marking, attached in
sequence as indicated for evaluation in the Bidding Documents and signatures of authorized person.
Moreover, signing and stamping of each page of bidding documents/ form is mandatory.
7. In case the date of opening or last date of sale 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 to
be the date of submission and opening of tenders accordingly. The time and venue shall remain the
same.
Note: For obtaining any further information or clarifications, please contact Procurement
Officer, Punjab AIDS Control Program.
PROJECT DIRECTOR
PUNJAB AIDS CONTROL PROGRAM
GOVERNMENT OF THE PUNJAB
PRIMARY & SECONDARY HEALTHCARE DEPARTMENT,
PACP COMPLEX, 6 - BIRDWOOD ROAD, LAHORE
PHONE NO. 042- 99201092-93
Page 7
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
3.7 Additional eligibility requirement (if any) is defined in the Bid Data Sheet.
4. Eligible Goods and Services
4.1 Further, country of origin of goods could be from any geographical region of
the world as per laws of Pakistan. Goods manufactured by subsidiary of any
manufacturer using the brand of parent company will be considered as product of
parent company.
4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the
subject of this Invitation for Bids and (b) the term “Services” includes related services such as
transportation, insurance, after sale service, spare parts availability, etc. For Purposes of this
clause, “origin” means the place where the goods are mined, grown, or produced, or the place
from which the related services are supplied.
5. Cost of Bidding
5.1 The Bidder shall bear all costs associated with the preparation and submission of its
bid, and the Procuring Agency shall in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
6. Clarification of Bidding Documents
6.1 A prospective Bidder requiring any clarification of the bidding documents may
notify the Procuring Agency in writing at the Procuring Agency’s address indicated in
the Invitation to Bids. The Procuring Agency shall respond in writing to any request
for clarification of the bidding documents, which it receives not later than period
(days) specified in Bid Data Sheet.
7. Amendment of Bidding Documents
7.1 At any time prior to the deadline for submission of bids, the Procuring Agency,
for anyreason, whether at its own initiative or in response to a clarification requested by
a prospective Bidder, may modify the bidding documents by amendment. Such
amendment/ response shall be uploaded on the website of procuring agency or sent to
all prospective Bidders that have received the bidding documents, and shall be binding
on them.
7.2 The Procuring Agency, at its discretion, may extend the deadline for the
submission of bids. Amendment notice to that effect shall be communicated in the same
manner as the original invitation to bid.
8. Qualification and Disqualification of Bidders
8.1 The Procuring Agency shall determine to its satisfaction whether the Bidder
that is selected as having submitted the lowest evaluated responsive bid is qualified to
perform the Contract satisfactorily, in accordance with the criteria listed in ITB Clause
29.2.
8.2 The determination shall take into account the Bidder’s financial, technical or
production capabilities (in case of manufacturer), infrastructure of the firm, past
performance in similar contracts, engineering staff and their capabilities, inventory of
spare parts, repair and calibration tools, workshop facilities to provide the after sales
services. It shall be based upon an examination of the documentary evidence of the
Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 29.2, as well
Page 9
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
as such other information/ premises visit as the Procuring Agency deems necessary and
appropriate.
8.3 An affirmative determination shall be a pre-requisite for Award of the Contract
to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in
which event the Procuring Agency shall proceed to the next lowest evaluated bid to
make a similar determination of that Bidder’s capabilities to perform satisfactorily.
8.4 The Procuring Agency, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Supplier’s capacities may
require the Suppliers to provide information concerning their professional, technical,
financial, legal or managerial competence.
8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the
information submitted by him concerning his qualification as Supplier was false,
fabricated and materially inaccurate or incomplete.
8.6 Bidders that are found to consistently fail to provide satisfactory performances
or are found to be indulging in corrupt or fraudulent practices shall be debarred &
blacklisted as provided in Punjab Procurement Rules, 2014.
9. Corrupt or Fraudulent Practices
9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe
the highest standard of ethics during the procurement and execution of such Contracts.
In pursuance of PPR 2014 and its subsequent amendments, if any, the Procuring
Agency:
a. defines, for the purposes of this provision, the terms set forth below as follows:
(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) corrupt practice by offering, giving, receiving or soliciting, directly or
indirectly, of anything of value to influence the acts of another party for wrongful
gain;
(iv) fraudulent practice by 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
Page 10
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
13.4 The Bidder is required to offer competitive price. All prices must include
relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/
quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit
of exemption from or reduction in the GST or other taxes shall be passed on to the
Procuring Agency.
13.5 While tendering your quotation, the present trend/ inflation in the rate of goods
and services in the market should be kept in mind. No request for increase in price due
to market fluctuation in the cost of goods and services shall be entertained after the bid
has been submitted.
13.6 The bidder shall have to quote the DDP prices. For those items which do not
require after sale services/calibration (specified in the technical specifications), the
firms are required to quote on DDP basis with one-year comprehensive warranty.
14. Bid Currencies
14.1 For DDP, price shall be quoted in PKR.
15. Documents Establishing Bidder’s Eligibility and Qualification.
15.1 The Bidder shall furnish, as part of its technical bid, documents (as specified in
ITB Clause 3 above) establishing the Bidder’s eligibility to bid and its qualifications to
perform theContract if its bid is accepted.
15.2 The documentary evidence to be submitted in the Technical Proposal for the
purposes of qualification and technical evaluation shall be as specified in the
evaluation criteria, technical specifications etc.
16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents
16.1 Pursuant to ITB Clause 11, the Bidder shall furnish along with technical
proposal, as part of its bid, documents establishing the eligibility and conformity to the
bidding documents of all goods (as specified in the evaluation criteria, technical
specifications etc.), which the Bidder proposes to supply under the Contract.
16.2 The documentary evidence of the eligibility of the goods shall consist of a
statement in the Price Schedule of the country of origin of the goods offered.
16.3 The bidder is required to arrange sample (s) of quoted items for evaluation on
direction of the department; the bidder shall provide the sample or give demonstration as
per requirementfor evaluation/ satisfaction of the Committee.
17. Bid Security
17.1 The value, validity & shape of Bid Security to be submitted by a bidder along
with its bid are indicated in the Bid Data Sheet.
18. Bid Validity
18.1 Bids shall remain valid for a period, after opening of a bid, as specified in the
Bid Data Sheet. A bid valid for a shorter period shall be rejected by the Procuring
Agency as non- responsive. Any extension in bid validity will be dealt as per
mechanism provided in rule 28 of Punjab Procurement Rules, 2014.
Submission of Bids
Page 12
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 13
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 14
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
27.3 The Procuring Agency may waive any minor informality, nonconformity, or
irregularity in a bid which does not constitute a material deviation (or changes the
substance of the bid), provided such waiver does not prejudice or affect the relative
ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant to ITB Clause 27 the Procuring
Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which
conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions shall be
deemed to be a material deviation for technical proposals. The Procuring Agency’s
determination of a bid’s responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence.
27.5 If a bid is not substantially responsive/responsive, it shall be rejected by the
Procuring Agency and may not subsequently be made responsive by the Bidder by
correction of the nonconformity.
28. Evaluation and Comparison of Bids
28.1 The Procuring Agency shall evaluate and compare the bids on the basis of Single
items/ Complete package (As demanded in the advertised tender), which have been
determined to beresponsive/substantially responsive, pursuant to ITB Clause 25.
28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the
basis of prequalification and previous performances of quoted product/model.
28.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB
Clause 29) and other terms and conditions set forth in these bidding documents.
28.4 For the purpose of comparison of bids quoted in different currencies, the price
shall be converted into Pak Rupees in pursuant to ITB Clause 13 & 14.
28.5 A bid once opened in accordance with the prescribed procedure shall be subject
to only those rules, regulations and policies that are in force at the time of issue of
notice for invitationof bids.
29. Evaluation Criteria
29.1 For the purposes of determining the lowest evaluated bid, factors other than
price such as previous performances and such other details as the Procuring Agency at
its discretion, may consider appropriate shall be taken into consideration and these
should be available with the bidder. The following evaluation factors/ criteria will be
employed on technical proposals.
29.2 Technical Evaluation Criteria
Page 15
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 16
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Failure to comply with any compulsory parameter will result in “non- responsiveness of the
bidder for quoted item”. Bidders complying with Compulsory Parameters will be
evaluated further for Marking Criteria.
COMPULSORY PARAMETERS
i. Original Tender Purchase Receipt obtained by Depositing Rs.1000/-(Non-
Refundable) to Cashier, Accounts Branch, PACP.
Page 17
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
ORDINARY PARAMETERS
FOR DRUGS/ MEDICINES (LOCAL
MANUFACTURERS)(MARKING CRITERIA)
Category
Serial No. Description
Points
1 SOURCE OF API OF QUOTED ITEM Max 10
Source Licensed by Original or accredited by FDA/WHO/EMA 10
(Certificate).
Firm should provide import documents (Bill of Lading/ Airway Bill/ GD
documents etc.) of quoted source from 1st January 2021 till 30th June 2022
Other source of API with certificate of analysis
05
Furthermore, bidder will undertake on Rs.100/- notarized stamp paper that it will
provide supply manufactured from claimed source.
EXPERIENCE OF THE QUOTED PRODUCT
2 Max 10
SINCE 1st January 2021 till 30th June 2022.
Supply of the quoted product Equivalent or Higher than the advertised
10
quantity in Private Sector.
Supply of the quoted product at least 70% or above of total of advertised
07
quantity in Private Sector.
Supply of the quoted product at least 50% to below 70% of advertised quantity
05
in Private Sector.
Supply of the quoted product at least 25% to below 50% of advertised quantity
03
in Private Sector.
The bidder shall provide (attach) summary of market/private sale. (This summary must be on
stamp paper of Rs.100 duly legalized/notarized which may be verified. Any false claim
lead to
disqualification/blacklisting of firm)
EXPERIENCE OF THE QUOTED PRODUCT
3 Max 10
SINCE 1st January 2021 till 30th June 2022 .
Supply of the quoted product Equivalent or higher than advertised
10
quantity in Public sector.
Supply of the quoted product at least 70% or above of total of advertised
07
quantity in Public Sector.
Supply of the quoted product at least 50% to below 70% of advertised
05
quantity in Public Sector.
Supply of the quoted product at least 25% to below 50% of advertised
03
quantity in Public Sector.
The bidder shall provide purchase order along with summary of purchase orders of institutional sale.
Page 18
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Real Time Stability Study data of quoted item (Jan 2020 to onward) 01
Primary Reference Standard with Valid Shelf Life used for Quality Control
Testing/Analysis of Quoted Item Max 02
8
(The firm shall submit Import/Shipping Documents/Import trail and
Certificate of Analysis (COA).
9 TECHNICAL STAFF OF MANUFACTURING UNIT Max 05
Total Number of pharmacist (Minimum number of employed 02
pharmacists must be 10 excluding M. Phil and Ph.D)
At least two M. Phil degree holder in any Discipline of 02
Pharmacy or related field
At least one Ph.D degree holder in any Discipline of Pharmacy 01
or related field
Page 19
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
The bidder shall provide the attested copies of degrees & appointment issued by firm to employees. The firm
shall provide undertaking of Rupees 100 stamp paper (Affidavit) that the staff (claimed in RFP/Bidding
documents) is currently working in Manufacturing unit/Firm and will provide HEC approved or Equivalency
(in case of Foreign Degree holders) degrees along with appointment letter.
COMPULSORY PARAMETERS
Also the bidder must have sound financial positions with minimum annual
turnover more than the estimated price during the last two years cumulatively
i.e. 2020-2021 and 2021-2022. The annual turnover will be accepted on the basis
of income tax statement submitted by the bidders (In case a bidder is submitting
bid for more than one item this clause will be interpreted on the basis of item
having highest estimated cost).
vi. The bidder must possess valid Drug Sale License (in case of sole agents).
vii. The bidder will provide valid Drug Registration Certificate of the quoted
product. (DRC must have quoted pack size).
viii. Specifications quoted in the technical offer will be verified from samples
provided with the bid. Product that complies 100% with the advertised
specifications and fulfill the requirements as per rules shall be considered.
ix. Quoted product must have WHO Prequalification /JpMHLW/ EMA/US FDA
approval.
x. Undertaking regarding “Non-Declaration of any Spurious/Adulterated Batch
manufactured by firm by DTLs of the Punjab/any Competent Lab” on valid Rs.100
stamp paper duly verified by notary public.
xi. The firm undertakes that currently it is not Blacklisted/ Debarred by any
procuring agency on valid Rs.100 stamp paper duly verified by notary public.
xii. Two pack of samples for evaluation by the technical committee (Samples must
be of commercial pack).
ORDINARY PARAMETERS
FOR DRUGS/MEDICINES (FOR SOLE AGENT/ IMPORTERS OF FOREIGN
PRINCIPLE) (MARKING CRITERIA)
SERIAL CATEGORY
DESCRIPTION
NO. POINTS
1 EXPERIENCE OF THE QUOTED PRODUCT
Max 10
SINCE 1stJanuary 2021 to June 30, 2022 .
Supply of the quoted product Equivalent or Higher than the
10
advertised quantity in Private Sector.
Supply of the quoted product at least 70% or above of total of
07
advertised quantity in Private Sector.
Supply of the quoted product at least 50% to below 70% of
05
advertised quantity in Private Sector.
Supply of the quoted product at least 25% to below 50% of
03
advertised quantity in Private Sector.
The bidder shall provide (attach) summary of market/private sale. (This summary must be on
Stamp paper of Rs.100 duly legalized/notarized which may be verified. Any false claim will
lead todisqualification/blacklisting of firm)
Page 21
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 22
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Laboratories.
EVALUATION CRITERIA
(STATIONARY & GENERAL STORE ITEMS)
Failure to comply with any of the below mentioned parameter will result in
disqualification of bidder:
1. Bidder must submit the original purchase receipt of tender.
2. Bidder must submit the copy of CNIC of Proprietor/ representative.
3. Bidder must be an active taxpayer i.e., NTN & GST Certificate.
4. Bidder must submit the income tax statement of its business for two years i.e. 2020-
21 & 2021-2022.
5. The bidder must have sound financial positions with minimum annual turnover more
than the estimated price during the last two years cumulatively i.e. 2020-21 &
2021-2022. The annual turnover will be accepted on the basis of income tax
statement submitted by the bidders.
6. Bidder must submit the unhidden photocopy of 2% bid security of the estimated
value/ price in the shape of Irrevocable Bank Guarantee/ Call Deposit Receipt
(CDR)/ Bank Draft from any scheduled bank with technical bid in original
otherwise bid will be rejected.
7. The offer must comply with the advertised technical specifications of the quoted
item.
8. The bidder should submit the samples for technical evaluation within three days after
submission of its bid.
9. Bidder should attach catalogue of items if any
10. An affidavit from bidder on stamp paper of Rs.100/- stating that firm is not
blacklisted by any of the Federal and Provincial Government or organizations of the
State/ Central Government in Pakistan and the bidder accepts all the terms and
conditions of the bidding documents.
Page 23
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
29.2.1 Bidders are required to submit the information in the following format along
with documentary evidence as under.
29.2.2 Profile of the Bidder
The Bidders are required to submit its profile.
Sr.# Particulars
1. Registered Office
Address
Office Telephone Number
Fax Number & E-mail
2. Authorized Person
Name
Personal Telephone Number
Email Address
Financial proposals would be evaluated as follows:
29.2.3 After technical evaluation is completed, the Procuring Agency shall notify
the date, time and location for opening of the financial proposals. Bidders’
attendance at the opening of financial proposals is optional.
29.2.4 Financial proposals shall be opened publicly in the presence of the bidders’
representatives who choose to attend. The name of the bidders shall be read
aloud. The financial proposal of the technically responsive bidders shall then
be inspected to confirm that they have remained sealed and unopened
(financial proposals of technically non-responsive Bidders shall be returned
unopened). These financial proposals shall be then opened, and the total
pricesread aloud and recorded.
29.2.5 Incomplete bid shall stand rejected. All items described in the technical
proposal must be priced in financial proposal. Items described in the
technicalproposal but not priced, shall be assumed to be included in the price
of other items.
29.2.6 Minor oversight, clerical mistakes, other minor inconsistencies that do not
alter the substances of the financial bid may be corrected by the Procuring
Agency. When correcting computation error in case of discrepancy between
a partial amount and the total amount or between the words and figures, the
formers will prevail
29.2.7 The bidders will quote price in PKR on DDP basis inclusive of all
applicabletaxes (including GST).
30. Contacting the Procuring Agency
30.1 No Bidder shall contact the Procuring Agency on any matter relating to its
bid, from the time of the bid opening to the time the Contract is awarded.
30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on
bid evaluation, bid comparison, or Contract Award will result in the rejection of the
Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of
the Tender evaluation is strictly prohibited.
Page 24
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 25
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
38.3 The Procuring Agency will issue the Notification of Award/Advance Acceptance of
Tender (AAT). The firm will submit the required Performance Security within the time period
mention in the Notification of Award/ AAT after issuance of AAT. After receipt of
Performance Security, the Procuring Agency will sign the Contract. Further, mechanism is
provided in Bid Data Sheet regarding type & execution of the Contract.
38.4 The enforcement of the Contract shall be governed by Rule 63 of Punjab Procurement
Rules-2014.
39. Signing of Contract
39.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid
has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in
the bidding documents, incorporating all agreements between the Parties.
39.2 Within one week of receipt of the Contract Form, both the successful Bidder and the
Procuring Agency shall sign and date the Contract. The Procuring Agency shall issue
Purchase Order on the same date of signing of Contract after ensuring the submission of Bank
Security for execution of the contract by the Contractor. If the successful Bidder, after
completion of all codal formalities shows inability to sign the Contract then their Bid Security/
Contract Security to the extent of proportionate percentage shall be forfeited and the firm shall
be blacklisted minimum for three years for future participation. In such situation, the
Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-
bidding.
39.3 The contract is to be made on stamp paper worth of Rs. @ 25 paisa per every one
hundred rupees of the total value of the contract, under section 22(A)(B) of schedule 1 of
Stamp Duty Act 1899 read with Finance Act 1995 (Act-VI of 1995) Notification
No.JAW/HD/8-21/77 (PG) dated 1st January, 2014.
40. Performance Guarantee
40.1 On the date of signing of the Contract, the successful Bidder shall furnish the
Performance Guarantee/Security in accordance with the Special Conditions of Contract, in the
Performance Guarantee/Security Form. The shape & value of Performance Guarantee to be
submitted is indicated in the Bid Data Sheet.
40.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 37 or
ITB Clause 38.1 shall constitute sufficient grounds for the annulment of the Award, in which
event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call
for re-bidding.
41. Schedule of Requirement
41.1 The supplies shall be delivered/shipped as per following schedule of requirement
indicated in the Bid Data Sheet.
41.2 In case of late delivery of goods beyond the periods specified in the Schedule of
Requirements, penalty shall be imposed shall be imposed upon the Supplier as indicated in
Bid Data Sheet.
41.3 The delivery period will be started from the date of issuance of Purchase order/
AAT/ Signing of the Contract.
42. Redressal of grievances by the Procuring Agency
42.1 The Procuring Agency shall constitute a committee comprising of odd number of
persons, with proper powers and authorizations, to address the complaints of bidders that may
Page 26
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 27
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 28
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
DRAFT
CONTRACT/ AGREEMENT
Page 29
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
CONTRACT FORM
(On stamp paper worth Rs.@ 25 paisa per every one hundred rupees of the total value of the
contract)
WHEREAS the Purchaser on behalf of its Procuring Agency invited bids for procurement of
goods, in pursuance where of M/s (firm name) being the Manufacturer/ authorized Supplier/
authorized Agent of (item name) in Pakistan and ancillary services offered to supply the
required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for
the supply of (item name) and services in the sum of Rs (amount in figures and words) cost per
unit, the total amount of (quantity of goods) shall be Rs.
(amount in figures and words) for free delivery items
• In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract
hereinafter referred to as “Contract”:
• The following documents shall be deemed to form and be read and construed as
integral part of this Contract, viz: -
• the General Conditions of Contract;
• the Special Conditions of Contract;
• the Procuring Agency’s Notification of Award;
• the Technical Specifications accepted & allied requirements;
• the scope of work;
• the Bid & its clarifications.
• any other documents deem appropriate
• In consideration of the payments to be made by the Procuring Agency to the
Supplier/ Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer
hereby covenants with the Procuring Agency to provide the Goods and Services
and to remedy defects therein in conformity in all respects with the provisions of
this Contract.
• The Procuring Agency hereby covenants to pay the Supplier in consideration of
the provision of the Goods and Services and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions
of this Contract at the time and in the manner prescribed by this Contract.
• [The Supplier] hereby declares that it has not obtained or induced the
procurement of any Contract, right, interest, privilege or other obligation or
Page 30
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 31
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
executed at _________(the place) and shall enter into force on the day, month
and year first above mentioned.
Sign/ Seal by the Supplying firm Sign/ Seal by Procuring Agency
Witness
1. 1.
2. 2.
Page 32
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 33
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
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
performing 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.
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 country.
7. Submission of Samples
7.1 The samples shall be submitted as per mentioned in the ITB/Evaluation
Criteria/Specifications.
8. Ensuring Storage/ Installation Arrangements
8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier
shall inform end user for pre-requisites well in time for proper installation. The cost of any
minor changes in the site of installation will be borne by the supplier. In case the Supplier
abides by the given time frame he shall not be penalized for delay.
8.2 In case of late delivery of goods beyond the periods specified in the Schedule of
Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase
order/contract value for late delivered supply shall be imposed upon the Supplier.
9. Inspections and Tests
9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test
the goods to confirm their conformity to the Contract specifications at no extra cost to the
Procuring Agency.
9.2. For the purpose of inspections and tests of kits. The Supplier shall furnish all reasonable
facilities and assistance, to the inspectors at no charge to the Procuring Agency. The inspection
team will inspect & test the items prior to dispatch (where specified), the goods shall not be
supplied unless a satisfactory inspection report has been issued in respect of those Goods by the
Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on
the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that
delay. The cost of such inspection/ lab tests shall be borne by the Manufacturer/ Supplier.
9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods
after the goods have been installed at Procuring Agency’s destinations.
9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or
other obligations under this Contract.
10. Physical Examination/ Inspection of Goods
10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance
with the approved sample as decided by the Procuring Agency.
10.2 The Inspection Team/Third Party will be designated by the Procuring Agency which
will inspect (where specified) each of the item/ goods as per contracted specifications and
Page 34
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 35
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
16.2 The DDP payment will be made 100% after presentation of the delivery/
Installation/commissioning/completion/execution report of the contract and all other
works described in Contract. Part payment, part delivery may be admissible in case of huge
quantity of the goods.
17. Prices
17.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary
from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the
original bid validity period provided the Procuring Agency’s request for bid validity extension.
18. Contract Amendments
18.1 No variation in or modification of the terms of the Contract shall be made.
18.2 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.
19. Assignment
19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this
Contract, except with the Procuring Agency’s prior written consent.
20. Subcontracts
20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this
Contract.
21. Delays in the Supplier’s Performance
21.1 Delivery of the goods shall be made by the Supplier in accordance with the time
schedule prescribed by the Procuring Agency in the Schedule of Requirements.
21.2 If at any time during performance of the Contract, the Supplier should encounter
conditions impeding timely delivery of the goods, the Supplier shall promptly notify the
Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As
soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate
the situation and may at its discretion extend the Supplier’s time for performance, with or
without liquidated damages, in which case the extension shall be ratified by the Parties by
amendment of Contract.
21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performanceof
its delivery obligations shall render the Supplier liable to the imposition of liquidated damages
pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC
Clause 21.2 without the application of liquidated damages.
22. Penalties/Liquidated Damages
22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall
be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC
Clause 24, including late delivery for reasons beyond control. Once the maximum is reached,
the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23.
22.2 If the firm provide substandard item and fail to provide the item, the payment of risk
purchase (which will be purchased by the procuring agency/indenter) the price difference shall
Page 36
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 37
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Page 38
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
own expense any defect or fault in the system which may develop at any time during
installation, commissioning period.
4.6 Manufacturer will guarantee the availability of spare parts and accessories for the
system for ten years.
4.7 Uptime shall be defined as the time available to the user for doing procedures/ data
acquisition and processing during working hours throughout the year except holidays (from
9.00 am to 5.00pm).
4.8 Manufacturer /Supplier shall check system performance during and after every 4-
months. An “Optimal Percentage” will be calculated by dividing “System in Service” hours by
hours available, both measured on the basis of working hours as detailed above.
4.9 If the uptime percentage for the measurement period (04-months) shall fall short of 95%
the following formula will be applied to determine additional days in the warranty
/ service contract period.
a. 100% - 95% No Penalty
b. 95% - 90% The warranty period will be extended by 2.0
times the number of days as extra down time.
4.10 Down time is defined as the failure in the items operation to acquire or process the data
or procedure, resulting in inability to carry out the required procedure properly.
4.11 The firm will be bound to make arrangements for availability of qualified technical staff
in hospital / site for prompt execution/coordination of after sale services.
4.12 Down time will start when the end user/ Staff In-charge notifies the designated service
facility verbally or in writing.
4.13 Down time will end once the repairs have been affected and the system is again
available for use.
4.14 The firm will provide the recommended preventive maintenance schedule of each of the
items at the time of delivery.
4.15 The firm will bound to execute the installation/ maintenance according to the
installation/ service protocol and will replace the components/ kits recommended by the
manufacturers for installation and Periodic Preventive maintenance.
4.16 The scheduled preventive maintenance shall be in accordance with Service Protocol
recommended/ advised by the manufacturer.
4.17 Remote service via modem shall be preferred if provided by the manufacturer to pick-
up early faults at no cost to the end user.
4.18 The manufacturer / supplier will be responsible for preventive maintenance of items as
per manufacturers’ Service Manuals and shall keep a check for electrical / magnetic /
temperature and humidity conditions. Such a check should be made monthly and record should
be maintained in the log book available with the end user.
Page 40
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Procuring Agency
Contracting Firm
M/S------------------------------------------------------------------------------------------------------
Page 41
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance
of Contract No. [number] dated [date] to supply [description of goods] (hereinafter called “the
Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish
you with a Bank Guarantee by a scheduled bank for the sum of as defined in Bid Data
Sheet of the total Contract amount as a Security for compliance with the Supplier’s
performance obligations in accordance with the Contract.
Date
Note:
1. It should be valid for a period equal to the total warranty period.
2. The contract will be signed/ issued after submission of this Performance Security.
Page 42
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
BID FORM
Respected Sir
Having examined the bidding documents including Addenda Nos. [insert numbers & Date of
individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer
to supply and deliver the Goods under the above-named Contract in full conformity with the
said bidding documents for the sum of [Total Bid Amount], [Bid Amount in words] and at the
rates/unit prices described in the price schedule or such other sums as may be determined in
accordance with the terms and conditions of the Contract. The amounts are in accordance with
the Price Schedules attached herewith and are made part of this bid.
We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to
deliver the Goods in accordance with the delivery schedule specified in the schedule of
requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in
the amounts, and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it
shall remain binding upon us and may be accepted by you at any time before the expiration of
that period.
Until the formal final Contract is prepared and executed between us, this bid, together with
your written acceptance of the bid and your notification of award, shall constitute a binding
Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive. We
undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in Pakistan.We
confirm that we comply with the eligibility requirements as per the bidding documents.
Page 43
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
(DDP Basis)
Name of Bidder
Manufacturer
Qty
Country of
Item. No.
Unit Price
Rs)
Supplier
(Pak Rs)
bid)
Total Price (DDP for Local & Imported Items) Main items with standard
accessories along with comprehensive warranty
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Page 44
Punjab AIDS Control Program,
Government of the Punjab, Primary & Secondary Healthcare Department
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23
SUPPLIER DECLARATION
(on the Letter Head of the Bidder)
Dated:
To
Project Director,
PUNJAB AIDS CONTROL RROLPROGRAM
I declare that:
I am authorized to represent the Firm as the "Firm" for the purpose of
Contract of items as per following detail;
All information provided in this Bid is current and correct and the firm has no
reservationswith this Bidding Documents.
This Bid contains all the information as is prescribed in the Bidding Document.
The Firm will abide by all the rules and regulations, formulated by the Government of
Punjab, Primary & Secondary Healthcare Department.
The firm will notify you of all changes and variations to the Product / its manufacturing
status.
The firm is not declared ineligible/ blacklisted by any Government/ SemiGovernment
Department or Private Organization.
If the Firm does not abide by the above stated Declaration then the Government of
Punjabhas every right to Blacklist our Firm.
Note: Any variation in information provided in this bid/tender and already provided will lead
toward disqualification of bidder and legal action against the firm as per Punjab Procurement
Rules, 2014.
TECHNICAL SPECIFICATIONS
(LOT NO. 1): TECHNICAL SPECIFICATIONS FOR RAPID DIAGNOSTIC KITS/ STRIPS/
MEDICAL DEVICES FOR HIV SCREENING TEST -2, 1ST CONFIRMATORY
ESTIMATED 2% BID
QUANTITY
NAME & TECHNICAL SPECIFICATIONS AMOUNT SECURITY
(UNIT)
(PKR) (PKR)
RAPID DIAGNOSTIC KITS/
STRIPS/MEDICAL DEVICES FOR HIV
SCREENING TEST 2, 1ST CONFIRMATORY:
In-vitro, Qualitative Immuno chromatographic
assay for rapid detection of antibodies to HIV-1 and
HIV-2 in human capillaries or human blood, serum
and plasma. Recombinant proteins should be
representing the immunodominant regions of
envelop proteins of HIV-1 and HIV-2 respectively.
Standard solution and instruction leaflet should be
18,225 Test 1,822,500/- 36,450/-
included; Kit must be wrapped up in aluminium
foil.
Storage: 2-30oC
Shelf Life: As per government policy/rules
Sensitivity >95%, Specificity >95%,
Reproducibility: With an overall reproducibility of
99%.
Pack of 100 Test or smaller, Kit must be included
in latest WHO pre-qualified invitro diagnostic
products for HIV.
(LOT NO. 3): TECHNICAL SPECIFICATIONS OF HIV PCR/ HIV NUCLEIC ACID
AMPLIFICATION TESTS
ESTIMATED 2% BID
QUANTITY
NAME & TECHNICAL SPECIFICATIONS AMOUNT SECURITY
(UNIT)
(PKR) (PKR)
HIV PCR/ HIV NUCLEIC ACID
AMPLIFICATION TEST KITS WITH ALL
ACCESSORIES
Latest technology of In vitro HIV Nucleic acid
amplification assay for the detection and
quantitation of Human Immunodeficiency Virus
from human serum/ plasma.
One set = Automated Extraction Kit + Amplification
Kit + Consumables + internal Controls + Calibration
Standards or latest technology
Limit of Detection must be less than (70 IU/mL) for
invitro human diagnostics (IVD)
test kit, ready to use, reagent liquid base complete
kit with all disposables and consumables as
applicable i.e. essential reagents (set of RNA
extraction and amplification reagents in correct
proportionate quantity) , disposable i.e. Filter Tips
10 µL, 100 µL, 200 µL, 1000 µL, Powder free
gloves, 2ml Cryo vials/Tubes (RNAse, DNAse and
Pyrogen free), material (personal protective
equipment, plastic ware/plastic bags/yellow/red 12,725 Test 32,448,750/- 648,975/-
colour waste bags, glassware, equipment such as
micropipettes) as well as any chemical such as
ethanol/distilled water/disinfectant and cleaning
solutions required for assay performance/instrument
maintenance/lab decontamination compatible with
kits/machines as per recommendations of the
manufacturer and as agreed upon by procuring
agency.
Number of tests counted in each kit shall be those
which are performed for diagnosis exclusively
(reportable tests only), controls and any other
measures consuming reagents shall not be counted
in number of tests. Furthermore, reagents/tests lost
due to instrumentation error, including but not
limited to errors/unsatisfactory performance caused
by contamination issues, any precedented/
unprecedented technical errors, installation
shortcomings, loss of power backup before
stipulated backup time shall be compensated in full
to procuring agency. Tests lost due to
BIDDING DOCUMENT FOR THE PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR HIV TEST-2, HIV PCR TEST KITS,
CD4 COUNT TEST, MEDICINE AND STATIONARY & GENERAL STORE ITEMS FOR FINANCIAL YEAR 2022-23