BIDDING DOCUMENTS OF ANNUAL TENDERS FOR NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE
|
|
- Naomi Malone
- 5 years ago
- Views:
Transcription
1
2 BIDDING DOCUMENTS OF ANNUAL TENDERS FOR NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE
3 INDEX Sr. No. Name of Tender Page No. 1. Rate contract for medical store / pharmacy 3 2. Rate contract for X-ray films, chemicals and CT Scan films Rate contract for sale of used fixer water Rate contract for dialysis disposable items Rate contract for surgical disposable items / small medical 48 appliances 6. Rate contract for laboratory chemicals and kits Rate contract for orthopaedic implants Rate contract for surgical sutures Rate contract for hearing aids and intraocular lenses Rate contract for medical gases (oxygen, nitrogen, carbon 131 dioxide) 11. Rate contract for Photostat services Rate contract for hospital biomedical waste disposal service Rate contract for hospital bedding and linen items Service contract for security guards General order supplier contract for miscellaneous hospital 222 items (electric, sanitary, carpenter, welder, A.C technician items, painter items, utility items, washing material for laundry) 16. Rate contract for EMG, EEG, MRI, Lithotripsy Rate contract for hospital Printing / stationery items Rate contract for medical equipment accessories / spare parts 295
4 Rate contract for medical store / pharmacy
5 NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Tender form for rate contract for supply of medicines and pharmacy / medical store / emergency purchase of medicine in hospital premises/near to the hospital within 01- Kilo Meter during financial year Tender Fee Rs.1000/- (Non-Refundable) Last Date of Issuance till 10:30 AM Receiving Date & Time till 11:00 AM Opening Date & Time till 11:30 AM Venue Multan Road Lahore. Bid Security Conference Room, Nawaz Sharif Social Security Hospital, The bids shall accompany 5% Bid Security of the estimated price 54, 00,000/- in the form of CDR/Bank Draft. BIODATA OF THE PARTICIPANT Name of Firm Name of authorized representative I.D card No. (CNIC) Registration No. with Sales Tax Department Income Tax No. (NTN) Call Deposit Receipt No. & Date Original Receipt for purchase of tender (F-6) No and Date Complete Address Lahore Office Phone, Cell and Fax No.
6 CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100) We M/s, are not suspended/black listed/defaulter of any Government/Autonomous Institution at any time. In case of submission of false statement by the firm, the department reserves the right to take any punitive action including forfeiture of security, under the rules. Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security Hospital, Lahore are not more than the prices quoted in other Government/Autonomous Institution. In case of any over pricing firm shall be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and conditions laid down in the Tender inquiry. In case of any violation of terms and conditions, the Hospital reserves the right to take any punitive action including forfeiture of security, under the rules. Signature Stamp
7 NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Terms & Conditions for the Tender for rate contract for supply of medicines and pharmacy / medical store / Emergency purchase of medicine in hospital premises/ near to the hospital within 01- Kilo Meter during financial year Two Envelopes sealed offers as per PPRA are invited from all Chain Pharmacies, Chemists in Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation for bid with framework of contract on free delivery to consignee s end basis. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore. 2. All the procurement procedure will be done strictly according to the PPRA RULES, The participating Pharmacies / Chemists must submit their Technical Proposal in the separate envelope. 4. The participating Pharmacies / Chemists must submit their Financial Proposal in the separate envelope. 5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. 6. Approved Pharmacies /Chemists (i) (ii) (iii) (iv) (v) Have to supply the medicines of M: 20 completely and abruptly. Have to supply the same prescribed medicines. Have to supply the medicines to patient but not to pay the amount of medicine. Have not to supply the near expiry or expiry medicines otherwise the contract will be cancelled or forfeiture of performance security. Have to supply the medicines 24 Hours and in the holidays and keep the cleanliness of the Pharmacy. 7. The rates should be quoted both in words as well as in figures. 8. Pharmacy or Chemist has to pay Rs.10000/- as rent of the pharmacy before the date of 10 th of every month, if within the premises. 9. Consumable electricity bill will be received on commercial rates which will be decided by the hospital committee, if within the premises. 10. Pharmacy / Chemist has to pay the Water charges Rs. 500/- if within the premises. 11. All the dues have to be paid before the date of 10 th of every month and if the dues not paid regularly for two months, then the contract will be cancelled. 12. In case of inspection by any Government institution or Drug inspector the pharmacy management will be self-responsible for this matter. Furthermore if during inspection PESSI Property or Govt. Property medicines found there, the pharmacy has to deposit Rs /- as penalty in the hospital account. 13. If Pharmacy or Chemist will not provide the medicines within 24 Hours then medicines will be purchased from open market and pharmacy / Chemist will return back the money without deduction. 14. At the time of receiving of medicines on M: 20 slip Pharmacy / Chemist will be responsible to take the receiving on slip. 15. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have
8 been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid. 16. Validity Period of contract shall be up to , which is extendable, if deemed necessary. 17. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities. 18. No offer will be considered if it: i. is received after the date and time fixed for its receipt. ii. is unsigned iii. is conditional iv. is given by the firm black listed, suspended or removed from the approved list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry. v. is received with validity period shorter than that required in the tender inquiry. vi. does not confirm to the general conditions of the tender inquiry. vii. is received without earnest money as specified in the tender. 19. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall not be accepted in any circumstances. 20. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, the firm will replace the unconsumed expired stocks without any further charges. 21. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution s other conditions as given hereafter. 22. The supplier will promptly attend to all calls including emergency calls. 23. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm. 24. The supplies/medicines shall be delivered as soon as possible after the date of issue of M: 20 Slip within maximum 12 hours. 25. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision taken and / or award made by the sole arbitrator shall be final and binding of the parties is essential. 26. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply. 27. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules. 28. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore after conducting the successful inspection. 29. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
9 a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal. b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. 30. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final. Name of the Firm: Signature: Seal & Stamp of Firm: DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT Nawaz Sharif Social Security Hospital Multan Road, Lahore.
10 Evaluation Criteria for the Tender for rate contract for supply of medicines and pharmacy / medical store / emergency purchase of medicine in hospital premises during financial year PART-A: ELIGIBILITY CRITERIA SR. # DESCRIPTION YES/NO PAGE # 1. Original receipt for purchase of tender 2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount) 3. Minimum One year (01) Chain Pharmacy history from the date of Registration. 4. Acceptance of terms and condition, tender documents duly signed and stamped 5. Undertaking on judicial paper that Pharmacy / Chemist is not blacklisted in any Govt./Autonomous Body in the last two years Technically Qualified (TQ) or Technically Not Qualified (TNQ) Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS) SR. # ASSESSMENT PARAMETERS MARKS 1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05 2. Financial Soundness of the firm Income tax paid certificate= 08 Balance Sheet = 12 or Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms 3. Establishment of Store/firm with reference to the Services. More than 05-years = years = years =03 4. Overall reputation in reference to the Services Private Sector + Public Sector =10 Public Sector =05 Private Sector=05 5. Good reputation certificate from any Govt. institution/private sector in connection with services. Govt. Institution = 10 Private Institution =
11 6. Availability of required staff of the company/firm in reference to the services. a) Number of Staff I. At least two staff members =06 II. Two additional numbers for every additional technical member shall be granted with maximum up to Copy of drug sales license from District Health Officer (B- Category). 8. Undertaking on judicial paper that the firm is not black listed in any Govt./Autonomous body. 9. Total Marks Passing Marks %
12 CHECK LIST Sr. No Description Sr. No. /Page No. of the Tender Submitted YES NO 1. Receipt 2. Copy of National Identity Card 3. Call deposit Receipt 4. Suppliers Authorization Letter 5. Price Reasonability Certificate 6. Price list (duly attested) 7. Sole Proprietary Certificate in case of items of Propriety nature. 8. Letter of Authorization from the manufacture / foreign Principal 9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed. 10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9) 11. Certificate of National Tax Number 12. Samples of quoted item 13. Technical bid (separate envelope) 14. Financial bid (separate envelope ) 15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope) 16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope) Signature of the bidder: Stamp of the firm;
13 X-Ray Films, Chemicals and CT Scan
14 NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Tender form for the purchase of X-ray films, C.T. Scan and Chemicals during financial year Tender Fee Rs.1000/- (Non-Refundable) Last Date of Issuance till 10:30 AM Receiving Date & Time till 11:00 AM Opening Date & Time till 11:30 AM Venue Conference Room, Nawaz Sharif Social Security Hospital, Lahore. Bid Security The bids shall accompany 5% Bid Security of the estimated price in the form of CDR/Bank Draft. BIODATA OF THE PARTICIPANT Name of Firm Name of authorized representative I.D Card No. (CNIC) Registration No. with Sales Tax Department Income Tax No. (NTN) Call Deposit Receipt No. & Date Complete Address Lahore Office Phone, Cell and Fax No.
15 CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100) We M/s, are not suspended/black listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by the firm, the department reserves the right to take any punitive action including forfeiture of security, under the rules. Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security Hospital, Lahore are not more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital reserves the right to take any punitive action including forfeiture of security, under the rules. Name of the Firm: Signature: Seal & Stamp of Firm:
16 NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE TERMS & CONDITIONS For the purchase of X-ray films, C.T.Scan and Chemicals DURING FINANCIAL YEAR Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of X-ray films, C.T.Scan and Chemical having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore. 2. All the procurement procedures will be done strictly according to the PPRA, The participating firms must submit their Technical Proposal in the following manners. Item No. Name of Item Brand Name Cat No Manufacturer Country of Origin Pack Size 4. The participating firms must submit their Financial Proposal in the following manner. Item No. Name of Item Cat No Pack Size Offered Price / Pack Unit Price 5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. 6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity period is extendable equal to the period of the original bid validity. 7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore. 8. The rates should be quoted both in words as well as in figures. 9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid. 10. Validity Period of contract shall be up to , which is extendable. 11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities. 12. No offer will be considered if it: viii. ix. is received after the date and time fixed for its receipt. is unsigned
17 x. is conditional xi. is given by the firm black listed, suspended or removed from the approved list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry. xii. is received with validity period shorter than that required in the tender inquiry. xiii. does not confirm to the general conditions of the tender inquiry. xiv. is received without earnest money as specified in the tender. 13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted. 14. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges. 15. The firm shall supply all x-ray films, CT. Scan and Chemical as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency. NOT FOR SALE PESSI PROPERTY 16. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution s other conditions as given hereafter. 17. The supplier firm shall ensure safe delivery at the consignee s end and inspection will be carried out at final destination. 18. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier s representative it will be concluded that the rejection is justified in terms & conditions of contract. 19. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm. 20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty). 21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier. 22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier. 23. If the Supplier fails to supply the whole consignment, the entire amount of Performance
18 Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation. 24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award made by the sole arbitrator shall be final and binding on the parties. 25. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply. 26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules. 27. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection. 28. Any of the total bids can only be rejected on the basis of evaluation criteria, though; a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal. b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. 29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final. Name of the Firm: MEDICAL SUPERINTENDENT Signature: Nawaz Sharif Social Security Hospital Seal & Stamp of Firm: Multan Road, Lahore.
19 EVALUATION CRITERIA FOR X-RAY FILMS, CT. SCAN AND CHEMICALS PART-A: ELIGIBILITY CRITERIA SR. # DESCRIPTION YES/NO PAGE # 1. Original receipt for purchase of tender 2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount) 3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items 4. Minimum One year (01) business history from the date of Registration of Product 5. Acceptance of terms and condition, tender documents duly signed and stamped 6. Price Reasonability certificate 7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years Technically Qualified (TQ) or Technically Not Qualified (TNQ) Note: Only eligible firms will be scrutinized further for Part- PART-B: ASSESSMENT PARAMETERS (BIDDERS) SR. # ASSESSMENT PARAMETERS MARKS 1. NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05 2. Financial Soundness of the firm i. Income tax paid certificate 08 ii. Balance Sheet 12 iii Bank Statement If balance sheet and bank statements both are deposited, then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms 3. Establishment of company/firm with reference to the Services. i. More than 05-years 10 ii years 05 iii years Overall reputation Certificate in reference to the Services i. Private Sector + Public Sector 10 ii. Public Sector 05 iii Private Sector Product Certification a) Certificates FDA/CE(MDD)/JIS i. Any two Certificate 10 ii. Any one Certificate 05 b) For local products
20 i. ISO 10 ii. ISO Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years 7 Brand Make and Model of the Product a) local product with i. International market 10 ii. only local market 08 b) Foreign product i. In two or more continents 10 ii. In single continent 08 8 Copy of valid sole agency agreement from 10 principal manufacture 9 Product Specialization Product must be as per latest technology and 10 internationally recognized by practitioners. Proof in form reviews, opinions, articles etc. In acknowledged journals etc. of such to be provided by the bidder. Scoring shall be comparative. TOTAL 100 Note: Acceptable Bids must score minimum of 65% marks.
21 SR. NO. NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE. LIST OF ITEM (X-RAY FILMS, C.T. SCAN AND CHEMICALS) FOR THE YEAR NAME OF ITEMS WITH SPECIFICATION Estimated Demand Estimated Price Total 1. Dental X-ray films 3cm* 4cm (packet of 05x / /- 150) 2. X-ray films 10 * 12 (packet of 100) 70x / /- 3. X-ray films 12 * 15 (packet of 100) 240x / /- 4. X-ray films 14 * 17 (packet of 100) 70x / /- 5. X-ray films 8 * 10 (packet of 100) 56x / /- 6. Dry Film for C.T Scan Size 14x17cm / /- 7. Mammographic Films 18x24cm 3x / /- 8. Mammographic Films 24x30cm If required Cassettes sizes 14 x x15 10 x x 10 If required Mammographic Caste 18x24cm If required Mammographic Caste 24x30cm If required Developer Powder pack to Make 10 liter 50 Pack 500/ /- solution 13. Fixer Powder pack to Make 10 liter solution 50 Pack 500/ /- 14. Hangers clip type sizes If required x x x x Intensifying screen high speed sizes. If required x x x x Developer Liquid 50x5Litter 3957/ /- 17. Fixer Liquid 50x5Litter 2142/ /-
22 Rate contract for sale of Used Fixer Water
23 OFFICE OF THE MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE NO NSSSH DATE Tender for award of rate contract for lifting of used fixer water for the Financial Year INVITATION FOR BIDS Tender Price Nonrefundable Rs.1000/- Last date and time of receiving of tender ( :00am ) Date and time of opening of tender ( :30 pm ) Call deposit 5% of estimated amount Venue Conference Room Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis. 1. Interested eligible bidders may get the bidding document from the office of Account Officer NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to ( :30 AM) only during working hours. 2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the offer shall be rejected. However, copy of CDR will be attached with technical proposal. 3. Sealed bids are required to be brought in person by the authorized representative of the interested bidders on till 11am positively. The bids received till the stipulated date and time shall be opened on the same day at 11:30pm in the presence of the bidders or their authorized preventative. 4. No offer shall be considered if: - (1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The tender is unsigned. (4) The offer is ambiguous. (5) The offer is conditional. (6) The offer is by telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received with shorter validity than required in the tender inquiry. 5. The bidders are requested to give their best and final prices since, as far as possible. MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL
24 INSTRUCTIONS TO THE BIDDERS 1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee s end basis. The importer / sole agent must possess a valid authorization from the Foreign Principal / Manufacturer. THE BIDDING PROCEDURE 2. SINGLE STAGE TWO ENVELOPES BIDDING PROCEDURE shall be applied: i. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the Financial Proposal and the Technical Proposal. ii. iii. iv. The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and legible letters to avoid confusion. Initially, only the envelope marked FINANCIAL PROPOSAL shall be opened. The envelope marked as FINANCIAL PROPOSAL shall be retained in the custody of the hospital without being opened. v. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal which do not conform to the specified requirements. vi. vii. viii. ix. During the technical evaluation, no amendments in the technical proposal shall be permitted. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned unopened to the respective bidders. x. The bid found to be the lowest evaluated bid shall be accepted. THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents shall include: - a. Instructions to bidders b. Schedule of Requirements c. Technical Specifications d. Contract Form e. Manufacture s Authorization form f. Proprietary Certificate in case of sole manufactured /imported items. g. Bid Form h. Price Schedule i. Manufacturing License
25 j. Price Reasonability Certificate k. Certificate on Stamp Paper of worth Rs.100/- l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement Rules, B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding documents. C. Failure to furnish all information required by the bidding documents of 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. 4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have received the bidding documents. 5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing of by phone, and shall be binding on them. PREPATATION OF BIDS 6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components: a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along with financial proposal) b) Documentary evidence established in accordance with instruction to bidders 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 instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and d) Bid Security, if any furnished in accordance with instruction to bidders, 7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing quantity, and prices. 8. BID PRICES: i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the Contract. ii. iii. iv. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red/yellow marker. The bidder should quote the prices of goods according to the strength/technical specifications as provided in the Form of price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price shall be considered as inclusive of all prevailing
26 taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital. v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-responsive bidder. vi. 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. 9. DOCUMENTS ESTABLISHING BIDDER S ELIGIBILITY AND QUALIFICATION: a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder eligibility to bid and its qualifications to perform the contract if its bid is accepted. b) The documentary evidence of the bidder s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders c) The documentary evidence (to be submitted along with technical proposal) of the bidder s qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction: d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/ registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided. e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender. f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal/provincial/District), a local body or a public Sector organization. The bidder shall be debarred from bid on account of submission of false statement. g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for the last one Year. Documentary proof shall have to be provided in this regard. h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial number for which they have quoted their rates in the Financial Proposals. i) The bidder must indicate the registration number, make of country of/ Manufacturer. 10. Documents Establishing Goods Eligibility and Conformity to Bidding Documents: 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, which the bidder proposes to supply under the Contract. 11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be provided and will result in the rejection of offer. 12. BID SECURITY: a) The bidder shall provide 5% of the estimated cost in the shape of CDR along with their quotation in the name of Medical Superintendent NSSSHL. The bid security of the successful bidders shall be retained by the hospital and will be returned after successful completion of the contract.
27 b) The Bid Security is required to protect the hospital against the risk of bidder s conduct, which would warrant the security s forfeiture, pursuant to instruction to bidders. c) The Bid Security may be forfeited: (1) If a bidder withdraws its bid during the period of bid validity; or (2) In the case of a successful bidder, if the bidder fails: I. to sign the Contract in accordance with instruction to bidders or II. To complete the supplies in accordance with the General Condition of Contract. 13. BID VALIDITY: A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive. B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. C) Bidders who- (a) Agree to the Hospital s request for extension of bid validity period shall not be permitted to change the substance of their bids; and (b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid Securities (earnest money). 14. FORMAT AND SIGNING OF BID: I - The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder 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, except for un-amended printed literature. II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons signing the bid. SUBMISSION OF BIDS 15. SEALING AND MARKING OF BIDS: - I- The envelopes shall be marked as FINANCIAL PROPOSAL in bold and legible letters to avoid confusion. The inner and outer envelopes shall: a. Be addressed to the Medical Superintendent NSSSHL and; b. Bear the name and number indicated in the Invitation for Bids. II- 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. III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid s misplacement or premature opening. 16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder. 18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid s submission and prior to the deadline prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
28 OPENING AND EVALUATION OF BIDS 19. OPENING OF BIDS: - I. Initially only the envelopes marked TECHNICAL PROPOSAL Shall be opened in the presence of bidders representatives who choose to attend the meeting at 11.30am on in the Conference Room NSSSHL. The bidders representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as FINANCIAL PROPOSAL shall be retained in the custody of Hospital without being opened and till completion of the evaluation process. Ii The bidders name, item(s) for which they quoted their rate, serial number of the item and such other details if considered 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. However, at the opening of Financial proposal (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. If considered appropriate shall be announced. iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the bidder, statement / reason on such bids shall be record. iv. The minutes of the bids opening (technical and financial) shall be recorded. 20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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 the bid shall be sought, offered, or permitted. 21. PRELIMINARY EXAMINATION; - All the bids shall be examined to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generality in order. i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail. ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder. iii. if a bid is not substantially responsive, it shall be rejected and any may not subsequently be made responsive by the bidder by correction of the none conformity. 22. EVALUATION & COMPARISON OF BIDS:- i Substantially responsive bid shall be evaluated and compared. ii. The evaluation of technical proposal /bid shall be on the basis of previous performances, previous test report, previous experience, financial soundness and such other details as the authority at its discretion, may considered appropriate, shall be considered. however, the evaluation of the financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security. iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents. iv. 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 invitation of bids.
29 23. EVALUATION CRITERIA:- i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience, financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report. EVALUATION CRITERIA FOR TECHNICAL PROPOSAL FOR TENDER OF USED FIXER WATER SR. # ASSESSMENT PARAMETERS 1. NTN No. & GST registration and copy thereof NTN No.=10, GST No.=10 2. Financial Soundness of the firm Income tax paid certificate= 08 Balance Sheet = 12 or Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms MARKS Establishment of company/firm with reference to the service. More than 05-years = years = years =05 4. Overall reputation in reference to the service Private sector+ Public sector = 10 Public sector = 05 Private sector= Availability of required staff of company/firmwith reference to the service. a) Number of staff = 10 I. At least five staff members = 05 II. On additional number for every additional technical member shall be 6. granted with maximum up to 10. Undertaking on judicial paper that firm is not blacklisted in any Govt. /Autonomous Body in last two years. Total Passing marks 65 % Name of the Bidder Signature & Stamp iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 65% or were considered nonresponsive, that their financial proposals shall be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders that they have secured the minimum
30 qualifying marks, the date, time and location for opening the financial proposals. Bidder s attendance at the opening of financial proposals is optional. iv. Financial proposals shall be opened publicly in the presence of the bidders representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read aloud and recorded if appropriate. 24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be finding, at any time, that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete. 25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids. 26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days prior to the award of procurement contract. AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:- The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid up to which may further be extendable for period of another three months. 1. The supply will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover it will replace the unconsumed expired stores without any further charges. 2. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price difference shall be paid by the firm. 3. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning, Dumping, and Incineration. 30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by the supplier. 31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this contract. 32. DELAYS IN THE SUPPLIER S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in accordance with the prescribed time schedule. 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 hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages. 33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid by the firm. The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed penalty, as per following schedule of requirements:- 34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to Supplier, may terminate the Contract in whole or in part, 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 or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier, in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm. b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security of the contractor and may award the contract to the second lowest.
RAWALPINDI INSTITUTE OF CARDIOLOGY RAWAL ROAD, RAWALPINDI PH:
Page 1 of 21 RAWALPINDI INSTITUTE OF CARDIOLOGY RAWAL ROAD, RAWALPINDI PH: 051-9281111 SUPPLEMENTARY TENDER BIDDING DOCUMENT FOR PROCUREMENT OF X-RAY FILMS, CHEMICALS & CASSETTES (2016-17) Page 2 of 21
More informationProcurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)
BIDDING DOCUMENT for Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) 1. SUPPLY OF SINGLE PHASE PRE-PAID
More informationTHE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR
1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF BRANDED EXAMINATION ANSWER BOOKLETS, FOLDERS AND ENVELOPES TUK/04/2018/2019 ALL TENDERERS ARE ADVISED TO
More informationCOUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017
COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/2017-2018 september, 2017 ALL CANDIDATES ARE ADVISED TO READ CAREFULLY THIS TENDER DOCUMENT IN ITS
More informationBIDDING DOCUMENT Single Stage One Envelope Bidding Procedure
BIDDING DOCUMENT Single Stage One Envelope Bidding Procedure PROCUREMENT OF DENTAL INSTRUMENTS & ALLIED ARTICLES No. DUHS/P&D/2015/7243 Dated 18 April 2015 Reference No. P&D/7243 02 TABLE OF CONTENTS A.
More informationRepublic of Uganda. Bidding Document for Framework Contracts for Supplies
Republic of Uganda Bidding Document for Framework Contracts for Supplies Subject of Procurement: Supply of Electrical [Lot 1] and Plumbing Materials [Lot 2] Under Framework Contract Procurement Reference
More informationSTANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS (Procurement of Goods) TABLE OF CONTENTS INTRODUCTION. 3 PAGE SECTION I INVITATION TO TENDER 4 SECTION II INSTRUCTIONS TO TENDERERS. 5 Appendix to Instructions
More informationTENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/
TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/2016-2017 CLOSING/OPENING DATE: TUESDAY 4 TH April, 2017 AT 11.00AM University of Eldoret -2017
More informationCHEMELIL SUGAR COMPANY LIMITED
CHEMELIL SUGAR COMPANY LIMITED Tender Document For Disposal of scrap metal FOR THE YEAR 2009/2010 Tender No. CSCL/T2009-2010/11 Table of Contents Page Section A INVITATION FOR TENDER 2 Section B GENERAL
More informationROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT
NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR
More informationKenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/
Kenya Literature Bureau Tender Document For Book Binding Glue ------------------------------------------------ TENDER NO: KLB/T/04/2016-2017 CLOSING DATE 12-5-2016 TABLE OF CONTENTS SECTION I INVITATION
More informationTHE TECHNICAL UNIVERSITY OF KENYA
1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR TENDER FOR PRINTING OF EXAMINATION BOOKLETS, FILE FOLDERS AND ENVELOPES TUK/T/05/2016-17 ALL TENDERERS ARE ADVISED TO READ CAREFULLY THIS TENDER
More informationN O T I F I C A T I O N
Islamabad, June 9, 2004 N O T I F I C A T I O N S.R.O. 432(I)/2004.- In exercise of the powers conferred by section 26 of the Public Procurement Regulatory Authority Ordinance, 2002 (XXII of 2002), the
More informationSUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL
More informationTENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO
NATIONAL OIL CORPORATION OF KENYA TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS Framework contract AGPO TENDER NO. NOCK/PRC/03/ (1380)2017-2018 NATIONAL OIL CORPORATION KAWI HOUSE, SOUTH C, RED CROSS
More informationREPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT
SUPPLY AND DELIVERY OF LARGE ROUND MOSQUITO NETS REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT TENDER NO: MC/138 /2015-2016 TENDER DESCRIPTION: SUPPLY AND DELIVERY OF LARGE,ROUND MOSQUITO NETS CLOSING/ OPENING
More informationMINISTRY OF HEALTH. TENDER No. MOH/ONT/001/
Serial No. REPUBLIC OF KENYA MINISTRY OF HEALTH P.O. BOX 30016-00100, NAIROBI TENDER No. MOH/ONT/001/2017-2018 PROVISION OF HOTEL ACCOMMODATION, CONFERENCE FACILITIES AND BANQUETING TABLE OF CONTENTS Page
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-050-2018 TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION. (Reserved for Persons Living with Disabilities) Kenya Electricity
More informationTENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.
TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.00AM TENDER NO. NCA/T/16/2017-2018 TABLE OF CONTENTS PAGE SECTION
More informationStandard Bidding Documents. For. KMU Annual report
Standard Bidding Documents For KMU Annual report 2010-11 JANUARY 2012 Khyber Medical University Peshawar, (Khyber Pakhtunkhwa) TABLE OF CONTENTS NO. OF SECTION NAME OF CONTENTS PAGE NO. SECTION- I INVITATION
More information1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.
Tender Notification No : To be generated automatically by the E-procurement portal of the Govt. of Punjab. Nature of work : Short term e- tenders are hereby invited from the Manufacturers / Cost of the
More informationREPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &
REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/2014-2015 & 2015-2016 SUPPLY & DELIVERY OF CEMENT GOVERNMENT OF MACHAKOS COUNTY P.O. BOX 1996-90100
More informationTENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comm@centralbank.go.ke TENDER DOCUMENT SUPPLY, INSTALLATION
More informationTENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year
TENDER DOCUMENT For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year 2018-19 Date and Time of Submission: 21 st June 2018 till 10:30 AM Technical Bid opening: 21 st June 2018
More informationTENDER DOCUMENT FOR IFMIS NO
ETHICS AND ANTI- CORRUPTION COMMISSION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF MOTOR VEHICLES TENDER NO. EACC/29 29/201 /2015-201 2016 IFMIS NO. 226684 INTEGRITY CENTRE Valley Rd/Milimani Rd Junction
More informationCost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh
Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO 104-106, 2nd Floor, Sector 34-A, Chandigarh Note: - The prospective bidders have the option to download the tender documents from
More informationTENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS
More informationTHE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS. Tender No: MMH-PHS
THE MATER MISERICORDIAE HOSPITAL TENDER DOCUMENT FOR SUPPLY OF DIESEL, BOILER FUEL (FURNACE OIL) AND LPG GAS Tender No: MMH-PHS-17-25 Closing Date: 6 th February, 2017 at 10.30 hours (EA Time) January
More informationTender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur
Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur NIT No. : NIT Issue Date : 17 th February, 2017 Pre Bid Meeting : 27 th
More informationNotice inviting e-bids for Printing and Supply of IEC Material
MISSION DIRECTOR NATIONAL HEALTH MISSION, J&K Jammu Office: Regional Institute of Health & Family Welfare, Nagrota, Jammu. Fax: 0191-2674114; Telephone: 2674244.Pin: 181221 Kashmir Office: J&K Housing
More informationKENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%
REPUBLIC OF KENYA KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/2017-2018 FOR SUPPLY OF ALPHACYPERMETHRINE 10% ISSUED DATE : 1 st August 2017 CLOSING DATE: 15 TH August 2017,
More informationNo:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE
Employees State Insurance Corporation Model Hospital, PGIMSR & MEDICAL COLLEGE (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/23528611 Fax: 080-23325130
More informationTENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)
GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/SC/OT/012/2016-2017 TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups) CLOSING
More informationSection I: Instruction to Offerors
Section I: Instruction to Offerors 1. SCOPE OF PROPOSAL Offerors are invited to submit a Proposal for the services/goods specified in Section II: Schedule of Requirements, in accordance with this RFP.
More informationश र प रत प क ल ज. Government of Jammu & Kashmir SRI PRATAP COLLEGE
DIVISIONAL LEVEL PURCHASE COMMITTEE TERMS AND CONDITIONS OF THE TENDER AND CONTRACT FOR 2016-17 Note: These conditions should be read very carefully by the tenderer while filling in their quotations. 1.
More informationNATIONAL BIOSAFETY AUTHORITY
NATIONAL BIOSAFETY AUTHORITY RESTRICTED TENDER FOR PROVISION OF CONSULTANCY SERVICES FOR RECRUITMENT OF CHIEF EXECUTIVE OFFICER TENDER NO NBA/RE/01/2017/2018 NATIONAL BIOSAFETY AUTHORITY LOCATED AT COMMISSION
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2016 TENDER FOR SUPPLY OF DIRECTIONAL DRILLING TOOLS FOR GEOTHERMAL DEVELOPMENT DIVISION (Directional Survey Tools and Wireline Logging Winch) Kenya
More informationSTANDARD BIDDING DOCUMENTS
Bidding Documents for the procurement of Medicines / Supplies Items etc. STANDARD BIDDING DOCUMENTS PROCUREMENT OF DENTAL MEDICINES / SUPPLIES & DISPOSABLE ITEMS FOR FINANCIAL YEAR 201-17. Name of Procuring
More informationTENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY
REPUBLIC OF KENYA OFFICE OF THE GOVERNOR VIHIGACOUNTY TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY ROAD NAME.. WARD.. ROAD LENGTH TENDER No PREPARED BY: County Engineer Vihiga County
More informationTENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES
TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NAME: PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NUMBER: PODCPF/TENDER/1/2013 SECRETARIAT OFFICE,
More informationTENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS)
REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY TENDER DOCUMENT FOR PROVISION OF AIR TRAVEL AGENCY SERVICES (FRAMEWORK CONTRACT FOR TWO YEARS) TENDER NO. GMC/24/2017 2018/2018-2019 CLOSING 29 TH NOVEMBER,
More informationPUBLIC PROCUREMENT RULES, 2004
PUBLIC PROCUREMENT RULES, 2004 1 Part-II STATUTORY NOTIFICATION (S.R.O.) GOVERNMENT OF PAKISTAN FINANCE DIVISION (Admn. And Coord. Wing) NOTIFICATION Islamabad, the 8 th June, 2004 S.R.O. 432 (I)/2004.--
More informationTender. for. Indian Institute of Technology Jodhpur
Tender for WatchGuard (XTM-1050) Security License Renewal at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/IT/2016-17/37 NIT Issue Date : 25 January 2017 Last Date of Submission : 13 February
More informationSubject: Notice Inviting tender for supply of Memento for AUD Convocation.
AUD/1-10 (140)/2015-16/Convocation/ Dated: 13 November 2015 To, ------------------------------------------------- -------------------------------------------------- Subject: Notice Inviting tender for
More informatione-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD
GOVERNMENT OF KARNATAKA KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD, 6 TH CROSS, MALLESWARAM, BENGALURU 560 003. e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION
More informationNATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi
NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi-110078 Notice Inviting Tender for bid for supplying Toners/ Cartridges to NATIONAL LAW UNIVERSITY, DELHI on rate contract basis Date of issue
More informationTENDER ENQUIRY NO. PUMHSW/S.B.A/DOF/PROC/1143 Dated: 23- November TENDER FORM FINANCIAL PROPOSAL
Peoples University of Medical & Health Sciences for women Nawabshah, Shaheed Benazirabad, Sindh, Pakistan Phone & Fax: 0244-9370519, Exchange: 0244-9370249-55, Ext: 2214, 2213 Web: www.pumhs.edu.pk Email:
More informationOPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019
OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019 (ELIGIBLE TO UNDERWRITERS ONLY) CLOSING DATE: 7 TH MARCH AT 12.00 NOON Table
More informationMINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE
MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE KENYA CEREAL ENHANCEMENT PROGRAMME CLIMATE RESILIENT AGRICULTURAL LIVELIHOODS WINDOW (KCEP-CRAL) TENDER FOR SUPPLY, AND
More informationTENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT
GEOTHERMAL DEVELOPMENT COMPANY LIMITED TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT CLOSING DATE AND TIME: 18 th OCTOBER, 2017
More informationTENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT)
TENDER NO. TCG/F&P/14/2017-2018 FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT) OCTOBER 2017 SECTION I INVITATION TO TENDER Monday, 23 th OCTOBER 2017 TENDER NO:TCG/F&P/14/2017-2018
More informationNotice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.
1 GOVERNMENT OF INDIA Zoological Survey of India M-Block, New Alipore, Kolkata-700 053 F. ZSI/63-1/2018/St/ Date: 15 th Nov., 2018 Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological
More informationJUDICIARY OF KENYA (PRINTING, SUPPLY AND DELIVERY OF ASSORTED FOLDERS, )
JUDICIARY OF KENYA (PRINTING, SUPPLY AND DELIVERY OF REPUBLIC OF KENYA THE JUDICIARY TENDER NO.: JUD/049/2012-2013 PRINTING, SUPPLY & DELIVERY OF ASSORTED FOLDERS P.O.BOX 30041-00100 TEL: (020) 2221221
More informationTENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/ FOR THE YEAR AT A.M.
KMTC/QP-17/S32 KENYA MEDICAL TRAINING COLLEGE - NAIROBI TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF TYRES AND TUBES TENDER NO. KMTC/4/2015 2016 FOR THE YEAR 2015 2016 CLOSING DATE: 28 TH MAY 2015 AT 10.00
More informationREPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU
REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF COFFEE SEEDLINGS TENDER NO: CGN/MOALF/A/013/2015-2016 Instruction to Tenderers Agreement Annexes DECEMBER 2015 COUNTY
More informationSTANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG
STANDARD TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLING, AND TESTING OF ONE WATER DRILLING RIG TENDER NO:CGM/ONT/024/2015-2016 CLOSING DATE: 11 TH APRIL 2016 AT 10.00 A.M TABLE OF CONTENTS PAGE INTRODUCTION..
More informationTENDER FOR LOCAL CHEMIST
OFFICE OF THE MEDICAL SUPERINTENDENT ESIC MEDICAL COLLEGE & MODEL HOSPITAL BANGALORE 10 Phone 080 23320271/72 Fax 080 23325130 No.532/ESIC/MH/Local Chemist/13 14 Date:15/05/13 From: The Medical Superintendent
More informationTHE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS
1 THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS TUK/06/2018/2019 ALL TENDERERS ARE ADVISED TO READ CAREFULLY
More informationSOUTH EASTERN KENYA UNIVERSITY. Tender Document. For SUPPLY AND DELIVERY OF SODA AND MINERAL WATER
SOUTH EASTERN KENYA UNIVERSITY Tender Document For SUPPLY AND DELIVERY OF SODA AND MINERAL WATER ------------------------------------------------ (Reserved for Youth, Women & Persons Living with Disability)
More informationSUPPLY OF MEDICINAL GASES FOR THE YEAR
GOVT. MEDICAL COLLEGE & ASSOCIATED HOSPITALS JAMMU Name of the Group: SUPPLY OF MEDICINAL GASES FOR THE YEAR 2015-16 STANDARD BIDDING DOCUMENT E-TENDER NOTICE 08 OF 2015 P U R C H A S E C O M M I T T E
More informationTAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION
TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF 4161 Nos. OF AUTOMATIC ELECTRICAL SANITARY NAPKIN INCINERATORS IN 3334 GOVT. HIGH SCHOOLS AND HIGHER
More informationREPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT
REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT PROCUREMENT OF INSURANCE SERVICES FOR THE HUDUMA KENYA STAFF TENDER NO.MPYG/HKS/T13/2017-2018
More informationCENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida
स -56/1, स क टर-62, स स थ गत क ष त र, न एड 201307 CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING C-56/1, Sector-62, Institutional Area, Noida 201307 द रभ ष/Tel: 01203063311-13, फ क स/Fax::01203063317, Ref.
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-PROC-04-2016 TENDER FOR PREQUALIFICATION OF AIRCRAFT CHARTERS SERVICES FOR KENYA ELECTRICITY GENERATING COMPANY. Kenya Electricity Generating Company Limited
More informationNo. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.
ASSAM ELECTRICITY REGULATORY COMMISSION A.S.E.B. Campus, Dwarandhar, G. S. Road, Sixth Mile, Guwahati 781 022 e-mail aerc_ghy@hotmail.com Phone (0361) 2334442 Fax (0361) 2334432 No. AERC 649/2017/1 Dated
More informationHaile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 22324 Fax 310604/340192 TENDER DOCUMENT TENDER FOR SUPPLY AND DELIVERY OF BOTTLED DRINKING
More informationNIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair
Unique No. NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair Tender No. dtd.11.07.2014 Notice inviting Quotation
More informationTENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/
ORIGINAL KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR LEASING OF PHOTOCOPIER MACHINE TENDER NO: KNH/T/73/2017-2018 Page 1 of 48 CONTENTS INTRODUCTION.. 3 SECTION I INVITATION TO TENDER.. 3 SECTION II
More informationNATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016
NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS BID REFERENCE : UPHSSP/QA-FORMS/2015-16/01 DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016 LAST DATE FOR SALE OF
More informationSUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT)
TURKANA COUNTY GOVERNMENT OFFICE OF THE COUNTY SECRETARY TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR 2017-2018 (FRAMEWORK AGREEMENT) (RESERVED FOR YOUTH WITH AGPO CERTIFICATE)
More informationNATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH
NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH AT SRI VASAVI ENGINEERING COLLEGE CAMPUS, TADEPALLIGUDEM 534 102 No. NITAP/CS-01(B)/2018-19 Date: 30.05.2018 INVITATION FOR TENDERS FOR SUPPLY OF Item No.
More informationSUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089
SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089 ENERGY REGULATORY COMMISSION 1ST FLOOR, EAGLE AFRICA CENTRE, LONGONOT ROAD, UPPERHILL P.O. Box 42681 00100
More information(Revised with the approval of 227 th Governing Body
PROCUREMENT PROCEDURE MANUAL (Revised with the approval of 227 th Governing Body held on 15 th September, 2017) Page 1 of 10 INDEX No. Particulars 1 Introduction 3 2 Standing Purchase Committees 3 2.1
More informationNATIONAL OPEN TENDER
KENYATTA NATIONAL HOSPITAL NATIONAL OPEN TENDER TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF PHYSIOTHERAPY CONSUMABLES 2018-2020 TENDER NO: KNH/T/08/2018-2020 THE CHIEF EXECUTIVE OFFICER KENYATTA NATIONAL
More informationDIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT
DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF SCIENCE LAB EQUIPMENTS TO 62 GOVERNMENT ARTS AND SCIENCE COLLEGES AT VARIOUS PLACES IN TAMIL NADU
More informationNo. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.
ASSAM ELECTRICITY REGULATORY COMMISSION A.S.E.B. Campus, Dwarandhar, G. S. Road, Sixth Mile, Guwahati 781 022 e-mail aerc_ghy@hotmail.com Phone (0361) 2334442 Fax (0361) 2334432 No. AERC. 8/2002/B/01 Dated
More informationAnnexure ***Financial Bid to be Kept in Separate Sealed Envelope duly attested by the bidder with his Seal & /Signature.
OFFICE OF THE RATE CONTRACT COMMITTEE HEALTH & MEDICAL EDUCATION DEPARTMENT GOVT. MEDICAL COLLEGE SRINAGAR Short Term Tender 08 OF 2018 For the year 2018-19 Annexure ***Financial Bid to be Kept in Separate
More informationTENDER FOR PROCUREMENT OF FRESH MILK FOR THE
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comms@centralbank.go.ke TENDER FOR PROCUREMENT OF FRESH
More informationPeoples University of Medical & Health Sciences for women Nawabshah, Shaheed Benazirabad, Sindh, Pakistan
Peoples University of Medical & Health Sciences for women Nawabshah, Shaheed Benazirabad, Sindh, Pakistan PROCUREMENT OF PROSPECTUS FOR THE ADMISSION IN DPT, PHARM-D, BS PUBLIC HEALTH SCIENCES, BS NURSING
More informationTHE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank
THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank Sir Vithaldas Thackersey Memorial Building, 9, Maharashtra Chamber of Commerce Lane, Fort, Mumbai
More informationUniversity of Agriculture, Faisalabad. B i d d i n g D o c u m e n t s. Tender No.238/2018
University of Agriculture, Faisalabad B i d d i n g D o c u m e n t s Tender No.238/2018 SPECIAL INSTRUCTIONS - No cutting, erasing is allowed in the Tender bid. - Bid offered strictly in accordance with
More informationCENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE
CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI 110301 TENDER NOTICE The Central Board of Secondary Education (CBSE) is one of the premier national public examinations
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM-13-2017 OPEN NATIONAL TENDER FOR SUPPLY OF TYRES AND TUBES FOR KENYA ELECTRICITY GENERATING COMPANY. FRAMEWORK TENDER 2017-2019 Kenya Electricity Generating
More informationTENDER FOR SUPPLY & DELIVERY OF SCHMIDT HAMMER UNIT AND GPS RECEIVERS AS PER ATTACHED SPECIFICATIONS
TENDER FOR SUPPLY & DELIVERY OF SCHMIDT HAMMER UNIT AND GPS RECEIVERS AS PER ATTACHED SPECIFICATIONS (RESERVED FOR YOUTH,WOMEN & PERSONS WITH DISABILITY) TENDER NO. NCA/T/14/2017-2018 CLOSING FRIDAY 24TH
More informationdezpkjh jkt; chek fuxe Employees' State Insurance Corporation
No. 18U/16/31/1/07(c)/ESIC MH dezpkjh jkt; chek fuxe Employees' State Insurance Corporation vkn'kz fpfdrlky;,oa O;kolkf;d jksx dsunz Model Hospital and Occupational Disease Centre Ukankuxj] bunksj Nanda
More informationKenyatta National Hospital
Kenyatta National Hospital ORIGINAL Tender Document For SUPPLY AND PROCUREMENT OF OPTHALMOLOGY CONSUMABLES ----------------------------------------------- FOR THE YEAR 2015/2016 TENDER NO: KNH/T/95/2015-2016
More informationTENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt
TENDER DOCUMENT For Consultancy for ISO 9001:2008 Certification Tender Reference Number: 15-5/2012-Lib. Dt. 09.08.2012 Government of India SOUTHERN REGION FARM MACHINERY TRAINING & TESTING INSTITUTE Tractor
More informationSupply of Notebook Computers
B I D D I N G D O C U M E N T S Issued on: 28 March 2015 for Supply of Notebook Computers RFP No: 2015-41-01-02 Bank of Jamaica 3 Table of Contents PART 1 Bidding Procedures... 1 Section I. Instructions
More informationTENDER DOCUMENT INTERNATIONAL COMPETITIVE BIDDING (ICB)
BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P.O. Box 60000-00200 Nairobi Kenya Telephone: 2861000/2863000 Fax 340192/250783 Email: comm@centralbank.go.ke TENDER DOCUMENT INTERNATIONAL
More informationTENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES
P. O. Box 713 01100 KAJIADO, KENYA TEL: 0703 969000, 0739 969000 Website: www.umma.ac.ke TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES TABLE OF CONTENTS PAGE SECTION I SECTION
More informationDIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR
DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF DUSTBINS TO 69 GOVERNMENT ARTS & SCIENCE, EDUCATION COLLEGES AND 24 UNIVERSITY CONSTITUENT COLLEGES
More informationInvitation to Bid. 6. Bids will be opened on 22 May, 2012 at 10:30am hours by UNODC/UNDP Procurement Committee
Invitation to Bid Date: 6 May 2012 Dear Sir/Madam, Subject: Procurement of Disposable Latex Gloves by UNODC - Pakistan 1. We hereby solicit your bid for the supply of following goods/items. a. Disposable
More informationKENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-FUEL
KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-FUEL-01-2018 TENDER FOR SUPPLY AND DELIVERY OF AUTOMOTIVE GAS OIL TO DRILLING RIGS AT OLKARIA GEOTHERMAL DEVELOPMENT (OPEN NATIONAL) Kenya Electricity Generating
More informationProcurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S ZAMBIA RAILWAYS LIMITED Procurement of Goods Open International Bidding February 2013 Foreword Zambia Railways Limited has received funding from the Government
More informationSTANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES
STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES TABLE OF CONTENTS Page INTRODUCTION. 3 SECTION I INVITATION TO TENDER. 4 SECTION II INSTRUCTIONS TO TENDERERS.. 5 APPENDIX TO INSTITUTIONS TO TENDER.
More informationCEYLON PETROLEUM STORAGE TERMINALS LIMITED
CEYLON PETROLEUM STORAGE TERMINALS LIMITED BIDDING DOCUMENT KPR/15B/2018 BID FOR THE SUPPLY OF 28,500 NOS BAR SOAP (UNWRAP, WEIGHT 650 GRAMS MINIMUM/EACH) MANAGER PROCUREMENT PROCUREMENT FUNCTION CEYLON
More informationTENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES
KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-00200-NAIROBI Tel: +254 020 2614896; email: info@kentrade.go.ke TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES TENDER
More informationTENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/
TENDER DOCUMENT FOR PROVISION OF AIR TICKETING SERVICES TENDER NO. PPOA /01/ 07/2015 2016 11 TH FLOOR, NATIONAL BANK BUILDING, HARAMBEE AVENUE P.O. BOX 58535-00100 TEL: +254 02 3244000 FAX: +254 02 3244277/377
More informationJNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT
JNTUH College of Engineering Hyderabad Kukatpally, Hyderabad. Andhra Pradesh, India. PIN: 500085 TEQIP Cell contact No. 040 23057787 Fax No. 04023057787 BID REFERENCE NO: TEQIP-II/AP/AP2G02/71 NATIONAL
More informationINVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software
NATIONAL INSTITUTE OF TECHNOLOGY, WARANGAL 506 004 TELENGANA (INDIA) Tender Notice No. NITW/CS-4/2018-19/ Date: 22-10-2018 INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera
More information