<<

LIST OF DRUG / MEDICINES / SURGICAL ITEMES FOR

SINDH POLICE HOSPITAL, FOR THE YEAR 2016-2017

Sr. ARTICLE PRODUCT NAME / NOMENCLATURE APPROXIMATE OFFERER REMARKS Nos. QUANTITY RATE ANTIBIOTICS 01 CAP AMOXYCILLINE 500MG 10,000 02 CAP AMOXYCILLINE 250MG 15,000 03 SYP AMOXYCILLINE 250MG 3,000 04 SYP AMOXYCILLINE 125MG 5,000 05 INJ CLAVULANIC ACID+AMOXYCILLINE 1.2G 3,000 06 TAB CLAVULANIC ACID+AMOXYCILLINE 1MG 2,000 07 TAB CLAVULANIC ACID+AMOXYCILLINE 625MG 4,000 08 SYP CLAVULANIC ACID+AMOXYCILLINE 156MG 2,000 09 SYP CLAVULANIC ACID+AMOXYCILLINE 312MG 2,000 10 SYP CEPHALXIN 125MG 1,000 11 CAP CEPHALXIN 500MG 1,500 12 INJ CEFTAZIDIME 500MG 1,000 13 INJ CEFTAZIDIME 1GM 1,000 14 SYP CEFIXIME DS 1,500 15 TAB CEFIXIME 400MG 1,000 16 SYP CEFIXIME 400MG 1,000 17 SYP CEFIXIME 200MG 1,000 18 SYP KLIARITHROMYCIN 125MG 1,000 1 ST GENERATION 19 INJ CEPHRADINE 1 GM 1,000 20 CAP CEPHRADINE 500MG 1,000 21 SYP CEPHRADINE 125MG 1,000 3 RD GENERATION 22 INJ CEFTRIAXONE 1 GM 1,000 AMINOGLYCOSIDE GROUP 23 INJ GENTAMYCINE 80MG 2,000 24 INJ AMIKACIN 250MG 500 QUINOLONE GROUP 25 TAB CIPROFLOXACIN 500MG 10,000 26 TAB LEVOFLOXACIN 250MG 5,000 27 TAB LEVOFLOXACIN 500MG 5,000 SULPHA GROUP 28 SYP COTRIMAXZOLE 2,000 29 SYP COTRIMAXZOLE DS 3,000 TETRACYCLINE 30 CAP DOXYCYCLINE 100MG 10,000 MACROLIDE GROUP 31 TAB CLARTHROMYCINE 500MG 3,000 32 SYP AZETHROMYCINE 250MG 1,000 33 SYP AZETHROMYCINE 500MG 1,000 OTHERS GROUP 34 INJ LINCOMYCINE 600MG 500 ANTIMOUBIC / ANTIDIARRHOEAL 35 INJ METRONIDAZOLE 500MG (100ML) 6,000 36 TAB METRONIDAZOLE 200MG 10,000 37 TAB METRONIDAZOLE 400MG 4,000 38 SYP METRONIDAZOLE 5,000 39 SACHET ORS 5,000 ANTI MALARIAL 40 INJ ARTHEMETER 1,000 41 TAB ARTHEMETER+LUFENTRINE 40/240MG 5,000 42 SYP ARTHEMETER 2,000 SALICYLATES / ANTIARTHRITIC / PAINKILLERS 43 SYP PARACETAMOL 20,000 44 TAB PARACETAMOL 150,000 45 TAB MEFENEMIC ACID 10,000 46 INJ DICLOFENIC 75MG 7,000 47 TAB DICLOFENIC SODIUM 50MG 10,000 48 TAB IBUPROFEN 200MG 10,000 49 TAB IBUPROFEN 400MG 10,000 50 SYP IBUPROFEN 5,000 51 CAP INDOMETHACEN 10,000 52 INJ PROVAS (PARACETAMOL) 100ML 1,000 ANTI HISTAMINES 53 TAB CHLOROPHENRMINE 20,000 54 SYP CHLOROPHENIRMINE 10,000 55 TAB CITRIZINE 10,000 56 SYP PROMETHAZINE 1,000 57 SYP LORATIDINE 1,000 STEROIDS 58 INJ HYDROCARTISONE 250MG 1,000 59 INJ HYDROCARTISONE 100MG 1,000 60 TAB PINDRISALONE 5MG 5,000 61 INJ DEXAMETHASONE 1ML 5,000 ANTIACIDS / ANTIEMETIC / ANTIULCER 62 INJ RANITIDINE / FAMOTIDINE 150MG 1,000 63 TAB RANITIDINE / FAMOTIDINE 150MG 5,000 64 CAP ESOMEPRAZOLE 20MG 10,000 65 CAP OMEPRAZOLE 20MG 5,000 66 TAB METACLOPROMIDE 1,000 67 SYP METACLOPROMIDE 1,000 68 INJ TRANXAMIC ACID 250MG 1,000 69 CAP TRANXAMIC ACID 500MG 2,000 70 SYP LACTULOSE 1,000 71 TAB BISCODYL 1,000 72 LIQ KLEEN ENEMA 500 73 TAB GELLUSIL/AIMETHICON 5,000 74 SYP ANTACID AIMETHICON 5,000 CARDIAC MEDICINES BETABLOCKER 75 TAB ATENOLOL 50MG 2,000 76 TAB CAPOTEN 25MG 1,000 77 TAB ATENOLOL 100MG 1,000 CALCIUM CHANNEL BLOCKER 78 TAB AMLODIPINE 10MG 1,000 79 TAB AMLODIPINE 5MG 1,000 80 TAB NIFEDIQUNE 500 81 TAB DILTIAZEM 60MG 1,000 82 TAB AMLODIPINE+PERINDOPRIL 5/4MG 1,000 83 TAB AMLODIPINE+PERINDOPRIL 10/4MG 1,000 DIURETES 84 TAB SPIRONOLACTONE 100MG 500 85 INJ FRESEMIDE 20MG 500 86 TAB FRESEMIDE 40MG 1,000 INOTROPICS 87 INJ DIGOXIN 0.5MG 100 NITRATES 88 TAB GLYCERYL TRINIRATE 200 ANTI CHOLESTROL 89 TAB ATROVASTATINE 10MG 3,000 90 TAB ATROVASTATINE 20MG 1,000 ANTIPLATLATE 91 TAB ASPIRIN 75MG 2,000 OTHERS 92 INJ ADOENALINE 300 93 INJ SODABICARBONATE 200 DIABETIC TREATMENT 94 INJ INSULIN 70/30 2,000 95 TAB METFORMIN 500MG 10,000 96 TAB METFORMIN 850MG 5,000 97 TAB METFORMIN 1000MG 5,000 98 TAB GLICLAZIDE 80MG 4,000 BRONCHODILATORS 99 TAB SALBUTAMOL 4MG 3,000 100 SYP SALBUTAMOL 2,000 101 SOL SALBUTAMOL 200 102 TAB/CAP THEOPHYLLINE 300MG (TSR) 200 GYNAECOLOGICAL PREPARATIONS 103 INJ OXYTOCIN 3,000 104 CREAM E NITRATE 1000 M GOVULES 500 105 TAB DICLOFENIC SODIUM+MISOPROSTOL 200 300 OTHER HORMONAL PREPARATIONS 106 TAB MISOPROSIAL 200MG 500 107 TAB THYROXINE 200 ANAESTHETIC AGENTS 108 INJ ATROPINE 1ML 300 109 INJ XYLOCAINE 2% PLAIN 300 110 INJ XYLOCAINE 2% WITH ADERNALINE 300 111 INJ XYLOCAINE 4% 300 112 XYLOCAINE JELLY 300 113 INJ MAGNESIUM SULPHATE 200 DERMATOLOGICAL PREPARATION 114 CREAM POLYMYCIN B SULPHATE+BACITACIN ZINC 200 115 CREAM CLOTRIMAZOLE HYDROCORTISONE 1% 300 116 CREAM CLOTRIMAZOLE 1% 100 CORTICOSTERIOD TOPICAL 117 CREAM BETAMETHASONE 15 GM 300 118 OINT BETAMETHASONE 15 GM 300 119 CREAM BETAMETHASONE+NEOMYCINE 5GM 500 120 OINT BETAMETHASONE+NEOMYCINE 5GM 500 VITAMIN/IRON PREPARATION OTHERS 121 TAB MULTIVITAMIN 20,000 122 TAB B. COMPLEX 20,000 123 INJ B. COMPLEX 5,000 124 SYP B. COMPLEX 10,000 125 SYP B. COMPLEX WITH LYSINE 10,000 126 INJ IRON SUCROSE 2,000 127 TAB IRON POLYMALTOSE COMPLEX 3,000 128 TAB IRON+VITAMIN+B. COMPLEX+FOLIC ACID 3,000 129 TAB FOLIC ACID 10,000 130 INJ CALCIUM GLUCONATE 1,000 131 SYP FERROUS SULPHATE 2,000 132 TAB VITAMIN C 100MG 2,000 133 INJ VITAMIN K 1,000 134 INJ VITAMIN D3 1,000 INFUSION / DRIPS 135 INJ 0.9% NORMAL SALINE 100ML 2,000 136 INJ 0.9% NORMAL SALINE 1000ML 1,000 137 INJ 5% D/WATER 1000ML 5,000 138 INJ 5% D/SALINE 1000ML 5,000 139 INJ 10% D/WATER 1000ML 1,000 140 INJ RINGER LACTATE 500ML 5,000 141 INJ RINGER LACTATE 1000ML 2,000 OTHERS REAMAINING ITEMS 142 SYP SODIUM ACID CITRATE 5,000 143 INJ DISTILLED WATER 5CC 10,000 144 SYP MULTIVITAMIN 2,000 EYE/EAR/NOSE PREPARATIONS 145 DROP BETNESOL N EYE/EAR/NOSE 1,000 146 DROP GENTAMYCINE EAR/EYE 1,000 147 DROP CHLOROPHENICOL EYE 1,000 148 OINT CHLOROPHENICOL EYE 1,000 149 DROP CIPROFLOXACINE 500 150 DROP OFLOXACINE EYE 500 151 DROP TOBRAMYCINE 500 SYRUPS(ALREADY MENTIONED AT RESPECTIVE/RELATED FIELDS) 152 SYP COUGH EXPECTORANT 10,000 153 SYP PHOLCODINE 60ML 5,000 154 SYP SULPHADOXIN+PYRAMETHAMINE 15ML 1,000 SURGICAL/MISCELLANEOUS ITEMS 155 MISC PAPER PLASTER 500 156 MISC BABY SUCTION TUBE 8” 500 157 MISC CORD CLAMP 500 158 MISC FACE MASK 1,500 159 MISC ALCOHAL SPIRIT SUWAB 1,000 160 MISC SPIRIT 20 LITER 161 MISC STETHOSCOPE 50 162 MISC B.P. APPARATUS 20 163 MISC THERMOMETERS 50 164 MISC CTG ROLL 10 165 MISC SAVOLONE 100 166 MISC GULOCO METERS 5 167 MISC O 2 FLOWMETER 10 168 MISC ULTRA SOUND GELL 10 169 MISC ULTRA SOUND PAPER ROLL 12 170 MISC BANDAGES 10CM 5MTR 2,000 171 MISC BANDAGES 15CM 5MTR 2,000 172 MISC CREPE BANDAGES 4” 1,000 173 MISC CREPE BANDAGES 6” 1,000 174 MISC DISPOSABLE SYRINGES 3CC 5,000 175 MISC DISPOSABLE SYRINGES 5CC 2,000 176 MISC DISPOSABLE SYRINGES 10CC 100 177 MISC DISPOSABLE SYRINGES 50CC 100 178 MISC DRIP SET 20,000 179 MISC I,V CANNULA 18,20,22,24 WITH STOPPER 4,000 180 MISC I.V CHAMBER 500 181 MISC POP BANDAGES 6” 300 182 MISC NEEDLE CUTTING(ALL SIZE) 100 183 MISC SURGICAL GLOVES 6,61/2, 7, 71/2, 8 500 184 MISC SURGICAL DISPOSABLE GLOVES 200 185 MISC CAT GUT PLAN O 50 186 MISC CAT GUT CHROMIC O 10 187 MISC VICRYL / GLYTIN 0 10 188 MISC SURGICAL GAUZE THAN 2,000 189 MISC ECG ROLL 100 190 MISC HYDROGEN PEROXIDE 100 DENTAL ITEMS 191 MISC DENTAL BLOCK NEEDLE 200 192 MISC LA NEEDLE 200 193 MISC ROT CANAL SCALER 10 194 MISC FILLING MATERIAL 20 PKTS 195 MISC GP 15-40/45-80 20 PKTS 196 MISC TEMPARORY FILLING MATERIAL 30 PKTS 197 MISC DENTAL CARTRIDGES 200 198 MISC DENTAL CARTRIDGES WITH ADERNALINE 500 199 MISC HYDROGEN PEROXIDE 500 OTHERS MISC: /SURGICAL ITEMS 200 MISC TR. IODINE 450ML 50 201 MISC PYODINE 200 202 MISC INSULIN SYRINGES 1CC 200 OTHERS MEDICINES 203 SYP ELEMENTAL ZINC 500 204 INJ MECOBALAMIN 300 205 TAB MECOBALAMIN 2,000 206 CREAM KETOCONAZOLE 2% 500 207 CREAM FUSIDIC ACID 2% 500 208 SYP DOMPERIDONE 1,000

TENDER BID DOCUMENT PROCUREMENT OF DRUGS / MEDICINES / SURGICALS ETC ITEMS FOR THE YEAR 2016-2017 OF POLICE HOSPITAL GARDEN, KARACHI.

COST OF TENDER DOCUMENTS Rs1500/-Rupees One Thousand Five Hundred Only (Non Refundable) TENDER SELLING DATE From The date of Publishing to 16/01/2016 TENDER SUBMISSION DATE & TIME On 17/01/2016 At 11.30 AM TENDER SUBMISSION PLACE Office of The DIGP Training, Conference Room, 1st Floor Central Police Office, I. I Chandigarh Road, Karachi. TENDER OPENING DUE ON DATE:- 17/01/2016 TIME:- 12.00 Noon TENDER OPENING PLACE Office Of The DIGP Training, Sindh Conference Room, 1st Floor Central Police Office, I. I Chandigarh Road, Karachi.

Note:- No tender will be accepted after closing of the tender box, what so ever reason may be. Bidders are required to comply with all the clauses mentioned in the Terms and Conditions of the Bid Documents and any deviation will forbid them from competing in the tender.

( LIST ATTACHED PAGE NO.__ TO ) I N S T R U C T I O N S.

1. The tender should be accompanied with 2.5% pay order / demand draft of quoted items as security Deposit in the name of Medical Superintendent, Sindh Police Hospital, Karachi. 2. The Income Tax / GST will be deducted according to rules of / . 3. The tender will be responsible to deliver the tendered items on his own cost at Sindh Police Hospital, Karachi. 4. In case of short / late supply it will be purchased from open Market and difference if any will recovered from the Contractor. 5. Conditional / Incomplete Tenders will not be “Accepted”. 6. The Tender should be fulfilling all requirements as per Government rules. 7. Sample of all quoted items should be provided at the time of opening of technical envelop / evaluation otherwise tender will be Rejected. 8. Three (3) years Experience in relevant filed with documentary proof. 9. 03 Millions Turn per Anum Bank turn-over with Bank Certificate (Per year Separate Bank Certificate required). 10. Three (3) year Income Tax Return. (Photocopies must be enclosed) 11. The bidders is expected to examine the bidding documents, including all instructions, terms & conditions and specification Failure to furnish all information required by the bidding documents of submission of bid not substantially responsive to the bidding documents in every respect would result in the “REJECTION” of the bid. 12. Every page of the tender documents should be signed and stamp by the bidder. 13. All the relevant papers submitted by the bidders should be “PAGE NUMBER MARKED”, with Certificate Note for pages Number. Except tender book of this Hospital.

TERMS & CONDITION 1.1 Tender shall be submitted with all documents in sealed envelope with sealing wax. The envelope must contain tender inquiry No on the top of manufacturer and supplier should be affixed on the face of envelope at the Left side. 1.2 Tender must be filled in with Blue or Black ink in the column provided/ on separate letterhead duly signed. 1.3 The tender must be free erasing, cutting and over writing in case of erasing, cutting and over writing authorized person should initial and stamp it. 1.4 The rate of each item should be written in figure as well as in words. Arithmetical errors will be rectified on the basis if there is discrepancy between the unit price and the total price is obtained by multiplying the unit price and the quality, the unit price shall prevail and total shall be corrected. In case of discrepancy, the price in words will be taken as authenticated and final. 1.5 Conditional tender will be ignored and will not be considered / entertained / accepted. 1.6 Tenders form shall be accompanied by Earnest money @ 2.5% which should be financial bids of the value of stores quoted by them in form of call deposit/pay order/otherwise will not be entertained. 1.7 Original purchase receipt must be enclosed with their offer, and for alternate offer an additional purchase receipt is necessary otherwise alternate offer will not be considered. 1.8 The printed price list duly stamped & signed and the sample of quoted item must accompany the bids, quoted price should not exceed the market price.. 1.9 The tendered rate should be inclusive of all taxes , Income & Sale Tax etc payable to Provincial Government and no claim on this account shall be entertained. 1.10 The bidder shall furnish General Sales Tax (GST) Registration Certificate of the firm failing which the offer will be ignored. In case the item is exempted from G.S.T either documentary evidence or certificates from competent authority shall be attached with the offer. 1.11 One “SAMPLE TENDER PERFORMA” is supplied with the list items to be purchased. The items have to be quoted on the Performa, duly filled in stamped by the authorized bidder. No other Performa for tender will be accepted. Only those items shall by typed on the Performa for which the rates are to be quoted. In case of need of more Performa a photocopy can be used. Any alteration / correction must be initialed and each page is to be signed and stamped at the bottom. 1.12 The bidder shall furnish copy of valid professional Tax (Excise & Taxation) certificate/Income Tax & valid whole sale Drug License. 1.13 Schedule is prepared with the Generic name, however, the bidder may also mentioned the brand names against the generic one. 1.14 The dosage form strength and pack size offered for bidding in the tender shall be those which are registered / approved by the Ministry of Health. The dosage from strength and pack size quoted by the bidder shall confirm to ones mentioned in the tender form. 1.15 Registration number, make or origin of the country of the drug must be mentioned for each item, for which quotation is given, otherwise it will not be considered. The supplier will also provide warranty certificate at the time of supply of medicines. 1.16 Printed Price list shall be submitted along with the tender. The quoted rates once offered by the firm will not be changed during the contract period during the Current financial year. 1.17 Sample should be submitted at the time of opening of tender form for Technical & Evaluation by End User / Consultants otherwise tender will not be entertained. 1.18 All inject able (Powder form) should be included with Registered solvent and in single packing (of same batch). 1.19 All tablets and capsules should be in blister pack / standard packing of Multinational Firms are allowed. 1.20 All light sensitive drugs must be in amours color ampoules / Bottles and Aloe Aluminum foil pack.

SPECIAL CONDITIONS:

2.1 Store is required immediately. The tender may, however, give their short guaranteed delivery period by which the supply will be completed positively. No extension will be granted / accorded for the supply of initial quantity.

2.2. The Bidder shall quote their firm and final price both in figures & words in “Free” delivery basis to consignee end.

2.3 Store required within one (01) month (for indigenous goods) and within two (02) months (For imported goods) from the date of award of contact.

2.4 The tender is to be submitted by the manufacturer or the authorized sole distributors and imported for the supply of drugs / medicines. The authorized distribution must submit Authorization letter along with the contract signed between manufacturer and authorized in stamp paper of Rs.50/-

2.5 Distributor once nominated by the manufacturer will be for the whole contract period and manufacturer can not change its distributor during the year in any case in exceptional cases the tendering authority may approve changes.

2.6 No manufacturer shall authorize their distributor / agent / any firm or person to quoted the same item, which the manufacturer is quoting itself in any tender. Failing those offers of both the manufacturer as well as other bidder shall be ignored.

2.7 The supplier shall furnish the certificate from the manufacturer one who’s behalf they are participating to the effect that in case of the drug supplied declared sub- standard the participating firm as well as the manufacturer are equally responsible for legal consequences under purchase rules envisaging debarring purchase of risk and cost and black listing.

2.8 The successfully bidder shall pay the testing fees directly to the Provincial Drug Testing Lab for the batches to be supplied and should be extra quantity of drugs/medicines used for testing purpose.

2.9 The bidder shall confirm the refund of cost difference if the same medicines / drug is / was supplied at lower rates to any other Government / Semi Government Institutions or armed forces in the province or outside for local manufacturer in the same fiscal year, if medicines are manufactured in Sindh and quoted rate to other Province is found lower than payment will be made on lower rates to any province.

2.10 The envelope shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion.

2.11 Initially only envelope marked “TECHNICAL PROPOSAL” shall be opened.

2.12 It will be evaluated by the Technical Committee. 2.13 The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the procuring agency without being opened. Financial proposals will be opened of only technically qualified bidders. To non responsible bidders, financial bids will be returned unopened on the day of opening of financial Bids.

PURCHASE’S RIGHTS TO VARY QUANTITIES. The Punchers reserves the rights to increase / decrease or delete the quantities of medicines, Drugs/Surgical / Disposable items etc at the time of award of contract and also reserves the rights to enhances the quantities of goods / services originally specified in the schedule of requirements without any changes in unit price or other terms and conditions of good at any time during contract period. PURCHASERS RIGHTS TO ACCEPT ANY BID OR REJECT ANY OR ALL BIDS. The Purchasers reserves the rights to accept or reject any bid, and to annual the bidding process and reject all bids at any time prior to contract award without thereby incurring any liabilities to the affected bidder or bidders, on the grounds for the Purchasers action.

NOTIFICATION OF AWARD / ADVANCE CONTRACT. Prior to expiry of the period of bid validity, the Purchaser will notify that successful bidder writing about the acceptance of the offer delivery by hand or by registered letter.

The notification of award will constitute the formation of the contract.

AWARD OF CONTACT & CONTRACT AGREEMENT Subject to the fulfillment of all caudal formalities, the Purchaser will award the contract to the successful Bidder whose bid has been determined to be qualified to perform the contract satisfactory. Both the parties i.e. the purchaser and the supplier will sign the contract agreement on the stamp paper with stamp duties as per prevailing Government rules, the expenditure on the said contract agreement will be borne by the supplier.

SHELF LIFE REQUIRED. Manufacturer and expiry dates will be written on the each pack No drug/ medicines, surgical & disposable items will be accepted having expiry less than 95% of shelf life in case of local Manufacturer and 90% shelf life for imported items. The firm will be bound to replace the drugs/medicines three months before its expiry on the request of the institute / hospital administration.

CRITERIA FOR EVALUATION OF BIDS A. QUOTED PRICES. B. VALID WHOLE SALE DRUG LICENSE. C. VALID REGISTRATION INCOME / SALES TAX. D. COMPANY HISTORY YEARS IN BUSINESS. E. VALID REGISTRATION WITH EXCISE & TAXATION. F. AUTHORITY LETTER FROM MANUFACTURER. G. N.B. DEPARTMENT’S RESERVE THE RIGHTS TO ASK AND VERIFY ANY DOCUMENTS RELATED WITH MANUFACTURING OF ITEMS, TO ASSESS THE QUALITY. FEE OF AWARD OF CONTRACT. Services Charges @ 0.3% of the value of the contract will be realized / changed by the Accountant General Sindh, while payment of the contractors for award of each contract and credited to the receipt Head.

UNDERTAKING I/We read / understand the conditions specified in the tender inquiry and undertake.

11.1 That I/We will remain bounded to supply any items as an additional quantity at the rate on which said item I/We have supplied the same financial year.

11.2. That I/We agree whether our tender accepted for total, partial or enhanced quantity for all or any single item. I/We also agreed to supply and accept the said item at the rate for the supply of contracted quantity within the stipulated period shown in the contract.

11.3. I/We understand and ensure for the supply of quality medicines. I/We also agree to supply the 100% additional without any additional charges. If the supplies / part of the supplies declared sub-standard (under sub-standard items will be destroyed / not returned).

11.4 I/We understand and confirm the refund of cost difference of the same medicines / drugs is /was supplied at lower rate to any other Government / Semi Government Institution, Armed Forces in the provinces in the same fiscal year or to any other Province or Armed Forces in case Medicines manufactured within Sindh.

11.5. I/We undertake that, if any of the information in accordance to this tender enquiry found incorrect, our contract may be cancelled at any stage our cost and risk.

11.6 I/We undertake to on deposit the Drug Testing Fees per batch to the Director PDL Karachi and deposit directly to CDL if the assignment given tot he CDL.

OTHER DIRECTIONS 1. The income tax / GST will be deducted according to the rules of Government of Pakistan. 2. Tender responsible to deliver the good on his own cost at Bulk store Police Hospital, Garden Karachi. 3. In case of short supply it must reach within one hour otherwise it will be purchase at risk and cost of contractor.

TECHNICAL PROPOSAL 1. Original Tender receipt 2. Photo copy of pay order/ demand draft of earnest money in which amount should not be readable. 3. Copy of the bid offer (showing without rate) with signature & stamp. 4. Valid Manufacturing License. 5. Valid Whole sale Drug Licensee. 6. Authority Letter from Manufacturer/Importer. 7. Professional Tax Certificate (From Excise & Taxation Department). 8. NTN/GST Certificate. 9. Printed Price List of the Manufacturer/Importer. 10. The bidder shall furnish an Affidavit on non-Judicial stamp paper of Rs.100/- that the firm is not black listed in any Government Department. 11. GMP Certificate/ISO Certificate. 12. Bidder Company Profile. 13. Three Years Experience in relevant filed with documentary proof. 14. 03 Millions Turn per Anum Bank turn-over with bank Certificate (per year separate Bank Certificate required). 15. Three year Income Tax Return. (Photocopies must be enclosed)

FIANCIAL PROPOSAL: 1. Original pay order/Bank Draft of Earnest Money. 2. Original Copy of Bid offer with quoted price.

I/We solemnly declare that information furnished by me/us is correct to the best of my/our knowledge and found incorrect our contract will be liable to be terminated.

SIGNATUR OF THE CONTRACTOR WITH NAME & STAMP

NAME/FULL ADDRESS:______

CNIC NO.______

GST NO______

NTN NO.______

CELL NO.______LANDLINE NO.______

MISCELLANEOUS / SANITARY (HARDWARE) FITTING ITEMS SINDH POLICE HOSPITAL, KARACHI FOR THE YEAR 2016-17

S. NAME OF THE ARTICLES N0/ REQUIRED Qu0ted Rate in word Rate in NO QTY items/ Figure manufacturer 1 Acid for Cleaning (Best Quality) liters 200 ltrs 2 SOFT BROOM (BEST QUALITY) EACH 500 NOS 3 LIQU. HAND WASH (Best Quality) EACH 300 NOS 4 Bleaching Powder (Best Quality) Kg 100 kgs 5 Brown Bar Soap (Best Quality) Kg 1000 kgs 6 Cleaning Powder 500 GR (Best Quality) PKT 500 Pkts 7 Hard Brooms 600 Gr (Best Quality) Each 200 Nos. 8 SAFE GUARD SOAP 85G (OR EQUIVALENT) Each 300 Nos. 9 LEMON MAX SOAP 85G (OR EQUIVALENT) EACH 500 NOS 10 OT CHAPPAL (NYLON) ALL SIZE (Best Quality) EACH 50 PAIRS 11 VIM POWDER (OR EQUIVALENT) EACH 1000 NOS 12 PHENYLE CONCERNTRATED 500ML (Best Quality) EACH 500 NOS 13 PLASTIC DUST BIN LARGE SIZE 10 LITERS (Best EACH 100 NOS Quality) 14 PLASTIC DUST BIN SMALL SIZE 05 LITERS (Best EACH 200 NOS Quality) 15 NEEL ROBIN 400 G (OR EQUIVALENT) EACH 500 NOS 16 POLYTHANE BAGS SMALL / LARGE SIZE (Best KG 2000 KG Quality) 17 ROOM SPRAY / AIR FRESHNER (Best Quality) EACH 100 NOS 18 SODA ASH ICI (Best Quality) KG 100 KG 19 MOSQUITO SPRAY OIL 500ML (Best Quality) EACH 1000 NOS 20 SUTTER FOR CHINDI (Best Quality) KG 1000 KG 21 TISSUE PAPER (Best Quality) EACH 200 PKTS 22 BLEACH LIQUID (Best Quality) LITER 200 LITER 23 IRON TROLLEY FOUR WHEEL FOR SHIFTING OF EACH 2 NOS DRIPS/MEDICINES IN BULK STORE (Best Quality) 24 IRON TROLLEY FOR WASTE 0NE WHEEL (Best EACH 04 NOS Quality) 25 PLASTIC BUCKET LARGE SIZE (Best Quality EACH 50 NOS 26 VIPERS LARGE SIZE (Best Quality) EACH 50 NOS 27 MOP COMPILATE (BEST QUALITY) EACH 500 NOS 28 MAICANE TOSH (BEST Quality) METER 500 MTRS 29 HAND WASH (DETTOL/SAFE GURAD OR EACH 500 NOS EQUIVALENT) 30 LOCK CHINA (OR EQUIVALENT) EACH 100 NOS 31 GLASS FOR WATER (Best Quality) EACH 100 NOS 32 TISSUE PAPER ROLL (Best Quality) EACH 100 NOS 33 PIPE PLASTIC FOR GARDEN 1”(BEST Quality) FEET 2000 FEET 34 WATER PLANT FILTER (Best Quality) EACH 15 NOS 35 WATER CHILLER FILTER (Best Quality) EACH 15 NOS 36 DOOR LOCK (Best Quality EACH 30 NOS 37 DOOR STOPPER AUTO (Best Quality) EACH 30 NOS 38 DOOR KUNDI (Best Quality) EACH 30 NOS 39 DOOR CHUTKHANI (Best Quality) EACH 50 NOS ELECTRIC ITEMS 1 CELLING FAN COPPER (Pak Delux/GFC Delux) (OR EACH 50 NOS EQUIVALENT) 2 BRACKET FAN COPPER (Pak/GFC )Large Size (OR EACH 20 NOS EQUIVALENT) 3 EXHAUST FAN COPPER (Pak/GFC)Medium (OR EACH 10 NOS EQUIVALENT) 4 PEDISTAL FAN COPPER (Pak/GFC) 24” SIZE (OR EACH 06 NOS EQUIVALENT) 5 ELECTRI TUBE LIGHT CHOCK 40 W Philips (OR EACH 100 NOS EQUIVALENT) 6 HOTER FOR WATER (Best Quality) EACH 01 NO 7 ELECTRIC TUBE LIGHT COMPLETE 40 W (Philips) EACH 50 NOS (OR EQUIVALENT) 8 ELECTRIC TUBE LIGHT ROD 40 W Philips (OR EACH 20 NOS EQUIVALENT) 9 ELECTRIC TUBE LIGHT STARTER Philips (OR EACH 10 NOS EQUIVALENT) 10 ELECTRIC STABLIZER 2000 W COPPER WIRE (Best EACH 06 NOS Quality) 11 ELECTRIC STABLIZER 7000 W COPPER WIRE (Best EACH 100 NOS Quality) 12 ELECTRIC STABLIZER 10000 W COPPER WIRE (Best EACH 50 NOS Quality) 13 MOTER FOR WATER COPPER (Best Quality) EACH 02 NOS 14 UPS WITH BATTERY WITH INSTALATION 5000 W EACH 02 NOS (Best Quality) 15 ELECTRIC FAN HEATER 2000 W (Philips / National) EACH 30 NOS (OR EQUIVALENT) 16 A C / MOTER CAPICETER (Best Quality) EACH 20 NOS 17 EMERGENCY LIGHT (CHARGEABLE) 2 RODS EACH 10 NOS (Medium) Philips / National (OR EQUIALENT) 18 TORCH (CHARGEABLE) (Best Quality) EACH 20 NOS 19 SERVICE COPPER WIRE 7/52 (Best Quality) COIL 10 NOS 20 SERVICE COPPER WIRE 19/52 4 CORE (Best Quality) COIL 10 NOS 21 SERVICE COPPER WIRE 19/64 4 CORE (Best Quality) COIL 10 NOS 22 STERLIZER ELEMENT 2000 W (Best Quality) EACH 50 NOS 23 AUTO CLAVE ELEMENT 6000 W (Best Quality) EACH 10 NOS 24 UNIVERSAL POWER PLUG 35 Amp (OR EACH 50 NOS EQUIVALENT) 25 WIRE 4 CORE COPPER 37/83 (Best Quality) METER 100 METER 26 WIRE 4 CORE COPPER 19/83 (Best Quality) METER 100 METER 27 CUT OUT 15 Amp (Best Quality) EACH 10 NOS 28 CABLE LUX 120MM (OR EQUIVALENT) EACH 100 NOS 29 P G CLIP (Best Quality) EACH 100 NOS 30 NITO TAPE (OR EQUIVALENT) EACH 100 NOS 31 COPPER WIRE 30/29 (Best Quality) COIL 50 NOS 32 COPPER WIRE 7/29 (Best Quality) COIL 20 NOS 33 COPPER WIRE 7/36 (Best Quality) COIL 20 NOS 34 COPPER WIRE 7/44 (Best Quality) COIL 10 NOS 35 COPPER WIRE 7/52 (Best Quality) COIL 10 NOS 36 COPPER WIRE 40/76 (Best Quality) COIL 10 NOS 37 PIANO SWITCH 15 Amp (OR EQUIVALENT) EZCH 10 DOZEN DOZEN 38 PIANO SOCKET 15 Amp (OR EQUIVALENT) EACH 10 DOZEN DOZEN 39 SHEET FRAME 8X10 (Best Quality) EACH 06 DOZEN DOZEN 40 SHEET FRAME 10X12 (Best Quality) EACH 02 DOZEN DOZEN 41 SHEET FRAME 07X04 (Best Quality) EACH 10 DOZEN DOZEN 42 CHANGE OVER (Khaiber) (OR EQUIVALENT) EACH 02 NOS 43 A C CIRCUIIT BREAKER ( JAPAN ORIGINAL) 30 AmP EACH 20 NOS (OR EQUIVALENT) 44 A C CIRCUIT BREAKER (Japan Original) 20 Amp (OR EACH 20 NOS EQUIVALENT) 45 ELECTRIC 3POLE CIRCUIT BREAKER (Japan Original) EACH 10 NOS 100 Amp (OR EQUIVALENT) 46 ELECTRIC SAVER 32/52 W (Sogo/Philips) ONE YEAR EACH 1000 NOS WARRANTY (OR EQUIVALENT) 47 SODIUM SEARCH LIGHT 450 W COMPLETE (Best EACH 10 NOS Quality) 48 DUCK PATTI ¾” (10 FEET) (Best Quality) EACH 100 NOS 49 CAPICITOR 3.5 (Best Quality) EACH 100 NOS 50 SCREW MIX (Best Quality) EACH 500 NOS 51 UNIVERSAL SHEET (Best Quality) EACH 50 NOS 52 WOOD GITTI PKT 50 PKT 53 STEEL NAIL MIX PKT 100 PKT SANITORY (HARDWERE) FITTING ITEMS 54 PIPE COLD WATER FITTING (Best Quality) 10’ EACH 15 NOS 55 ELBOW (Best Quality) EACH 20 NOS 56 UNION (Best Quality) EACH 20 NOS 57 WALL (Best Quality) EACH 30 NOS 58 TEE, SOCKET ,ETC ITEMS MIX (Best Quality) EACH 100 NOS 59 NALKAY PLASTIC (Best Quality) EACH 500 NOS 60 WASH BAISAN NALKY WITH COMPILATE FITTING EACH 100 NOS (Best Quality) 61 WASH BAISAN/ FLESH TANK FITTING ASSOCCIRIES EACH 50 NOS (Best Quality) 62 WASH BAISAN/ FLESH TANK PLASTIC PIPE (Best Quality)

I N S T R U C T I O N S.

14. The tender should be accompanied with 2.5% pay order / demand draft of quoted items as security Deposit in the name of Medical Superintendent, Sindh Police Hospital, Karachi. 15. The Income Tax / GST will be deducted according to rules of Government of Sindh / Pakistan. 16. The tender will be responsible to deliver the tendered items on his own cost at Sindh Police Hospital, Karachi. 17. In case of short / late supply it will be purchased from open Market and difference if any will recovered from the Contractor. 18. Conditional / Incomplete Tenders will not be “Accepted”. 19. The Tender should be fulfilling all requirements as per Government rules. 20. Sample of all quoted items should be provided at the time of opening of technical envelop / evaluation otherwise tender will be Rejected. 21. Three (3) years Experience in relevant filed with documentary proof. 22. 03 Millions Turn per Anum Bank turn-over with Bank Certificate (Per year Separate Bank Certificate required). 23. Three (3) year Income Tax Return. (Photocopies must be enclosed) 24. The bidders is expected to examine the bidding documents, including all instructions, terms & conditions and specification Failure to furnish all information required by the bidding documents of submission of bid not substantially responsive to the bidding documents in every respect would result in the “REJECTION” of the bid. 25. Every page of the tender documents should be signed and stamp by the bidder. 26. All the relevant papers submitted by the bidders should be “PAGE NUMBER MARKED”, with Certificate Note for pages Number. Except tender book of this Hospital. GENERAL TERMS & CONDITION OF CONTRACT

1. I/We ______Muslim Adult, by Name of Company/Firm ______R/O ______bind myself / ourselves to supply the said items to the Sindh Police Hospital Garden, Karachi, during the financial year 2016-17 to until further orders. The articles are shown in Tender form and the rates are specified against each. The articles shall be of the best quality. The decision of the Medical Superintendent, Sindh Police Hospital Garden, Karachi, authorized by him to act on his behalf (therein called the said officer) in regard to the quality and kind of the articles shall be final and binding upon me / us. 2. The supplies shall be delivered whenever required in the presence of the said officer or his representative and myself / ourselves or my our authorized agent my / our agent / agents shall be responsible person/persons and his / their name shall be known to the said officer in case it is discovered otherwise this contract / tender will be cancelled and security money forfeited. 3. Should any delay occurs on my / our part or should I / We / Our agent fail to supply the articles at he given time and place the said officer may purchase them from the Market out of my / our 2.5% Security Deposit and the differences between the contract and Market rate shall be paid well by me / us. 4. The security money deposited by me/us shall be returned to me / us after successful completion of the contract and on my/our furnishing the usual No demand certificate. 5. Tender from shall be accompanied by 2.5% Earnest money as per tender form in shape of Call Deposit / Pay Order. 6. I Will supply all the items as offered by me in Tender during the financial year at same rate and cost without delay / fail. 7. The articles / stores will be delivered upon proper receipt signed by the authorized offer on the delivery Challan. The original challan will be attached with the bills. 8. The Medical Superintendent, Police Hospital Garden, Karachi reserves the right to cancel the part or whole Tenders without any reasons. 9. I / We perfectly understand all the above conditions and general directions to the contractor. I / We bind myself / ourselves to abide by them and I / We also understand my/our contract, is liable to terminate in case of breach of any of the terms of contract. In that case my / our security deposit will be forfeited by the Medical Superintendent, Police Hospital Garden, Karachi 10. The Medical Superintendent, Police Hospital Garden, Karachi reserves the Right to Increase or decrease the Quantity of any items schedules as and when it is deemed necessary without assigning any reason. 11. Delivery orders will be supplied within the stipulated date and time as given in the order, failing which security money will be forfeited. 12. In case of late delivery penalty of 2% of the total cost of the ordered items will be imposed after the expiry of the given period. 13. Medical Superintendent, Police Hospital Garden, Karachi reserve the right to impose the following penalties for any breach of the contract by bidders. (a) Forfeited of the Security Deposit 2.5% Pay order money. (b) Forfeited of payment. (c) Black Listing of the firm 14. I / We shall by the General Sales Tax rules as applicable. 15. The approved bidders has/have to deliver the material on F.O.R basis at Police Hospital Garden, Karachi (Hospital Premises). 16. Income Tax, GST and SST will be deducted as per rules, on the purchase / Services. 17. The envelope shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. 18. 2.11 Initially only envelope marked “TECHNICAL PROPOSAL” shall be opened. 19. 2.12 It will be evaluated by the Technical Committee. 20. 2.13 The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the procuring agency without being opened. Financial proposals will be opened of only technically qualified bidders. To non responsible bidders, financial bids will be returned unopened on the day of opening of financial Bids. OTHER DIRECTIONS. EVALUATION CRITERIA TECHNICAL PROPOSAL Should have the following Documents.

16. Original Tender receipt 17. Photo copy of pay order/ demand draft of earnest money in which amount should not be readable. 18. Copy of the bid offer (showing without rate) with signature & stamp. 19. Valid Manufacturing License. 20. Valid Whole sale Drug Licensee. 21. Authority Letter from Manufacturer/Importer. 22. Professional Tax Certificate (From Excise & Taxation Department). 23. NTN/GST Certificate. 24. Printed Price List of the Manufacturer/Importer. 25. The bidder shall furnish an Affidavit on non-Judicial stamp paper of Rs.100/- that the firm is not black listed in any Government Department. 26. GMP Certificate/ISO Certificate. 27. Bidder Company Profile. 28. Three Years Experience in relevant filed with documentary proof. 29. 03 Millions Turn per Anum Bank turn-over with bank Certificate (per year separate Bank Certificate required). 30. Three year Income Tax Return. (Photocopies must be enclosed)

FIANCIAL PROPOSAL: 3. Original pay order/Bank Draft of Earnest Money. 4. Original Copy of Bid offer with quoted price.

I/We solemnly declare that information furnished by me/us is correct to the best of my/our knowledge and found incorrect our contract will be liable to be terminated.

SIGNATUR OF THE CONTRACTOR WITH NAME & STAMP

NAME/FULL ADDRESS:______

CNIC NO.______

GST NO______

NTN NO.______

CELL NO.______LANDLINE NO.______

TENDER BID DOCUMENT PROCUREMENT OF OTHER MISCELLANEOUS / SAINTORY FITTING ITEMS FOR THE YEAR 2016-2017 OF POLICE HOSPITAL GARDEN, KARACHI.

COST OF TENDER DOCUMENTS Rs1000/-Rupees One Thousand Only (Non Refundable) TENDER SELLING DATE From The date of Publishing to 16/01/2016 TENDER SUBMISSION DATE & TIME On 17/01/2016 At 11.30 AM TENDER SUBMISSION PLACE Office of The DIGP Training, Sindh Conference Room, 1st Floor Central Police Office, I. I Chandigarh Road, Karachi. TENDER OPENING DUE ON DATE:- 17/01/2016 TIME:- 12.00 Noon TENDER OPENING PLACE Office Of The DIGP Training, Sindh Conference Room, 1st Floor Central Police Office, I. I Chandigarh Road, Karachi.

Note:- No tender will be accepted after closing of the tender box, what so ever reason may be. Bidders are required to comply with all the clauses mentioned in the Terms and Conditions of the Bid Documents and any deviation will forbid them from competing in the tender. ( LIST ATTACHED PAGE NO.__ TO ) LIST OF DIET ARTICLES FOR INDOOR PATIENTS OF SINDH POLICE HOSPITAL, KARACHI FOR THE YEAR 2016-2017

S.NO NAME OF THE ARTICLES UNIT OF REQUIREMENT QUOTED RATE RATE IN MEASUREMENT ITEMS IN WORD FIGURE SCHEDULE NO ( 01 ) SEASONAL FRUITS FRESH 1 KINU (BEST QUALITY) PER DOZEN AS PER REQUIREMENT 2 CHIKU (BEST QUALITY) PER KG AS PER REQUIREMENT 3 MANGO (SIDHRI/SAROLI/ CHONSA) PER KG AS PER REQUIREMENT 4 BANANA (BEST QUALITY) PER DOZEN AS PER REQUIREMENT 5 APPLES (GOLDEN BEST QUALITY) PER KG AS PER REQUIREMENT 6 SWEET LEMON (MITHA) (BEST QUALITY) PER DOZEN AS PER REQUIREMENT SCHEDULE NO (02) BAKERY/DAIRY ITEMS FRESH 1 FRESH BREAD WHITE (Double Roti) in PIECES PER KG AS PER REQUIREMENT 2 EGGS HEN PER DOZEN AS PER REQUIREMENT 3 MILK PACKET 500ML PER PKT AS PER REQUIREMENT 4 CURD / YOUGRAT PER KG AS PER REQUIREMENT 5 BUTTER BLUE BAND MARGIRINE 10GM PER PKT AS PER REQUIREMENT 6 JAM (SHEZAN / AHMED) PER PKT AS PER REQUIREMENT SCHEDULE NO (03) CHICKEN/BEEF/MUTTON/FISH AS PER REQUIREMENT 1 MUTTON FRESH PER KG AS PER REQUIREMENT 2 BEEF FRESH PER KG AS PER REQUIREMENT 3 CHICKEN FRESH PER KG AS PER REQUIREMENT 4 BEEF MINCED WITHOUT BONE PER KG AS PER REQUIREMENT 5 FISH FRESH (BEST QUALITY) PER KG AS PER REQUIREMENT SCHEDULE (04) SEASONAL VEGETABLE FRESH 1 TINDA (BEST QUALITY) PER KG AS PER REQUIREMENT 2 LADY FINGER(BEST QUALITY) PER KG AS PER REQUIREMENT 3 TAURI SINDHI(BEST QUALITY) PER KG AS PER REQUIREMENT 4 POTATOES(BEST QUALITY) PER KG AS PER REQUIREMENT 5 PEAS GREEN (BEST QUALITY) PER KG AS PER REQUIREMENT 6 SPINNACH PALAK SINDHI (BEST QUALITY) PER KG AS PER REQUIREMENT 7 CAULI FLOWER (BEST QUALITY) PER KG AS PER REQUIREMENT 8 CABBAGE (BEST QUALITY) PER KG AS PER REQUIREMENT 9 CARROT(BEST QUALITY) PER KG AS PER REQUIREMENT 10 GINGER (BEST QUALITY) PER KG AS PER REQUIREMENT 11 MINT (BEST QUALITY) PER KG AS PER REQUIREMENT 12 CHILI GREEN (BEST QUALITY) PER KG AS PER REQUIREMENT 13 ONION (BEST QUALITY) PER KG AS PER REQUIREMENT 14 TOMATOES (BEST QUALITY) PER KG AS PER REQUIREMENT 15 EGGPLANT (Baigan) (BEST QUALITY) PER KG AS PER REQUIREMENT 16 GARLIC (Lahsan) (BEST QUALITY) PER KG AS PER REQUIREMENT 17 HARA DHANIA (BEST QUALITY) PER KG AS PER REQUIREMENT 18 SHALJAM (BEST QUALITY) PER KG AS PER REQUIREMENT 19 CHAPPAN KADU(BEST QUALITY) PER KG AS PER REQUIREMENT 20 HALWA KADU(BEST QUALITY) PER KG AS PER REQUIREMENT 21 KHEERA(BEST QUALITY) PER KG SCHEDULE (05) DRY RATION 1 ATTA WHEAT CHAKI (BEST QUALITY) PER KG AS PER REQUIREMENT 2 SUGAR WHITE REFINED (BEST QUALITY) PER KG AS PER REQUIREMENT 3 RICE COL BASMATI(BEST QUALITY) PER KG AS PER REQUIREMENT 4 RICE BASMATI BROKEN (BEST QUALITY) PER KG AS PER REQUIREMENT 5 DALL MOUNG WASHED (BEST QUALITY) PER KG AS PER REQUIREMENT 6 DALL MASOOR WASHED (BEST QUALITY) PER KG AS PER REQUIREMENT 7 DRY MILK POWDER (BEST QUALITY) PER KG AS PER REQUIREMENT 8 RED CHILI POWDER(BEST QUALITY) PER KG AS PER REQUIREMENT 9 DHANIA POWDER (BEST QUALITY) PER KG AS PER REQUIREMENT 10 HALDI POWDER (BEST QUALITY) PER KG AS PER REQUIREMENT 11 SALT POWDER IODIZED(BEST QUALITY) PER KG AS PER REQUIREMENT 12 GARM MASALA (BEST QUALITY) PER KG AS PER REQUIREMENT 13 CARDMEN SMALL (BEST QUALITY) PER KG AS PER REQUIREMENT 14 ALMOND GREE (BEST QUALITY) PER KG AS PER REQUIREMENT 15 COCONUT GREE (BEST QUALITY) PER KG AS PER REQUIREMENT 16 PISTA GREE (BEST QUALITY) PER KG AS PER REQUIREMENT 17 KISHMISH (BEST QUALITY) PER KG AS PER REQUIREMENT 18 COLOR FOR ZAEDA(BEST QUALITY) PER KG AS PER REQUIREMENT 19 TEZ PAT/DANEDAR (BEST QUALITY) PER KG AS PER REQUIREMENT 20 TEA LEAVE (Lipton/Tapal/Brok Bond) PER KG AS PER REQUIREMENT 21 COOKING OIL (Dalda/Soya Supreme/Habib/Eva) PER KG AS PER REQUIREMENT 22 SUJI (BEST QUALITY) PER KG AS PER REQUIREMENT 23 VERMICELLI (BEST QUALITY) PER KG AS PER REQUIREMENT 24 CHANNA SABIT (Kabuli) PER KG AS PER REQUIREMENT 25 BASIN POWDWE (BEST QUALITY) PER KG AS PER REQUIREMENT 26 BEAN (BEST QUALITY) PER KG AS PER REQUIREMENT 27 ORS RICE PKT (BEST QUALITY) PER KG AS PER REQUIREMENT 28 DALL CHANNA (BEST QUALITY) PER KG AS PER REQUIREMENT 29 ICE SLAB PER KG AS PER REQUIREMENT

TENDER BID DOCUMENT PROCUREMENT OF DIET ITEMS FOR INDOOR PATIENTS FOR THE YEAR 2016-2017 OF POLICE HOSPITAL GARDEN, KARACHI.

COST OF TENDER DOCUMENTS Rs.500/-Rupees Five Hundred Only (Non Refundable) TENDER SELLING DATE From The date of Publishing to 16/01/2016 TENDER SUBMISSION DATE & TIME On 17/01/2016 At 11.30 AM TENDER SUBMISSION PLACE Office of The DIGP Training, Sindh Conference Room, 1st Floor Central Police Office, I. I Chandigarh Road, Karachi. TENDER OPENING DUE ON DATE:- 17/01/2016 TIME:- 12.00 Noon TENDER OPENING PLACE Office Of The DIGP Training, Sindh Conference Room, 1st Floor Central Police Office, I. I Chandigarh Road, Karachi.

Note:- No tender will be accepted after closing of the tender box, what so ever reason may be. Bidders are required to comply with all the clauses mentioned in the Terms and Conditions of the Bid Documents and any deviation will forbid them from competing in the tender.

( LIST ATTACHED PAGE NO.__ TO )

I N S T R U C T I O N S.

27. The tender should be accompanied with 2.5% pay order / demand draft of quoted items as security Deposit in the name of Medical Superintendent, Sindh Police Hospital, Karachi. 28. The Income Tax / GST will be deducted according to rules of Government of Sindh / Pakistan. 29. The tender will be responsible to deliver the tendered items on his own cost at Sindh Police Hospital, Karachi. 30. In case of short / late supply it will be purchased from open Market and difference if any will recovered from the Contractor. 31. Conditional / Incomplete Tenders will not be “Accepted”. 32. The Tender should be fulfilling all requirements as per Government rules. 33. Sample of all quoted items should be provided at the time of opening of technical envelop / evaluation otherwise tender will be Rejected. 34. Three (3) years Experience in relevant filed with documentary proof. 35. 03 Millions Turn per Anum Bank turn-over with Bank Certificate (Per year Separate Bank Certificate required). 36. Three (3) year Income Tax Return. (Photocopies must be enclosed) 37. The bidders is expected to examine the bidding documents, including all instructions, terms & conditions and specification Failure to furnish all information required by the bidding documents of submission of bid not substantially responsive to the bidding documents in every respect would result in the “REJECTION” of the bid. 38. Every page of the tender documents should be signed and stamp by the bidder. 39. All the relevant papers submitted by the bidders should be “PAGE NUMBER MARKED”, with Certificate Note for pages Number. Except tender book of this Hospital.

GENERAL TERMS & CONDITION OF CONTRACT

21. I/We ______Muslim Adult, by Name of Company/Firm ______R/O ______bind myself / ourselves to supply the said items to the Sindh Police Hospital Garden, Karachi, during the financial year 2016-17 to until further orders. The articles are shown in Tender form and the rates are specified against each. The articles shall be of the best quality. The decision of the Medical Superintendent, Sindh Police Hospital Garden, Karachi, authorized by him to act on his behalf (therein called the said officer) in regard to the quality and kind of the articles shall be final and binding upon me / us. 22. The supplies shall be delivered whenever required in the presence of the said officer or his representative and myself / ourselves or my our authorized agent my / our agent / agents shall be responsible person/persons and his / their name shall be known to the said officer in case it is discovered otherwise this contract / tender will be cancelled and security money forfeited. 23. Should any delay occurs on my / our part or should I / We / Our agent fail to supply the articles at he given time and place the said officer may purchase them from the Market out of my / our 2.5% Security Deposit and the differences between the contract and Market rate shall be paid well by me / us. 24. The security money deposited by me/us shall be returned to me / us after successful completion of the contract and on my/our furnishing the usual No demand certificate. 25. Tender from shall be accompanied by 2.5% Earnest money as per tender form in shape of Call Deposit / Pay Order. 26. I Will supply all the items as offered by me in Tender during the financial year at same rate and cost without delay / fail. 27. The articles / stores will be delivered upon proper receipt signed by the authorized offer on the delivery Challan. The original challan will be attached with the bills. 28. The Medical Superintendent, Police Hospital Garden, Karachi reserves the right to cancel the part or whole Tenders without any reasons. 29. I / We perfectly understand all the above conditions and general directions to the contractor. I / We bind myself / ourselves to abide by them and I / We also understand my/our contract, is liable to terminate in case of breach of any of the terms of contract. In that case my / our security deposit will be forfeited by the Medical Superintendent, Police Hospital Garden, Karachi 30. The Medical Superintendent, Police Hospital Garden, Karachi reserves the Right to Increase or decrease the Quantity of any items schedules as and when it is deemed necessary without assigning any reason. 31. Delivery orders will be supplied within the stipulated date and time as given in the order, failing which security money will be forfeited. 32. In case of late delivery penalty of 2% of the total cost of the ordered items will be imposed after the expiry of the given period. 33. Medical Superintendent, Police Hospital Garden, Karachi reserve the right to impose the following penalties for any breach of the contract by bidders. (d) Forfeited of the Security Deposit 2.5% Pay order money. (e) Forfeited of payment. (f) Black Listing of the firm 34. I / We shall by the General Sales Tax rules as applicable. 35. The approved bidders has/have to deliver the material on F.O.R basis at Police Hospital Garden, Karachi (Hospital Premises). 36. Income Tax, GST and SST will be deducted as per rules, on the purchase / Services. 37. The envelope shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. 38. 2.11 Initially only envelope marked “TECHNICAL PROPOSAL” shall be opened. 39. 2.12 It will be evaluated by the Technical Committee. 40. 2.13 The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the procuring agency without being opened. Financial proposals will be opened of only technically qualified bidders. To non responsible bidders, financial bids will be returned unopened on the day of opening of financial Bids. OTHER DIRECTIONS. EVALUATION CRITERIA TECHNICAL PROPOSAL Should have the following Documents.

31. Original Tender receipt 32. Photo copy of pay order/ demand draft of earnest money in which amount should not be readable. 33. Copy of the bid offer (showing without rate) with signature & stamp. 34. Valid Manufacturing License. 35. Valid Whole sale Drug Licensee. 36. Authority Letter from Manufacturer/Importer. 37. Professional Tax Certificate (From Excise & Taxation Department). 38. NTN/GST Certificate. 39. Printed Price List of the Manufacturer/Importer. 40. The bidder shall furnish an Affidavit on non-Judicial stamp paper of Rs.100/- that the firm is not black listed in any Government Department. 41. GMP Certificate/ISO Certificate. 42. Bidder Company Profile. 43. Three Years Experience in relevant filed with documentary proof. 44. 03 Millions Turn per Anum Bank turn-over with bank Certificate (per year separate Bank Certificate required). 45. Three year Income Tax Return. (Photocopies must be enclosed)

FIANCIAL PROPOSAL: 5. Original pay order/Bank Draft of Earnest Money. 6. Original Copy of Bid offer with quoted price.

I/We solemnly declare that information furnished by me/us is correct to the best of my/our knowledge and found incorrect our contract will be liable to be terminated.

SIGNATUR OF THE CONTRACTOR WITH NAME & STAMP

NAME/FULL ADDRESS:______

CNIC NO.______

GST NO______

NTN NO.______

CELL NO.______LANDLINE NO.______