0% found this document useful (0 votes)
56 views50 pages

Punjab Aids Control Program

Uploaded by

aimanbiosorin
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)
56 views50 pages

Punjab Aids Control Program

Uploaded by

aimanbiosorin
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/ 50

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

BIDDING DOCUMENT
FOR

PROCUREMENT OF RAPID DIAGNOSTIC KITS FOR


HIV TEST-2, HIV PCR TEST KITS, CD4 COUNT TEST
KITS, O.I’s MEDICINES, STD’s MEDICINES AND
STATIONARY & GENERAL STORE ITEMS
NO. PACP TENDER/01/2023(2nd PHASE)

FINANCIAL YEAR 2022-2023

PUNJAB AIDS CONTROL PROGRAM


GOVERNMENT OF THE PUNJAB
PRIMARY & SECONDARY HEALTHCARE DEPARTMENT
PACP COMPLEX, 6 - BIRDWOOD ROAD, LAHORE
Phone No. 042-99201092, 042-99201093

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

Letter for Invitation.................................................................................................................


Instructions to Bidder............................................................................. ..............
General Instructions................................................................................................................
1. Content of Bidding D ocum ent s............................ . . . . . . . . . . . . . . . . . . . . .. .. . . . .
2. Source of Funds................................................................................................................
3. Eligible Bidders...............................................................................................
4. Eligible Goods and Services............................................................................................
5. Cost of Bidding.................................................................................................................
6. Clarification of Bidding Documents...............................................................................
7. Amendment of Bidding Documents.. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
8. Qualification and disqualification of Bidders …………………………………………
9. Corrupt or Fraudulent Practices......................................................................................
Preparation of Bids.......................................................................................................................
10. Language of Bid…………………………………………………………………..
11. Documents Comprising the Bid.....................................................................................
12. Bid Form and Price Schedule........................................................................................
13. Bid Prices......................................................................................................................
14. Bid Currencies..............................................................................................................
15. Documents Establishing Bidder’s Eligibility and Qualification......................................
16. Documents Establishing Good’s Eligibility and Conformity to Bidding Document..... . . . . .
17. Bid Security.................................................................................................................
18. Bid Validity.................................................................................................................
Submission of Bids............................................................................................................
19. Format and Signing of Bid............................................................................................
20. Sealing and Marking of Bids. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
21. Deadline for Submission of Bids....................................................................................
22. Late Bid..........................................................................................................................
23. Withdrawal of Bid……………………………………………………………………
Bidding Procedure......................................................................................................................
24. Single Stage-Two Envelops Bidding Procedure............................................................
Opening and Evaluation of Bids ................................................................................................
25.Opening of Bids by the Procuring Agency.....................................................................
26. Clarification of Bids..............................................................................................................................
27. Preliminary Examination………………………………………………………………………
28. Evaluation and Comparison of Bids........... . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . ... .. . . .
29. Evaluation Criteria…………………………………………………………………………………
30. Contracting the procuring agency...................................................................................

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

31. Rejection of bids............................................................................................................


32. Re-bidding.............................................................................................................................................
33. Announcement of evaluation report...............................................................................
34. Award of contract……………………………………………………………………
35. Acceptance of bid and award criteria………………………………………………
36. Quantity of an Item ………………………………………………………………
37. Limitations of negotiation…………………………………………………………
38. Notification of Awards............................................................................................
39. Signing of Contract.................................................................................................
40. Performance Guarantee.......................................................................... .................
41. Schedule of Requirements........................................................................................
42. Redressal of grievances by the Procuring Agency...................................................
DRAFT CONTRACT/AGREEMENT
Contract Form …………………………………………………………………………………
General Conditions of Contract …………………………………………………………………………
Definitions...............................................................................................................................
Application........................................................................................................................
Country of Origin .......................................................................................................................
Standard.......................................................................................................................................
Use of Contract Documents and Information............................................................................
Patent Rights................................................................................................................................
Submission of Sample.................................................................................................................
Ensuring storage/installation arrangements… … … … … … … … … … … … … … … …
Inspection and Tests.....................................................................................................................
Physical examination/Inspection of goods...................................................................................
Delivery of Documents................................................................................................................
Insurance......................................................................................................................................
Transportation..............................................................................................................................
Incidental
Services..............................................................................................................................
Warranty ..............................................................................................................................
Payment ...................................................................................................................................
Prices ....................................................................................................................................
Contract Amendments. . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Assignment ............................................................................................................................
Subcontracts ...........................................................................................................................
Delays in the Supplier’s Performance.......................................................................................
Penalties/liquidated Damages.................................................................................................
Termination for Default..........................................................................................................
Page 4
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

INVITATION FOR BIDS


No. PACP Tender /01/2023 (2nd Phase)

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

02 CD4 Count Test Kits 9,725 Test 24,312,500/-

03 HIV PCR Test Kits with all accessories 12,725 Test 32,448,750/-

04 O.Is & STDs Medicines See bidding document 9,000,000/-

05 Stationery and General Store Items See bidding document 2,500,000/-

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

A. INSTRUCTIONS TO BIDDERS (ITB)


General Instructions:
1. Content of Bidding Document
1.1 The goods required, bidding procedures, and Contract terms are
prescribed in the Bidding Documents. In addition to the Invitation for Bids, the
bidding documents include:
(a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Technical Specifications;
(f) Contract Form;
(g) Manufacturer’s Authorization Form;
(h) Performance Guarantee Form;
(i) Bid Form; and
(j) Price Schedule
1.2 In case of discrepancies between the Invitation to Bid and the Bidding
Documents listed in 1.1 said Bidding Documents shall take precedence.
1.3 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the bidding documents. Failure to furnish all information required by
the bidding documents or to submit a bid not substantially responsive to the bidding
documents in every respect shall be at the Bidder’s risk and may result in the rejection
of its bid.
2. Source of Funds
2.1 Primary & Secondary Healthcare Department, Government of Punjab.
3. Eligible Bidders
3.1 A Bidder shall be a private, public or government owned legal registered entity
with the as evidenced by a letter of intent) to enter into an agreement or under an
existing agreement.
3.2 The bidder must be an active payer. National Tax Number (NTN) and General
Sales Tax (GST) Number with documentary proof shall have to be provided by
bidder(s).
3.3 A Bidder who is barred or disqualified or blacklisted either by any
Government/ Department/ Agency/ Authority would not be eligible to submit the Bid.
The Bidder will submit an affidavit to this effect.
3.4 If the Government of Pakistan prohibits commercial relations with any country,
any bidder/ goods of such countries/ dealing with such countries are ineligible to apply.
3.5 The bidder can submit only one bid against an item. If the bidder quotes an
alternative bid or submit two bids then the bidder will be considered as non-responsive.
3.6 The bidder shall provide all information required in the bidding documents
(evaluation criteria & specifications etc.) and documents to substantiate its claim for
eligibility.
Page 8
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

relevant to the investigation or from pursuing the investigation, or acts intended to


materially impede the exercise of inspection and auditrights.
b. shall reject a proposal for Award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the Contract
in question; shall declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a Contract if it at any time determines that the firm has engaged
in corrupt or fraudulent practices in competing for, or in executing, a Contract.
Preparation of Bids
10. Language of Bid
10.1 The bid prepared by the Bidder, as well as all correspondence and documents
relating to the bid exchanged by the Bidder and the Procuring Agency shall be written
in English. Supporting documents and printed literature furnished by the Bidder may
be in another language provided they are accompanied by an accurate translation of the
relevant passages in English, in which case, for purposes of interpretation of the Bid,
the translation shall govern.
11. Documents Comprising the Bid
11.1 The bid prepared by the Bidder shall comprise the following components:
(a) A Bid Form and Price Schedule completed in accordance with ITB Clauses
12 and13 (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with ITB Clause 15
that the Bidder is eligible to bid and is qualified to perform the Contract if
its bid is accepted;
(c) Documentary evidence established in accordance with ITB Clause 16 that
the goods to be supplied by the Bidder are eligible goods and conform to
the biddingdocuments.
12. Bid Form and Price Schedule
12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule
furnished in the bidding documents (Annexure A Form), indicating the goods to be
supplied, a brief description of the goods, specifications, quantity, prices, make, model,
country of origin, country of manufacturer and port of shipment in case of imported
items.
13. Bid Prices
13.1 The Bidder shall indicate on the Price Schedule the unit prices and total
Package Price of the goods, it proposes to supply under the Contract.
13.2 Form for Price Schedule is to be filled in very carefully, and should be typed.
Any alteration/ correction must be initialed. Every page is to be signed and stamped at
the bottom. Serial number/ bid number of the quoted item may be marked or
highlighted with red/yellow marker.
13.3 The Bidder should quote the prices of goods according to the technical
specifications for complete package/Tender. Optional items are mandatory to quote but
will not be consideredwhile determining the lowest bidder. The specifications of goods,
different from the demand of enquiry and packaged items, shall straightway be
rejected.
Page 11
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

19. Format and Signing of Bid


19.1 The bid shall be typed and shall be signed by the Bidder or Lead Bidder (in
case of tender with the permission of alliance/ Joint venture for the bidding of complete
package
i.e. more than one Items in a single tender) or a person or persons duly authorized to bind
the Bidder to the Contract. The person or persons signing the bid shall initial all pages of
the bid.
19.2 Any interlineations, erasures, or overwriting shall be valid only if they are
initialed by the person or persons signing the bid.
19.3 All biding documents to be duly attested (signed and stamped) by the authorized
person of bidder or Lead Bidder.
20. Sealing and Marking of Bids
20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and
“TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The
envelopes shall then be sealed in an outer envelope. It should contain the package name
and its number.
20.2 The inner and outer envelopes shall:
a) be addressed to the Procuring Agency at the address given in the Invitation
to Bids;and
b) bear the Procuring Agency name and number indicated in the Invitation
to Bids, and shall be inscribed by the following sentence: “DO NOT OPEN
BEFORE,” to be completed with the time and the date specified in the
Invitation To Bid.
20.3 The inner envelopes shall also indicate the name and address of the Bidder to
enable the bid to be returned unopened in case it is declared as non-responsive or late.
20.4 If the outer as well as inner envelope is not sealed and marked properly, the
Procuring Agency shall assume no responsibility for the bid’s misplacement or
premature opening.
21. Deadline for Submission of Bids
21.1 Bids must be submitted by the Bidder and received by the Procuring
Agency at theaddress, time and date specified in the Invitation to Bids.
22. Late Bid
22.1 Any bid received by the Procuring Agency after the deadline for submission of
bids prescribed by the Procuring Agency pursuant to ITB Clause 21 shall be rejected
and returned unopened to the Bidder.
23. Withdrawal of Bids
23.1 The Bidder may withdraw its bid prior to the deadline specified in the
invitation to bid.
23.2 No bid may be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified in ITB Clause 18.2
Withdrawal of a bid during this interval will make the bidder eligible to be debarred
for further procurements for a period as deem necessary by the Procuring Agency.

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

The Bidding Procedure


24. Single Stage- Two Envelop Bidding Procedure
24.1 The procedure for selection of Contractor shall be used for the procurement is
specified in the Bid Data Sheet. The detail description of the procedure is described in
rule 38 of Punjab Procurement Rules, 2014.

Opening and Evaluation of Bids


25. Opening of Bids by the Procuring Agency
25.1 The Procuring Agency shall initially open only the envelopes marked
“TECHNICAL PROPOSAL in the presence of Bidders’ representatives who choose to
attend, at the time, on the date, and at the place specified in the Invitation to Bids. The
Bidders’ representatives who are present shall sign the Attendance Sheet as evidence
of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL shall
remain unopened and be retained in safe custody of the Procuring Agency till
completion of the evaluation process.
25.2 The Bidders’ names, item(s) for which they quoted their rate and such other
details as the Procuring Agency, at its discretion, may consider appropriate, shall be
announced at the opening of technical proposal. No bid shall be rejected at technical
proposal/ bid opening, except for late bids, which shall be returned unopened to the
Bidder pursuant to ITB Clause
21. However, at the opening financial proposals (the date, time and venue would be
announced later on), the bid prices, discounts (if any), and the presence or absence of
requisite bid Security and such other details as the Procuring Agency, at its discretion,
may consider appropriate, shall be announced.
25.3 The Procuring Agency shall prepare minutes of both the technical proposal as
well as the financial proposal bid opening.
26. Clarification of Bids
26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask
the Bidder for a clarification of its bid. The request for clarification and the response
shall be in writing, and no change in the prices or substance of bid like indication or re-
indication of make/model/brand etc. shall be sought, offered, or permitted.
27. Preliminary Examination
27.1 The Procuring Agency shall examine the bids to determine whether they are
complete,whether any computational errors have been made (at the time of opening the
financial proposal), whether required sureties have been furnished, whether the
documents have been properly signed, and whether the bids are generally in order.
27.2 In the financial bids (at the time of opening the financial proposal) the
arithmetical errors shall be rectified on the following basis. If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price
and quantity, the unit price shall prevail, and the total price shall be corrected. If the
Bidders/Suppliers do
Not accept the correction of the errors; its bid shall be rejected. If there is a discrepancy
between words and figures, the amount in words shall prevail.

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

EVALUATION CRITERIA FOR


(Rapid Diagnostic Kits/ Strips/ Medical Devices for HIV Screening Test 2 (1st
Confirmatory), CD4 Count Test & HIV PCR Test Kits)
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.

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

3. Bidder must be an active taxpayer i.e., NTN & GST Certificate.


4. Bidder must submit the income tax statement of its business for last two years i.e. 2020- 2021
and 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. 2020-2021 and 2021-
2022.
6. The annual turnover will be accepted on the basis of income tax statement submitted by the
bidders.
7. Bidder must submit 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 otherwise bid will be rejected.
8. Manufacturer / Importer / Registration Certificate Holder of DRAP for the quoted products or
its Authorized / Sole Agent / Distributors will be eligible.
9. Manufacturer / Importer/ Authorized/ Sole agent/ Distributor must possess & submit
valid establishment certificate/ license issued by DRAP Pakistan.
10. Valid enlistment/ registration certificate as per medical devices rules 2018 of the quoted
product issued by DRAP Pakistan.
11. Bidder will submit authorization of foreign manufacturer/ Local affiliate of original
foreign manufacturer with indication of manufacturing site and its location.
12. Valid ISO-13485 Certificate of product.
13. The bidder must submit manufacturer certificate of analysis showing shelf life of the product
which should be in accordance with the Enlistment/ Registration Certificate issued by DRAP
to ascertain shelf life of product.
14. The offer must comply with the advertised technical specifications of the quoted item.
15. Bidder must submit two boxes (packed) of samples for evaluation which shall be fulfilling
all the requirements of DRAP Act/ Medical Devices Rules 2018 (Amended to date). The
samples submitted by the bidder will undergo the Physical and Laboratory Evaluation. Only
those technical bids shall be considered for evaluation whose samples meet the advertised/
prescribed specifications.
16. Product must comply with medical devices rules 2018 (amended to date) of DRAP Pakistan.
17. The product must have local market experience of six months. The bidder will submit
purchase order/ contract from any public/ private sector organization.
18. An affidavit from bidder on stamp paper of Rs.100/- stating that firm has not been 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.
19. The bidder should provide Free Sale Certificate of the quoted product from the Country of
origin issued by concerned Regulatory Authority. The quoted product should be freely
available in the Country of Origin from last one year.

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

A. BID/ RFP TECHNICAL EVALUATION CRITERIA FOR


DRUGS/ MEDICINES FOR LOCAL MANUFACTURER

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.

ii. Eligibility of Bidder as per Letter of invitation and Section II Clause 3.


iii. The bidder will submit 2 % bid security of estimated cost of each item as
mentioned in RFP Documents, in the form of Bank Draft/Bank Guarantee/Call
Deposit Receipt (CDR) from any scheduled bank. (Attach unhidden photocopy
with Technical Proposal and Original with Financial Proposal)
iv. Bidder must submit the income tax statement of its business for last two years
i.e. 2020-2021 and 2021-2022. Income tax statement of firm will be accepted. 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).
v. The bidder must possess valid Drug Manufacturing License issued by DRAP (in
case of manufacturers) and valid Drug Sale License (in case of sole agents/
importers).
vi. The bidder will provide valid Drug Registration Certificate on the name of bidder of
the quoted product (DRC must have quoted pack size). The product having less
than one-year experience will be ineligible.
vii. The bidder must possess valid Good Manufacturing Certificate (GMP) issued by
DRAP.
viii. Specifications quoted in the technical offer will be verified from samples provided
with the bid. Product that complies 100% with the required specifications and
fulfill the requirements as per rules shall be considered.
ix. 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.
x. 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.
xi. Two pack of samples for evaluation by the technical committee (Samples must be
of commercial pack).

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.

4 CREDIBILITY & CERTIFICATION OF MANUFACTURER Max 15


I. Valid ISO 17025 Certification for competence of Testing and Calibration
3
of Labs.

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

II. Valid ISO 14001 (certificate) 3


III. Valid International reputed certification
3
(WHO/UNICEF/JPMHLW/UNFPA/WFP/US-FDA/ PICS)
IV. Waste Water Treatment Plant (attach copy of layout plan and SOPs) 3
V. Registration of firm with IQVIA Solutions (formerly IMS) for each quoted 3
item.
5 QUALITY OF PRODUCT Max 05
If samples of quoted product declared sub-standard by DTL are less
05
than 1% during last Financial Year.
If samples of quoted product declared sub-standard by DTL are 1-2%
03
during last Financial Year.
If samples of quoted product declared sub-standard by DTL are 2-3%
01
during last Financial Year.
The bidder will provide undertaking on Rs.100/- notarized stamp paper. Data of substandard batches
may be verified from Drug Testing Laboratories.
6 NUMBER OF FUNCTIONAL STABILITY CHAMBER Max 6
No. of functional stability chamber 2-3 or 2
No. of functional stability chamber 4-6 or 4
No. of functional stability chamber 7 or above 6
The firm must submit undertaking on notarized stamp paper of worth Rs.100/-.The Firm will also
submit valid calibration/validation report.
7 STABILITY STUDIES Max 02

Accelerated Stability Study data of quoted item 01

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.

10 AVAILABILITY OF PRODUCT AT MAJOR CHAIN PHARMACIES Max. 05


Availability of product at major chain pharmacies having minimum 10 05
branches with in Punjab (one mark for each chain & maximum up to 5
marks) - Specialized Hospital Items may be exempted from said
requirement. In such cases Hospitals purchase orders (P.O) will be
considered maximum up to 5 Marks. (Purchase order along with delivery
Challan of pharmacy/Hospitals will be accepted only).
The firm will submit warranty Invoice (s). Warranty Invoice (s) shall be
issued by the authorized distributor to the chain pharmacy for the quoted
item from 1st January 2021 to 30th June 2022. Any false claim shall be
considered as fraudulent practice. Unnecessary/ irrelevant document should
not be part of bid. The firm will also submit undertaking on Rs.100 stamp
paper that its quoted product is available in retail chain as per provided
record submitted in bid.
GRAND TOTAL 70

QUALIFYING MARKS = 60% 42

QUALIFYING MARKS: 42 OUT OF 70 (60%)


Financial bids of only “Technically Responsive Bidders” will be opened.

(B) BID/ RFP TECHNICAL EVALUATION CRITERIA FOR DRUGS/


MEDICINES (FOR SOLE AGENT/ IMPORTERS OF FOREIGN
PRINCIPLE)
i. 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

ii. Original Tender Purchase Receipt obtained by Depositing Rs.1000/-(Non-


Refundable) to Cashier, Accounts Branch, PACP.
iii. Eligibility of Bidder as per Letter of invitation and Section II Clause 3.
iv. The bidder will submit 2 % bid security of estimated cost of each item as
mentioned in RFP Documents, in the form of Bank Draft/Bank Guarantee/Call
Deposit Receipt (CDR) from any scheduled bank. (Attach unhidden photocopy
with Technical Proposal and Original with Financial Proposal)
v. Bidder must submit the income tax statement of its business for last two years
i.e. 2020- 2021 and 2021-2022. Income tax statement of firm will be accepted.
Page 20
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

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

2 EXPERIENCE OF THE QUOTED PRODUCT


Max 10
SINCE 1st January 2021 to June 30, 2022 .
Supply of the quoted product Equivalent or Higher than the
10
advertised quantity in Public Sector.
Supply of the quoted product at least 70% or above of
07
total of advertised quantity in Public Sector.
Supply of the quoted product at least 50% to below 70% of
05
advertised quantity in Public Sector.
Supply of the quoted product at least 25% to below 50% of
03
advertised quantity in Public Sector.
The bidder shall provide (attach) Purchase order along with summary of purchase orders of
institutional sale.
BIDDER & MANUFACTURER RELATIONSHIP
3 Max 10
REGARDING IMPORT EXPERIENCE (IN CASE
OF SOLE AGENT)
Sole Agent Certification/Authorization from Manufacturer
Upto 2 years 05
Above 2 to 5 years 07
Above 5 years 10
4 LOCAL MARKET BUSINESS Max 15
How many years the quoted product is being marketed in
Pakistan?
Less than one year will not be considered
1 to 2 year 05
Above 2 to 5 years 10
Above 5 years 15
5 COMPLIANCE OF QUALITY STANDARDS OF QUOTED ITEM Max 05
Quality Compliance Standards (EMA/JMHLW/US FDA/prequalified
by WHO/The product having registration in Stringent Regulatory
Authorities (SRA) Founding Regulatory Members countries as 05
(Europe, USA, and Japan) and Standing Regulatory Members as
(Canada, Switzerland & Australia), Regulatory Members (Brazil,
China, Singapore, Republic of Korea).
6 QUALITY OF PRODUCT Max 05
If samples of quoted product declared sub-standard by DTL
05
are less than 1% during last Financial Year.
If samples of quoted product declared sub-standard by DTL are
03
1- 2%during last Financial Year.
If samples of quoted product declared sub-standard by DTL
01
are 2- 3% during last Financial Year.
The bidder will provide undertaking on Rs.100/- notarized stamp paper.
Data of substandard batches can be verified from Drug Testing

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.

AVAILABILITY OF QUOTED PRODUCT (P.O/


7 PERFORMA Max 10
INVOICE/ LC COPY ETC.) SINCE 1st January 2021 to 30th June 2022.
Developed Countries (USA/Europe/Japan/UK) 10
Or Other
Countries 1mark
per country 05
05 and above countries
GRAND TOTAL 65
QUALIFYING MARKS = 60%

QUALIFYING MARKS: 39 OUT OF 65 (60%)


Financial bids of only “Technically Responsive Bidders” will be opened.

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

31. Rejection of Bids


31.1 The Procuring Agency may reject any or all bids at any time prior to the
acceptance of a bid. The Procuring Agency shall upon request communicate to any
Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is
not required to justify those grounds.
31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause
30.1 Towards Bidders who have submitted bids.
32. Re-Bidding
32.1 If the Procuring Agency rejects all bids in pursuant to ITB Clause 30, it
may call for a re-bidding or if deems necessary and appropriate the Procuring
Agency may seek any alternative methods of procurement.
32.2 The Procuring Agency before invitation for re-bidding shall assess the
reasons for rejection and may revise specifications, evaluation criteria or any other
condition for Bidders, as it may deem necessary.
33. Announcement of Evaluation Report
33.1 The Procuring Agency shall announce the results of bid evaluation report
giving justification for acceptance or rejection of bids at least ten days prior to the
award of procurement Contract.
34. Award of Contract
35. Acceptance of Bid and Award criteria
35.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any
other law, rules & regulations, policy of the Government shall be awarded the Contract,
within the original or extended period of bid validity for complete package/Tender.
35.2 The Bidder having lesser Bid Security will be rejected as non-responsive and
Acceptance of Bid be awarded to next bidder; being the responsive lowest bidder.
35.3 Notice of the rejection of any or all bids shall be given promptly to the concerned
Bidders that submitted bids.
35.4 The items contained in the tender should be bid in total and technical rejection of any
item not complying with the technical specifications may lead to the rejection of complete
Tender.
36. Quantity of an Item
36.1 The Procuring Agency reserves the right at the time of Contract award to increase the
quantity of goods (15% as repeat order) originally specified in the Price Schedule and
Schedule of Requirements without any change in unit price or other terms and conditions.
37 Limitations on Negotiations
37.1 Save as otherwise provided there shall be no negotiations with the bidder having
submitted the lowest evaluated bid or with any other bidder: provided that the extent of the
negotiation permissible shall be subject to the regulations issued by the PPRA 2014 and its
subsequent amendments, if any.
38. Notification of Award
38.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify
the successful Bidder in writing by registered letter that its bid has been accepted.
38.2 The notification of Award shall constitute the formation of the Contract.

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

occur prior to the entry into force of the procurement contract.


42.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission
of his bid may lodge a written complaint concerning his grievances not later than ten days
after the announcement of the bid evaluation report.
42.3 The committee shall investigate and decide upon the complaint within fifteen days of
the receipt of the complaint.
42.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement
process.

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

BID DATA SHEET


ITB
CLAUE
Basic Eligibility requirements are as indicated in clause 3.
Additional Eligibility for
3 HIV Test-2, CD4 Count Test & HIV PCR Test Kits
1. Manufacturer / Importer / Registration Certificate Holder of DRAP for the quoted
products or its Authorized / Sole Agent / Distributors will beeligible.
2. Manufacturer / Importer/ Authorized/ Sole agent/ Distributor must possess & submit
valid establishment certificate/ license issued by DRAP Pakistan.
3. Valid enlistment/ registration certificate as per medical devices rules 2018 of the
quoted product issued by DRAP Pakistan.
4. Bidder will submit authorization of foreign manufacturer/ Local affiliate of original
foreign manufacturer with indication of manufacturing site andits location.
Note: For other Items see Evaluation Criteria
10 Language of Bid & correspondence shall be English.
14 For DDP, price shall be quoted in PKR including all the applicable taxes,
direct/ indirect cost.
17 2% of Estimated Cost as given in bidding documents against each Item with
title name “Project Director, PUNJAB AIDS CONTROL PROGRAM”
18 180 Days from the date of opening of bids.
19 Joint Venture is not allowed for this tender
Single Stage-Two Envelope Bidding Procedure (38) (2)(a) shall be used for
24
selection of Contractors.
Address for communication:
N/A Project Director
PUNJAB AIDS CONTROL PROGRAM
Address: 6-Birdwood Road Lahore
Performance Guarantee will be 5% of the Contract Value in the shape of Bank
40
Guarantee / Call Deposit Receipt (CDR) / Pay Order (PO) from any scheduled
bank.
Mode of penalty Delivery Period
41
Without Penalty 60 Days
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

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)

THIS CONTRACT is made at on day of 2022, between the


(hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm
having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the
Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

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

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

• 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

benefit from Government of the Punjab or any administrative subdivision or


agency thereof or any other entity owned or controlled by it (Government of the
Punjab) through any corrupt business practice.
• Without limiting the generality of the foregoing, [the Seller/ Supplier]
represents and warrants that it has fully declared the brokerage, commission, fees
etc. paid or payable to anyone and not given or agreed to giveand shall not give or agree
to give to anyone within or outside Pakistan either directly or indirectly through any
natural or juridical person, including its affiliate, agent, associate, broker, consultant,
director, promoter, shareholder, sponsor or subsidiary, any commission, gratification,
bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with
the object of obtaining or including the procurement of a Contract, right interest,
privilege or other obligation or benefit in whatsoever form from Government of the
Punjab,except that which has been expressly declared pursuant hereto.
• [The Supplier] certifies that has made and shall make full disclosure of all
agreements and arrangements with all persons in respect of or related to the
transaction with Government of the Punjab and has not taken any action or shall
not take any action to circumvent the above declaration, representation or
warranty.
• [The Supplier] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any
action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation
or benefit obtained or procured as aforesaid shall, without prejudice to any other
right and remedies available to Government of the Punjab under any law,
Contract or other instrument, be void able at the option of Government of the
Punjab.
• Notwithstanding any rights and remedies exercised by Government of the
Punjab in this regard, [The Supplier] agrees to indemnify Government of the
Punjab for any loss or damage incurred by it on account of its corrupt business
practices and further pay compensation to Government of the Punjab in an
amount equivalent to ten time the sum of any commission, gratification, bribe,
finder’s fee or kickback given by [The Seller/ Supplier] as aforesaid for the
purpose of obtaining or inducing the procurement of any Contract, right,
interest, privilege or other obligation or benefit in whatsoever form from
Government of the Punjab.
• In case of any dispute concerning the interpretation and/or application of this
Contract shall be settled through arbitration. The decisions taken and/or award
made by the Arbitrator shall be final and binding on the Parties.
• The Contract shall not constitute a partnership between the parties and that the
supplier shall not in any manner represent itself as agent or authorized
representative of the Procuring Agency of the Government of the Punjab etc. or
be considered as such included.
• This Contract shall be governed by the laws of Pakistan and the courts of
Pakistan shall have exclusive jurisdiction.
IN WITNESS Whereof the Parties hereto have caused this Contract to be

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

B. GENERAL CONDITIONS OF CONTRACT (GCC)


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 referencetherein.
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 kits and other items which the Supplier is required to supply to the
Procuring Agency under the Contract.
d. “The Services” means those services ancillaries to the supply of above goods, such as
printing of special instructions on the label and packing, design and logo of the
Procuring Agency, Insurance, transportation of goods up to the desired destinations,
commissioning, training and other such obligations of the supplier covered under the
Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means the Project Director, AIDS Control Program, Primary
& Secondary Healthcare Department, & its Health Facilities or the procuring agency
advertised the tender.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firms or joint venture supplying the goods under
this Contract.
j. “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 Country of origin of goods could be from any geographical region of the world as per
laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications.
4. Standards
4.1 The items should comply with the relevant international product quality standards or as
per standards mentioned in the specifications.
Use of Contract Documents and Information
5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose
the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or
information furnished by or on behalf of the Procuring Agency in connection therewith, to any
person other than a person employed by the 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.

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

installation protocols recommended by the manufacturers.


11. Delivery and Documents
11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements
shall make delivery of the goods which is maximum 60 Days (DDP) from the date of issuance
of this Purchase Order/Contract. The details of original documents to be furnished by the
Supplier is indicated in Technical Specifications.
12. Insurance
12.1 The goods supplied under the Contract shall be delivered duty paid (DDP) as
mentioned under which risk is transferred to the buyer after having been delivered to final
destination; hence, marine and inland insurance coverage is Supplier’s responsibility. The
Supplier shall ensure insurance in advance in full on prevailing premium rates at the time of
shipment of the Goods on the behalf of the Purchaser for which the cost is inclusive in the
Contract Price.
13. Transportation
13.1 The Supplier shall arrange such transportation of the goods as is required to prevent
their damage or deterioration during transit to their final destination as indicated in the Schedule
of Requirement.
13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by
the Supplier, and related cost shall be inclusive in the Contract price. The addresses of
destinations/ offices shall be provided at the time signing of Contract.
14. Incidental Services
14.1 The Supplier shall be required to provide all the incidental service charges and the cost
of such incidental services include in total Contract price.
14.2 The Procuring Agency will not pay any extra amount against any expenditure incurred
on it, as the Contract shall be construed as fixed amount Contract and includes all costs.
14.3 The Procuring Agency will provide all the necessary documentations for facilitation but
no amount to be given in any case except the Contracted amount.
14.4 The Procuring Agency will provide all necessary documents for facilitation and Custom
Clearance but no amount be given in any case except the Contracted amount. The Octroi,
Clearing Charges, transportation etc. will be borne by the Contractingfirm.
15. Warranty
15.1 The firm shall maintain the items for total comprehensive warranty period as mentioned
in technical specifications for complete system including parts & labour where applicable. The
supplier will categorically mention the disposable/consumable items of the items good in
advance along with the submitted tender, any item declaration as consumable/ disposable after
the submission of bid/quotation will not submitted.
15.2 The comprehensive warranty shall be monitored by P&SH Department/Concerned End
User.
16. Payment
16.1 The method and conditions of payment to be made to the Supplier under this Contract
shall be specified in SCC.

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

be paid by the Firm.


23. Termination for Default
23.1 The Procuring Agency, without prejudice to any other remedy 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 installments 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 8.2; or
b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the purpose
of this clause: “corrupt practice” means the offering, giving, receiving or soliciting
of anything of value to influence the action of a public official in the procurement
process or in Contract execution.
“fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a Contract to the detriment of the Procuring
Agency, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and
to deprive the Procuring Agency of the benefits of free and open competition.
23.2 Mechanism of blacklisting provided in rule 21 of Punjab Procurement Rules, 2014.
24. Force Majeure
24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not
be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting
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. For the purposes of
this clause Force Majeure means an act of God or an event beyond the control of the Supplier
and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis-
planning, mismanagement and/or lack of foresight to handle the situation. Such events may
include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or
revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight
embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring
Agency in writing with sufficient and valid evidence of such condition and the cause thereof.
The Committee of Health, constituted for Redressal of grievances, shall examine the pros and
cons of the case and all reasonable alternative means for completion of purchase order under
the Contract and shall submit its recommendations to the competent authority. However, 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 reasonable
alternative means for performance not prevented by the Force Majeure event.
25. Termination for Insolvency
25.1 The Procuring Agency may at any time terminate the Contract by giving written notice
of one-month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In
this event, termination shall be without compensation to the Supplier, provided that such
termination shall not prejudice or affect any right of action or remedy which has accrued or

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

shall accrue thereafter to the Parties.


26. Arbitration and Resolution of Disputes
26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicablyby
direct informal negotiation any disagreement or dispute arising between them under or in
connection with the Contract.
26.2 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 to the Arbitrator for resolution through
arbitration.
26.3 In case of any dispute concerning the interpretation and/or application of this Contract
shall be settled through arbitration. The arbitrator will be appointed with mutual consent of
both the parties. The decisions of the Arbitrator shall be final and binding on the Parties.
27. Governing Language
27.1 The Contract shall be written in English language. Subject to GCC Clause 28, 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 English.
28. Applicable Law
28.1 This Contract shall be governed by the Laws of Pakistan and the Courts of Pakistan
shall have exclusive jurisdiction.
29. Notices
29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the
other party in writing and confirmed to other party’s address specified in SCC.
29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is
later.

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

C. SPECIAL CONDITIONS OF CONTRACT (SCC)


Special Conditions of Contract shall be concluded between the Procuring Agency and the
successful bidder(s) as per specific requirement of the specific Product. In case where there is a
conflict between the general conditions of the contract and the special conditions of contract,the
special condition of contract shall prevail.
1. General:
1.1 Country of origin of goods could be from any geographical region of the world as per
laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications.
1.2 The fee of all necessary licenses required to install and operate the items shall be borne
by the Supplier and Procuring agency will facilitate through documents only.
1.3 The Bank Guarantee will be discharged after successful installation, commissioning,
servicing and completion of standard warranty period. A clearance letter/NOC will be issued
by the head of concerned institution in this regard.
1.4 Certificate from the manufacturer of foreign/ Local Principal that they will provide after
sales services through its agent and in case of change of its agent, it will provide the services
itself or newly appointed Sole agent/ Sole distributor.

2. Insurance of Local Goods


2.1 Insurance of Goods and other materials from factory to Site shall include all insurance
costs covering the responsibility of all losses or damages, while loading, unloading, storing,
trimming on the carrier and transporting to site up to the installation, testing & commissioning.
2.2 Checking and verifying of consignments, issuance of receiving reports and damage
Reports (when applicable) shall be the Contractor’s responsibility.
2.3 The cost of insurance shall be quoted on the basis of insurance through National
Insurance Company (NIC) of Pakistan or any other Insurance company operating in Pakistan
acceptable to the Procuring Agency.
3. Payment
3.1 The DDP payment will be made 100% after presentation of the delivery/
Installation/commissioning/completion report of the items and all other works described in
Contract.
4. Execution of Warranty
4.1 A Log Book for the items shall be maintained by the Supplier Service Engineer in
consultation with the end user department. This will include the name of the items, down time,
preventive maintenance schedule, replacement of parts, down time etc.
4.2 The Warranty will start from the date of acceptance of items (properly installed, as per
contracted specifications and handing over of related documents mentioned in GCC and will
last for its warranty period at 95% uptime.
4.3 The maintenance will be the responsibility of the manufacturer / their agent. An annual
optimal uptime of 95% is considered as acceptable level of performance.
4.4 Software and hardware up gradation of the computing system should be carried out as
available during warranty period as recommended by the manufacturer.
4.5 Manufacturer/Supplier shall be responsible for rectifying with all possible speed at their
Page 39
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.

c. 90% - 80% The warranty period will be extended by 3.0


times the number of days as extra
down time
d. Below 80% The warranty period will be extended by 4.0
times the number of days as extra downTime

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

5. Packing & Marking


5.1 Packing: Usual export packing to ensure safe journey up to the site of consignee.
Marking: Each packing should be clearly marked in suitable size in bold letters as per
requirement.
6. Trans-shipment
6.1 Trans-shipment is not allowed.
7. Place of delivery:
7.1 Punjab AIDS Control Program warehouse.
8. Port of Clearance
8.1 Port of Clearance will be any port in Pakistan.
9. Correspondence addresses

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

PERFORMANCE GUARANTEE FORM

To: [Name & Address of the Procuring Agency]

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.

And whereas we have agreed to give the Supplier a Guarantee:


Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the
Supplier, 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 Supplier to be in default under the
Contract and without cavil or argument, any sum or sums within the limits of [Amount of
Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.

This guarantee is valid until the day of , 20

Signature and Seal of the Guarantors/BankAddress

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

To: [Name and address of Procuring Agency] Date: Tender No:


Name of the Item:

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.

Name and address of bidderAmount and Currency


(if none, state “none”).”

Dated this day of , 2023


Signature
(in the capacity of)

Duly authorized to sign bid for and on behalf of Attachment

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

Tender No. and the name of the item ------------------------------------------------------------


listed in invitationof
Name of Item (As

Total Price for


each item(Pak
Country of Origin
Model
Make

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

Sign and Stamp of Bidder

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;

NAME OF DATE OF SOLE VALIDITY DATE OF SOLE


SR. NAME OF MANUFACTURER/ AUTHORIZATI N AUTHORIZATION
NO. THE COUNTRY
EQUIPMET

 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.

Name of the Firm:


Name & capacity of the Authorized Contact Person:
Signature of the Authorized Contact Person:
Date: Stamp of the 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.

PUNJAB AIDS CONTROL PROGRAM Primary & Secondary Healthcare Page 45


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

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. 2): TECHNICAL SPECIFICATIONS OF CD4 COUNT TESTS


ESTIMATED 2% BID
QUANTITY
NAME & TECHNICAL SPECIFICATIONS AMOUNT SECURITY
(UNIT)
(PKR) (PKR)
CD4 COUNT TESTS KITS:
In vitro quantitative measurement,
identification and enumeration of the
lymphocyte subset population i.e. CD3+/CD4+ T
cells (T -helper cells) in capillary or venous whole
blood.
9,725 Test 24,312,500/- 486,250/-
Shelf Life: As per govt. policy/ rules
Storage temperature: 2-30 oC.
In vitro diagnostic use only, Not for research
purpose.
Number of tests counted in each kit shall be those
which are performed for diagnosis exclusively
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

(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
human/operator error shall be compensated as well
but number of tests compensated against kits lost to
human/operator may not exceed 5% of total tests
purchased by procuring agency.
Machines/platforms for the usage of said kits (If not
available in PACP lab) will be provided by supplier
as well, along with installation and troubleshooting
services as well as regular calibration, maintenance,
upkeep, repair and decontamination of said
machinery.
4 hours electricity back up per instrument must be
provided by the supplier.
Supplier shall provide identical instruments to
increase throughput, having combined throughput
of 200 tests or more per 8-hour shift. Instruments
offered shall be the latest generation as currently
being marketed anywhere in the world. In case of
single cartridge based machines suppliers shall
provide at least 4 machines in reference lab.
Supplier will be responsible for technical support
for interfacing of Machine software with procuring
agency’s Lab Information System. Supplier will be
responsible for replacement of any non-functional
machinery and/or machinery parts within stipulated
timeframe depending on workload.
Supplier will be responsible for initial training and
refresher training of user staff in terms of machine
usage as well as biosafety procedures and
decontamination protocols as and when required.
Kit must be included in latest WHO pre-qualified
invitro diagnostic products for HIV.
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

(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

human/operator error shall be compensated as well


but number of tests compensated against kits lost to
human/operator may not exceed 5% of total tests
purchased by procuring agency.
Machines/platforms for the usage of said kits (If not
available in PACP lab) will be provided by supplier
as well, along with installation and troubleshooting
services as well as regular calibration, maintenance,
upkeep, repair and decontamination of said
machinery.
4 hours electricity back up per instrument must be
provided by the supplier. Decontamination of solid
waste as well as liquid waste after the tests
performance will also be provided by the supplier.
Instruments offered shall be the latest generation as
currently being marketed anywhere in the world.
Any obsolete instrument shall be replaced with the
new one.
Supplier shall provide identical instruments to
increase throughput, having combined throughput of
150 tests or more per 8-hour shift. Instruments
offered shall be the latest generation as currently
being marketed anywhere in the world.
Supplier will be responsible for technical support for
interfacing of Machine software with procuring
agency’s Lab Information System. Supplier will be
responsible for replacement of any non-functional
machinery and/or machinery parts within stipulated
timeframe depending on workload.
Supplier will be responsible for initial training and
refresher training of user staff in terms of machine
usage as well as biosafety procedures and
decontamination protocols as and when required.
WHO / FDA/ CE- IVD Marked,
Country of origin: USA, Europe and Japan

(LOT NO. 4): TECHNICAL SPECIFICATION OF O.I’s & STD’s MEDICINES


QUANTITY ESTIMATED 2% BID
NAME & TECHNICAL SPECIFICATIONS
(UNIT) AMOUNT SECURITY
Tab. Cotrimoxazole DS, Sulphamethoxazole 800 mg
+ Trimethoprim 160 mg (Co-trimoxazole), Blister 350,000 2,625,000/- 52,500/-
pack, pack of 400 or less,packed in carton
Cap. Azithromycin 250 mg, Azithromycin (as
dihydrate) 250mg Capsules/Tablets,Blister pack, 350,000 5,250,000/- 105,000/-
Pack of 10 or less. Packed in carton with leaflet.
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

Cap. Doxycycline 100 mg, Doxycycline 100mg (as


Hyclate) Capsules, BlisterPack. Pack of 120's or
less, packed in carton without leaflet. The 250,000 1,125,000/- 22,500/-
instructions for uses/side effects etc.should be
printed on the outer carton.

(LOT NO. 5): STATIONERY AND GENERAL STORE ITEMS

NAME & TECHNICAL QUANTITY ESTIMATED 2% BID


Sr. No.
SPECIFICATIONS (UNIT) AMOUNT SECURITY
Paper Ream A4, 80g (imported) Ream
1 500 1,050,000 21,000
500 Sheets
Paper Ream legal, 80g (imported) Ream
2 200 460,000 9,200
500 Sheets
3 Uni ball Black 150 18,000 360
4 Uni ball Blue 100 12,000 240
5 Uni ball Red 100 12,000 240
6 Gel pen Blue 150 14,250 285
7 Gel pen Black 100 9,500 190
8 Gel pen Red 100 9,500 190
9 Ball Point Blue, Fine quality 400 6,400 128
10 Ball Point Black, Fine quality 300 4,800 96
11 Ball Point Red, Fine quality 300 4,800 96
12 Highlighter Yellow 48 4,570 91
13 Highlighter Green 48 4,560 91
14 Highlighter Orange 48 4,560 91
15 Highlighter Pink 48 4,560 91
16 Permanent Marker Blue 48 3,600 72
17 Permanent Marker Black 48 3,600 72
18 Permanent Marker Red 48 3,600 72
19 Board Marker (Erasable) Blue 48 5,200 104
20 Board Marker (Erasable) Black 48 5,200 104
21 Board Marker (Erasable) Red 48 5,200 104
22 Register 200 leaves 50 38,000 760
23 Stock Register 200 leaves 24 30,000 600
24 Box File 200 88,000 1,760
25 Scotch Tape 2" 100 24,000 480
26 Scotch tape 1" 100 12,000 240
27 Packing Tape 2" 500 120,000 2,400
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

28 Double Tape 1" 50 13,500 270


29 Binding Tape 2 inches 50 17,500 350
30 Envelop Cloth A4 Size 300 8,100 162
31 Envelop Cloth Legal Size 300 10,500 210
32 Transparent Binding Sheet (100 Sheet) 48 57,600 1,152
33 Gum Stick 100 32,000 640
34 Stamp Pads 100 26,000 520
35 Sticky Note (Multicolor) Pack 100 18,000 360
36 Pin opener 50 8,000 160
37 Tag Cotton Pack 100 200 26,000 520
38 Stapler Pins 100 12,000 240
39 Stapler Machine Medium 24 15,600 312
40 Punch Machine Medium 22 19,800 396
41 Dustbin Plastic Medium 50 7,500 150
42 Tissue box Multi color (box) 300 135,000 2,700
43 Tissue Roll white (Roll) 500 75,000 1,500
44 Air Freshener 300ml 120 60,000 1,200

You might also like