State Pharmaceuticals Corporation of Sri Lanka s6

Total Page:16

File Type:pdf, Size:1020Kb

State Pharmaceuticals Corporation of Sri Lanka s6

PROCUREMENT NOTICE STATE PHARMACEUTICALS CORPORATION OF SRI LANKA

The Chairman, Procurement Committee of the State Pharmaceuticals Corporation of Sri Lanka, Colombo 01 invites sealed quotations from registered and previous sources for following items and bids will be closed at the respective times on the dates given below and will be opened immediately thereafter. (E. mail /Fax offers as well as FOB offers are not acceptable)

Sealed Bids may be sent by post under registered cover or may be personally deposited in the box available for this purpose at Internal Audit Department in the mezzanine floor of the State Pharmaceuticals Corporation at No. 75, Sir Baron Jayatillake Mawatha, Colombo 1, Sri Lanka.

Bidders or their authorised representatives will be permitted to be present at the time of opening of Bids.

SURGICAL SPECIAL ITEMS

Tender No./Bid. Closing Date Closing Time Item Quantity Reference

DHS/RSS/RQ/53/15 20.07.2015 2.00 PM Surgical Consumables

DHS/RSS/RQ/58/15 03.08.2015 2.00 PM Arthroscopy system with 01 shaving accessories (without Monitor).

DHS/RSS/RQ/59/15 27.07.2015 2.00 PM Surgical Consumables

DHS/RSS/RQ/60/15 29.07.2015 2.00 PM Dental Mouth props & Saw Blades

PHARMACEUTICALS ITEMS

TENDER CLOSING DATE CLOSING ITEM QUANTITY NO/BID TIME REFERENCE DHS/RP/241/15 16th July 2015 3.00 P.M. Timololmeleate Eye drops BP 0.25% 12,750 Vials -5ml DHS/RP/253/15 16th July 2015 3.00 p.m Pyrazinamide Tablets 500mg 255,000 tablets DHS/RP/254/15 16th July 2015 3.00 p.m Beclomethazone Dipropionate Aresol 300,000 Inhaler 250mcg Inhalers DHS/RP/257/15 16th July 2015 3.00P.M. Calcitriol Capsules BP, 250ng 2,400,000 Capsules DHS/RP/260/15 16th July 2015 3.00P.M. Atomoxetine hydrochloride Capsule 250,000 10mg Capsules DHS/RP/267/15 16th July 2015 3.00P.M. Basic Fuchsin USP [Magenta Crystals] 700g DHS/RP/279/15 16th July 2015 3.00P.M. Single rod subdermalimplant 10,000 sets [Etonogestrel Implant Singlerod] DHS/RP/282/15 16th July 2015 3.00P.M. Metoprolol tartrate tablets 50mg 1,300,000 tablets DHS/RP/283/15 16th July 2015 3.00P.M. Fucidic Acid eye drops BP 1% 50,000 vials DHS/RP/289/14 16th July 2015 3.00P.M. Chloramphenicol capsules BP 250mg 30,000 capsules

LAB ITEMS

TENDER NO/BID CLOSING CLOSING ITEM QTY REFERENCE DATE TIME

DHS/RL/81RS/15 30.07.2015 02.30 P.M. 7/52010801 50 Nos Injection files (to break the glass ampoules & vials).

DHS/RL/71CPW/14 06.08.2015 02.30 P.M. 01/823987 20 Nos Autcclave basket, stainless steel, diameter 395mm

SURGICAL ANNUAL ITEMS TENDER NO/BID CLOSING CLOSING ITEM QUANTITY REFERENCE DATE TIME DHS/RS/RQ/115/15 17.07.2015 2.00 P.M. 1. Gastro – Duodenal Tube Ryle Type. 12,600 Nos. (Various Sizes) 2. Stomach tube red rubber. 1,000 Nos. 3. Stomach Tube. 35,400 Nos. (Various Sizes) 4. Suction Set Yankeur. 43,000 Nos. 5. ERCP Cannula. 100 Nos. 6. Inflation Device. 30 Nos. 7. Billary Tract Dilation Balloon. 30 Nos. 8. Sclerotherapy Set. 300 Nos. 9. Endoscopic Cytology Brush. 30 Nos.

DHS/RS/RQ/116/15 21.07.2015 2.00 P.M. Surgical Sutures, Non absorbable. 46,000 Nos. (Various Sizes) DHS/RS/RQ/117/15 21.07.2015 2.00 P.M. Surgical Sutures, Non absorbable. 23,000 Nos. (Various Sizes) DHS/RS/RQ/118/15 21.07.2015 2.00 P.M. Surgical Sutures, Non absorbable. 45,000 Nos. (Various Sizes) DHS/RS/RQ/119/15 24.07.2015 2.00 P.M. Surgical Sutures, Non absorbable. 69,000 Nos. (Various Sizes) DHS/RS/RQ/120/15 24.07.2015 2.00 P.M. 1. Suction Catheters. 2,000 Nos. 2. Airways Guedel Type. 1,950 Nos. (Various Types) 3. Bacterial / Viral Filter Adult. 35,000 Nos. 4. Adult Venturi Kit. 4,500 Nos. DHS/RS/RQ/121/15 24.07.2015 2.00 P.M. 1. Endotracheal Tubes. 2,780 Nos. (Various Sizes) 2. Catheter Mount Tube with angle piece. 8,000 Nos. 3. Pencil Point Spinal Needle. 4,000 Nos. DHS/RS/RQ/122/15 24.07.2015 2.00 P.M. Black compound / Gutta percha. 30 Nos.

DHS/RS/RQ/123/15 24.07.2015 2.00 P.M. 1. Ureteric Catheter with metal Stilette. 240 Nos. 2. Urine Measurement Bag. 60,000 Nos. 3. Urethral Drainage Catheter Foley’s type. 2,000 Nos. 4. Percutaneous Nephrostomy Drainage Set. 300 Nos. 5. Core Biopsy Needle Semi Automatic. 100 Nos. 6. Ureteric Stent double J for adult. 500 Nos.

Bids should be prepared as per particulars given in the Bidding Documents available at the Head Office of State Pharmaceuticals Corporation of Sri Lanka, No.75, Sir Baron Jayatillake Mawatha, Colombo 1.

Wherever necessary potential bidder/bidders should get registered in terms of the Public Contract Act No.3 of 1987 before collecting the Bid Documents and also should get the contract registered after the award.

CHAIRMAN -PROCUREMENT COMMITTEE STATE PHARMACEUTICALS CORPORATION OF SRI LANKA 75, SIR BARON JAYATILLAKE MAWATHA COLOMBO 1 SRI LANKA.

FAX : 00 94-11- 2344082 TELEPHONE : 00 94-11- 2326227/94-11-2335008 E-MAIL : [email protected] DHS/RSS/ RQ /53/15

MSD Order List No. : 2015/SPC/E/C/S/01513 Closing On : 20.07.2015 at 2.00 pm

ITEM/SR DESCRIPTION OF ITEM Qty. Bid Bond Value NO. 05/14301010 Haemofilteration Solution 5 Litre Bag with Luer 600 Nos LKR.69,600.00 Lock Connection compatible with Fresenius USD.521.75 Multifiltrate CRRT Machine. Valid till 15/2/16

06/14301009 Continuous Veno-Venous Haemodialysis 50 Nos LKR.28,000.00 (CVVHD)kit with free of charge Filtrate/Drainage USD.210/= bag 10L for Fresenius Multifiltrate Machine. Valid till 15/2/16

Pack size: 1

Delivery : Immediately

Samples Catalogue/Literature should be submitted for evaluation

General Conditions :

01. Offers should be submitted in the format as per annexure

02. To be supplied from freshly manufactured stock.

03. The products should have a minimum of 36 months shelf life at the time of delivery at Medical Supplies Division.

04.Each individual item to bear Description of Item, Batch No., Order List No., Indent No., Name and address of Manufacturer, Date of Manufacture, Date of expiry, SR No., and ‘STATE LOGO” of Sri Lanka Government. 05.All inner and outer boxes/cartons of surgical consumables should be labeled indicating following details in English in clearly visible manner and to be delivered at Medical Supplies Division, No. 357, Rev. Baddegama Wimalawansa Thero Mawatha, Colombo 10/ as directed by Medical Supplies Division. a) Description of Item b) SR No., c) Date of Manufacture, d) Date of Expiry and Batch Number –in size 5cm letters/figures in prominently visible manner e) Name and Address of Manufacturer,

f) MSD Order List No.,

g) SPC Indent No.

h) “STATE LOGO” of Sri Lanka Government

i) Special Storage condition of the Item (if available)

06.The item should be suitably packed to be stored under normal room temperature and humidity prevailing in SRI LANKA. 07.The batch quantities shall be identical and number of Batch Numbers shall be minimal. Each batch quantity should be individually shrunk wrapped and palletized. The shrunk wrapped pallet shall be labeled with SR No, Batch No, Date if expiry as described under conditions No. 04 and bar code also to be labeled. 08.Barcode (code 128) for Batch Numbers shall be printed on the labels of innermost to outermost packing’s as described below;

a) Batch number should be separately bar-coded. b) Format should be according to CODE 128 standard. c) Maximum barcode size should be 2.5cm x 5.0cm d) Industry standard in barcode printing and pasting should be followed.

09.Offers for any other economically viable pack sizes different from the specified pack sizes are acceptable with the prior approval of Director, Medical Supplies Division.

10.MSD Order List No. “2015/SPC/E/C/S/01513, SR No., Description of Item, storage conditions of the item, Batch No., Date of Manufacturer, Date of Expiry of Item and SPC Indent no. should be indicated in all Supply Invoices and Packing Lists.

11.Any deviation of the labeling requirement requested by Director, Medical Supplies Division the labels of primary pack of the consignment shall be brought to the particular attention of Director, Medical Supplies Division of the prior approval.

12.In case the item is not delivered according to the given delivery schedule or non compliance of labeling requirement, specially the barcode labeling, Director, Medical Supplies Division has the right to reject the whole consignment or part of it delivered thereafter.

13.Withdrawal from use of items due to quality failures: a) In case of batch withdrawal due to quality failure, the supplier/manufacturer shall either replace entire batch quantity with a good quality product, free of charge or reimburse the value of entire batch quantity supplied. b) In case of product withdrawal due to quality failure, the supplier/ manufacturer shall reimburse the value of entire product quantity supplied. c) In the event of either a) or b) above the supplier/ manufacturer shall be surcharged additional 25% of the total value concerned as administrative cost.

14.If any purchases have to be made by Medical Supplies Division to ensure continuity of supply, owing to delaying/ defaulting the supply on this order, any excess expenditure incurred over and above indented cost of this order shall be debited to SPC, to be recovered from supplier.

15.Cluster Awards: -Different strengths of same drug or chemical/ different sizes or shapes of same medical device should be processed simultaneously in order to facilitate relevant Technical Evaluation Committee and Procurement Committee to consider making cluster awards for such items on an economical manner.

16.Representative samples in respect of items offered should be submitted to reach SPC on or before the closing time on the closing date of tender and acknowledgement receipt to be obtained from Administration Department of SPC.

17.The successful supplier should agree to dispatch by fax/courier a full set of copy document to SPC at least 3 days prior to arrival of consignment in Sri Lanka to prevent any delay in clearance.

Demurrage /additional charges if any which become payable due to supplier’s failure to comply with this requirement will be claimed from the supplier.

18.To be supplied as per the delivery schedule indicated in the order list. 19.In addition to the condition given herein any other relevant conditions as per the tender document issued by SPC are also applicable.

20.Where a purchase for a particular item is being made for the first time from a supplier or where there are previous quality failures on goods supplied by a particular supplier payments will only be made upon testing the quality and standards of the goods and comparing the bulk supply with the samples provided along with the offer.

21.In the event of an award made to you on this tender, SPC reserve the right to cancel/suspend the procuring of said order in any stage, if you would be placed the defaulted supplier’s list due to quality failure found in your previous supplies made to SPC or non compliance of contractual agreement

22. This tender is administered by the provisions of the “Public Contract Act No. 3 of 1987” and therefore, in the event bidder is to retain an agent, representative, nominee for and on behalf of Tender or shall register himself and such public contract act in accordance with the section 10 of the Public Contract Act and produce such valid original certificate of Registration with the tender.

23.Destination Terminal Handling charges (THC) should be borne by the supplier at the Port of Loading. Hence when the C&F prices are quoted this should be inclusive of THC.

24. Offer validity should be 16.01.2016.

(NEW PROCEDURES TO BE ADOPTED TO FACILITATE THE IMPLEMENTATION OF MSMIS PROJECT)

(a) In respect of multi-component items that are ordered as kit items under single SR number, representing all components as one assembled unit, all deliveries of such items to MSD should be in the form of kits (all its components assembled together) with a commercial invoice indicating the number of kits and its S.R. number, describing & quantifying the individual components that forms the kit. MSD will not accept parts of the full complement of components making the kit, that are delivered by different suppliers at different times and such deliveries will be rejected, even when the different components are sourced from different suppliers. DHS/RSS/ RQ /58/15

MSD Order List No. : 2015/SPC/E/C/S/01557 Closing On : 03.08.2015 at 2.00 pm

ITEM/SR DESCRIPTION OF ITEM Qty. Bid Bond Value NO. 01/21230026 Arthroscopy system with shaving accessories 01 No LKR 309,930.21 (without Monitor). Packed individually and labelled USD. 2,314.64 accordingly. Valid till 08.02.16

Pack size: 1

Delivery : Immediately

Samples Catalogue/Literature should be submitted for evaluation

General Conditions :

01. Offers should be submitted in the format as per annexure

02. To be supplied from freshly manufactured stock.

03. Each individual item to bear Description of Item, MSD Order List No., SPC Indent No., Stock Reference No., (Lot No) Name and address of Manufacturer, Date of Manufacture, Date of expiry (If no expiry it should indicate on label), SR No., and ‘STATE LOGO” of Sri Lanka Government.

04.All inner and outer boxes/cartons of surgical consumables should be labeled indicating following details in English in clearly visible manner and to be delivered at Medical Supplies Division, No. 357, Rev. Baddegama Wimalawansa Thero Mawatha, Colombo 10/ as directed by Medical Supplies Division. a) Description of Item

b) SR No., Date of Manufacture, Date of Expiry and Batch Number

(in size 5cm letters/figures in prominently visible manner)

c) Name and Address of Manufacturer,

d) MSD Order List No., SPC Indent No.

e) “STATE MARK” of Sri Lanka Government

f) Special Storage condition of the Item (if available)

5.The item should be suitably packed to be stored under normal room temperature and humidity prevailing in SRI LANKA. 6. The lot quantities shall be identical and number of Lot Numbers shall be minimal. Each batch quantity should be individually shrunk wrapped and palletized. The shrunk wrapped pallet shall be labeled as described under conditions No. 04 and bar code also to be labeled.

7.Barcode (code 128) for Batch Numbers shall be printed on the labels of innermost to outermost packing’s as described below; a) Lot number should be separately bar-coded. b) Format should be according to CODE 128 standard. c) Maximum barcode size should be 2.5cm x 5.0cm d) Industry standard in barcode printing and pasting should be followed.

8.Offers for any other economically viable pack sizes different from the specified pack sizes are acceptable with the prior approval of Director, Medical Supplies Division.

9.MSD Order List No. “2015/SPC/E/C/S/1557”,, SR No., Description of Item, storage conditions of the item, Batch No., Date of Manufacturer, Date of Expiry of Item and SPC Indent no. should be indicated in all Supply Invoices and Packing Lists.

10.Any deviation of the labeling requirement requested by Director, Medical Supplies Division the labels of primary pack of the consignment shall be brought to the particular attention of Director, Medical Supplies Division of the prior approval.

11.In case the item is not delivered according to the given delivery schedule or non compliance of labeling requirement, specially the barcode labeling, Director, Medical Supplies Division has the right to reject the whole consignment or part of it delivered thereafter.

12.If any purchases have to be made by Medical Supplies Division to ensure continuity of supply, owing to delaying/ defaulting the supply on this order, any excess expenditure incurred over and above indented cost of this order shall be debited to SPC, to be recovered by supplier.

13.To be supplied as per the delivery schedule indicated in the order list.

14.In addition to the condition given herein any other relevant conditions as per the tender document issued by SPC are also applicable.

15.Withdrawal from use of items due to quality failures: a) case of batch withdrawal due to quality failure, the supplier/manufacturer shall either replace entire batch quantity with a good quality product, free of charge or reimburse the value of entire batch quantity supplied. b) case of product withdrawal due to quality failure, the supplier/ manufacturer shall reimburse the value of entire product quantity supplied. c) In the event of either a) or b) above the supplier/ manufacturer shall be surcharged additional 25% of the total value concerned as administrative cost.

16.If any purchases have to be made by Medical Supplies Division to ensure continuity of supply, owing to delaying/ defaulting the supply on this order, any excess expenditure incurred over and above indented cost of this order shall be debited to SPC, to be recovered from supplier.

17.Cluster Awards: -Different strengths of same drug or chemical/ different sizes or shapes of same medical device should be processed simultaneously in order to facilitate relevant Technical Evaluation Committee and Procurement Committee to consider making cluster awards for such items on an economical manner.

18.Representative samples in respect of items offered should be submitted to reach SPC on or before the closing time on the closing date of tender and acknowledgement receipt to be obtained from Administration Department of SPC. 19.The successful supplier should agree to dispatch by fax/courier a full set of copy document to SPC at least 3 days prior to arrival of consignment in Sri Lanka to prevent any delay in clearance.

Demurrage /additional charges if any which become payable due to supplier’s failure to comply with this requirement will be claimed from the supplier.

20.To be supplied as per the delivery schedule indicated in the order list.

21.In addition to the condition given herein any other relevant conditions as per the tender document issued by SPC are also applicable.

22.Where a purchase for a particular item is being made for the first time from a supplier or where there are previous quality failures on goods supplied by a particular supplier payments will only be made upon testing the quality and standards of the goods and comparing the bulk supply with the samples provided along with the offer.

23.In the event of an award made to you on this tender, SPC reserve the right to cancel/suspend the procuring of said order in any stage, if you would be placed the defaulted supplier’s list due to quality failure found in your previous supplies made to SPC or non compliance of contractual agreement

24. This tender is administered by the provisions of the “Public Contract Act No. 3 of 1987” and therefore, in the event bidder is to retain an agent, representative, nominee for and on behalf of Tender or shall register himself and such public contract act in accordance with the section 10 of the Public Contract Act and produce such valid original certificate of Registration with the tender.

25.Destination Terminal Handling charges (THC) should be borne by the supplier at the Port of Loading. Hence when the C&F prices are quoted this should be inclusive of THC.

26. Offer validity should be 09.01.2016

(NEW PROCEDURES TO BE ADOPTED TO FACILITATE THE IMPLEMENTATION OF MSMIS PROJECT)

(b) In respect of multi-component items that are ordered as kit items under single SR number, representing all components as one assembled unit, all deliveries of such items to MSD should be in the form of kits (all its components assembled together) with a commercial invoice indicating the number of kits and its S.R. number, describing & quantifying the individual components that forms the kit. MSD will not accept parts of the full complement of components making the kit, that are delivered by different suppliers at different times and such deliveries will be rejected, even when the different components are sourced from different suppliers. DHS/RSS/ RQ /59/15

MSD Order List No. : 2015/SPC/E/C/S/01553 Closing On : 27.07.2015 at 2.00 pm

ITEM/SR DESCRIPTION OF ITEM Qty. Bid Bond Value NO. 01/13600701 Percutaneous Introducer Sheath, peel awy type, 50 Nos - size 6F, 10cm (approx.) length, sterile.

02/13600900 Temporary Pacemaker Electrode Catheter, Bipolar, 50 Nos - for adult, with venous introducer kit, size 6F, sterile.

03/13603700 Permenant Pacemaker, Single Chamber, rate 10 Nos LKR.28,345.99 responsive, VVIR mode, multiprogrammable, with USD.211.54 end life indicator and manufacturer’s guarantee of Valid up to 01/02/16 pacemaker life, (minimum 7 years), including compatible active fixation lead and lead introducer set, sterile.

04/13603800 Permenant Pacemaker, Dual Chamber, rate 05 Nos - responsive, DDDR mode, multiprogrammable, with end life indicator and manufacturer's guarantee of pacemaker life, (minimum 7 years), including compatible active fixation leads (atrial & ventricular) and lead introducer set, sterile.

Pack size: 1

Delivery : Immediately

Samples Catalogue/Literature should be submitted for evaluation

General Conditions :

01. Offers should be submitted in the format as per annexure

02. To be supplied from freshly manufactured stock.

03. The products should have a minimum of 36 months shelf life at the time of delivery at Medical Supplies Division. 04.Each individual item to bear Description of Item, Batch No., Order List No., Indent No., Name and address of Manufacturer, Date of Manufacture, Date of expiry, SR No., and ‘STATE LOGO” of Sri Lanka Government.

05.All inner and outer boxes/cartons of surgical consumables should be labeled indicating following details in English in clearly visible manner and to be delivered at Medical Supplies Division, No. 357, Rev. Baddegama Wimalawansa Thero Mawatha, Colombo 10/ as directed by Medical Supplies Division. j) Description of Item k) SR No., l) Date of Manufacture, m) Date of Expiry and Batch Number –in size 5cm letters/figures in prominently visible manner n) Name and Address of Manufacturer,

o) MSD Order List No.,

p) SPC Indent No.

q) “STATE LOGO” of Sri Lanka Government

r) Special Storage condition of the Item (if available)

06.The item should be suitably packed to be stored under normal room temperature and humidity prevailing in SRI LANKA.

07.The batch quantities shall be identical and number of Batch Numbers shall be minimal. Each batch quantity should be individually shrunk wrapped and palletized. The shrunk wrapped pallet shall be labeled with SR No, Batch No, Date if expiry as described under conditions No. 04 and bar code also to be labeled.

08.Barcode (code 128) for Batch Numbers shall be printed on the labels of innermost to outermost packing’s as described below;

e) Batch number should be separately bar-coded. f) Format should be according to CODE 128 standard. g) Maximum barcode size should be 2.5cm x 5.0cm h) Industry standard in barcode printing and pasting should be followed.

09.Offers for any other economically viable pack sizes different from the specified pack sizes are acceptable with the prior approval of Director, Medical Supplies Division.

10.MSD Order List No. “2015/SPC/E/C/S/01553, SR No., Description of Item, storage conditions of the item, Batch No., Date of Manufacturer, Date of Expiry of Item and SPC Indent no. should be indicated in all Supply Invoices and Packing Lists.

11.Any deviation of the labeling requirement requested by Director, Medical Supplies Division the labels of primary pack of the consignment shall be brought to the particular attention of Director, Medical Supplies Division of the prior approval. 12.In case the item is not delivered according to the given delivery schedule or non compliance of labeling requirement, specially the barcode labeling, Director, Medical Supplies Division has the right to reject the whole consignment or part of it delivered thereafter.

13.Withdrawal from use of items due to quality failures: d) In case of batch withdrawal due to quality failure, the supplier/manufacturer shall either replace entire batch quantity with a good quality product, free of charge or reimburse the value of entire batch quantity supplied. e) In case of product withdrawal due to quality failure, the supplier/ manufacturer shall reimburse the value of entire product quantity supplied. f) In the event of either a) or b) above the supplier/ manufacturer shall be surcharged additional 25% of the total value concerned as administrative cost.

14.If any purchases have to be made by Medical Supplies Division to ensure continuity of supply, owing to delaying/ defaulting the supply on this order, any excess expenditure incurred over and above indented cost of this order shall be debited to SPC, to be recovered from supplier.

15.Cluster Awards: -Different strengths of same drug or chemical/ different sizes or shapes of same medical device should be processed simultaneously in order to facilitate relevant Technical Evaluation Committee and Procurement Committee to consider making cluster awards for such items on an economical manner.

16.Representative samples in respect of items offered should be submitted to reach SPC on or before the closing time on the closing date of tender and acknowledgement receipt to be obtained from Administration Department of SPC.

17.The successful supplier should agree to dispatch by fax/courier a full set of copy document to SPC at least 3 days prior to arrival of consignment in Sri Lanka to prevent any delay in clearance.

Demurrage /additional charges if any which become payable due to supplier’s failure to comply with this requirement will be claimed from the supplier.

18.To be supplied as per the delivery schedule indicated in the order list.

19.In addition to the condition given herein any other relevant conditions as per the tender document issued by SPC are also applicable.

20.Where a purchase for a particular item is being made for the first time from a supplier or where there are previous quality failures on goods supplied by a particular supplier payments will only be made upon testing the quality and standards of the goods and comparing the bulk supply with the samples provided along with the offer.

21.In the event of an award made to you on this tender, SPC reserve the right to cancel/suspend the procuring of said order in any stage, if you would be placed the defaulted supplier’s list due to quality failure found in your previous supplies made to SPC or non compliance of contractual agreement

22. This tender is administered by the provisions of the “Public Contract Act No. 3 of 1987” and therefore, in the event bidder is to retain an agent, representative, nominee for and on behalf of Tender or shall register himself and such public contract act in accordance with the section 10 of the Public Contract Act and produce such valid original certificate of Registration with the tender.

23.Destination Terminal Handling charges (THC) should be borne by the supplier at the Port of Loading. Hence when the C&F prices are quoted this should be inclusive of THC. 24. Offer validity should be 02.01.2016.

(NEW PROCEDURES TO BE ADOPTED TO FACILITATE THE IMPLEMENTATION OF MSMIS PROJECT)

(c) In respect of multi-component items that are ordered as kit items under single SR number, representing all components as one assembled unit, all deliveries of such items to MSD should be in the form of kits (all its components assembled together) with a commercial invoice indicating the number of kits and its S.R. number, describing & quantifying the individual components that forms the kit. MSD will not accept parts of the full complement of components making the kit, that are delivered by different suppliers at different times and such deliveries will be rejected, even when the different components are sourced from different suppliers.

DHS/RSS/RQ/ 60/2015

MSD ORDER LIST NO. 2015/SPC/N/C/S/01502 Closing On : 29/07/2015 AT 2.00pm .m.

ITEM Item Specification Quantity SR No 01/18600001 Dental Mouth props 54 Nos.

02/18600002 Saw Blade 29/13 x 6.0 x 0.25/0.2 for Oscilating Saw for oral and 27 Nos. Maxillofacial Surgery

03/18600003 Saw Blade 34/18 x 8.0 x 0.25/0.2 for Oscilating Saw for oral and 27 Nos. Maxillofacial Surgery

04/18600004 Saw Blade for Reciprocating Saw, for oral and Maxillofacial Surgery, 54 Nos. AO standard

Pack size : Each

Delivery : Immediately

Samples Catalogue/Literature should be submitted for evaluation

General Conditions :

01. Offers should be submitted in the format as per annexure

02. To be supplied from freshly manufactured stock.

03. The products should have a minimum of 36 months shelf life at the time of delivery at Medical Supplies Division.

04.Each individual item to bear Description of Item, Batch No., Order List No., Indent No., Name and address of Manufacturer, Date of Manufacture, Date of expiry, SR No., and ‘STATE LOGO” of Sri Lanka Government. 05.All inner and outer boxes/cartons of surgical consumables should be labeled indicating following details in English in clearly visible manner and to be delivered at Medical Supplies Division, No. 357, Rev. Baddegama Wimalawansa Thero Mawatha, Colombo 10/ as directed by Medical Supplies Division. a) Description of Item b) SR No., c) Date of Manufacture, d) Date of Expiry and Batch Number –in size 5cm letters/figures in prominently visible manner e) Name and Address of Manufacturer,

f) MSD Order List No.,

g) SPC Indent No.

h) “STATE LOGO” of Sri Lanka Government

i) Special Storage condition of the Item (if available)

06.The item should be suitably packed to be stored under normal room temperature and humidity prevailing in SRI LANKA.

07.The batch quantities shall be identical and number of Batch Numbers shall be minimal. Each batch quantity should be individually shrunk wrapped and palletized. The shrunk wrapped pallet shall be labeled with SR No, Batch No, Date if expiry as described under conditions No. 04 and bar code also to be labeled.

08.Barcode (code 128) for Batch Numbers shall be printed on the labels of innermost to outermost packing’s as described below;

a) Batch number should be separately bar-coded. b) Format should be according to CODE 128 standard. c) Maximum barcode size should be 2.5cm x 5.0cm d) Industry standard in barcode printing and pasting should be followed.

09.Offers for any other economically viable pack sizes different from the specified pack sizes are acceptable with the prior approval of Director, Medical Supplies Division.

10.MSD Order List No. “2015/SPC/N/C/S/01502”,, SR No., Description of Item, storage conditions of the item, Batch No., Date of Manufacturer, Date of Expiry of Item and SPC Indent no. should be indicated in all Supply Invoices and Packing Lists.

11.Any deviation of the labeling requirement requested by Director, Medical Supplies Division the labels of primary pack of the consignment shall be brought to the particular attention of Director, Medical Supplies Division of the prior approval.

12.In case the item is not delivered according to the given delivery schedule or non compliance of labeling requirement, specially the barcode labeling, Director, Medical Supplies Division has the right to reject the whole consignment or part of it delivered thereafter.

13.Withdrawal from use of items due to quality failures: a) In case of batch withdrawal due to quality failure, the supplier/manufacturer shall either replace entire batch quantity with a good quality product, free of charge or reimburse the value of entire batch quantity supplied. b) In case of product withdrawal due to quality failure, the supplier/ manufacturer shall reimburse the value of entire product quantity supplied. c) In the event of either a) or b) above the supplier/ manufacturer shall be surcharged additional 25% of the total value concerned as administrative cost.

14.If any purchases have to be made by Medical Supplies Division to ensure continuity of supply, owing to delaying/ defaulting the supply on this order, any excess expenditure incurred over and above indented cost of this order shall be debited to SPC, to be recovered from supplier.

15.Cluster Awards: -Different strengths of same drug or chemical/ different sizes or shapes of same medical device should be processed simultaneously in order to facilitate relevant Technical Evaluation Committee and Procurement Committee to consider making cluster awards for such items on an economical manner.

16.Representative samples in respect of items offered should be submitted to reach SPC on or before the closing time on the closing date of tender and acknowledgement receipt to be obtained from Administration Department of SPC.

17.The successful supplier should agree to dispatch by fax/courier a full set of copy document to SPC at least 3 days prior to arrival of consignment in Sri Lanka to prevent any delay in clearance.

Demurrage /additional charges if any which become payable due to supplier’s failure to comply with this requirement will be claimed from the supplier. 18.To be supplied as per the delivery schedule indicated in the order list.

19.In addition to the condition given herein any other relevant conditions as per the tender document issued by SPC are also applicable.

20.Where a purchase for a particular item is being made for the first time from a supplier or where there are previous quality failures on goods supplied by a particular supplier payments will only be made upon testing the quality and standards of the goods and comparing the bulk supply with the samples provided along with the offer.

21.In the event of an award made to you on this tender, SPC reserve the right to cancel/suspend the procuring of said order in any stage, if you would be placed the defaulted supplier’s list due to quality failure found in your previous supplies made to SPC or non compliance of contractual agreement

22. This tender is administered by the provisions of the “Public Contract Act No. 3 of 1987” and therefore, in the event bidder is to retain an agent, representative, nominee for and on behalf of Tender or shall register himself and such public contract act in accordance with the section 10 of the Public Contract Act and produce such valid original certificate of Registration with the tender.

23.Destination Terminal Handling charges (THC) should be borne by the supplier at the Port of Loading. Hence when the C&F prices are quoted this should be inclusive of THC.

24. Offer validity should be 25.01.2016.

(NEW PROCEDURES TO BE ADOPTED TO FACILITATE THE IMPLEMENTATION OF MSMIS PROJECT)

(a) In respect of multi-component items that are ordered as kit items under single SR number, representing all components as one assembled unit, all deliveries of such items to MSD should be in the form of kits (all its components assembled together) with a commercial invoice indicating the number of kits and its S.R. number, describing & quantifying the individual components that forms the kit. MSD will not accept parts of the full complement of components making the kit, that are delivered by different suppliers at different times and such deliveries will be rejected, even when the different components are sourced from different suppliers.

Recommended publications