Tenders Are Invited For Digital Cholangio Pancreatoscope And Biopsy Forceps

Tender Detail

20387443
DHS SUS WW 110 18
Self Funded
Tenders Are Invited For Digital Cholangio Pancreatoscope And Biopsy Forceps
ICB
Southern Asia
South Asian Association for Regional Cooperation (SAARC)
03-07-2019

Work Detail

Tenders Are Invited For Digital Cholangio Pancreatoscope And Biopsy Forceps Item Digital Cholangio Pancreatoscope Access And Delivery Catheter Spy Glass Type Or Similar To Be Used With Side Viewing Ercp Duodenoscope Catheter Tip Od 3 5Mm With 02 Irrigation Channels 1 2Mm Working Channel 02 Led Lights Biopsy Forceps Compatible With Cholangio Pancreatoscope Spy Bite Type Or Similar Jaw Od 1 1Mm Jaw Open Od 4 1Mm Working Length 286Cm Minimum Working Channel 1 2MmQty Nos 1715Non Refundable Bid Fee Lkr 3 000 TaxesBids Should Be Prepared As Per The Particulars Given In The Bidding Documents Available To Prospective BiddersOn Working Days Between 0930 Hours To 1500 Hours At The Head Office No 75 Sir Baron Jayatillake Mawatha Colombo 1 These Could Be Purchased On Cash Payment Of A Non Refundable Bidding Document Fee Per Set AsMentioned Above Offers Received Without Enclosing Original Payment Receipt Are Liable To Be Rejected Wherever Necessary Potential Bidder Bidders Should Get Registered In Terms Of The Public Contract Act No 3 Of1987 Before Collecting The Bidding Documents And Also Should Get The Contract Registered After The Tender IsAwarded All Bids Should Be Accompanied By A Bid Bond As Specified In The Bidding Documents Sealed Bids May Be Sent By Post Under Registered Cover Or May Be Personally Deposited In The Box Available ForThis Purpose At Internal Audit Department In The Mezzanine Floor Of The State Pharmaceuticals Corporation AtNo 75 Sir Baron Jayatillake Mawatha Colombo 1 Sri Lanka Bids Will Be Closed At The Head Office Of The State Pharmaceuticals Corporation On The Dates AndTime Mentioned Above And Will Be Opened Immediately Thereafter Bidders Or Their AuthorisedRepresentatives Will Be Permitted To Be Present At The Time Of Opening Of Bids Bidding Documents Are Being Sent To Sri Lanka Missions Abroad And Foreign Missions In Sri Lanka Chairman Departmental Procurement CommitteeState Pharmaceuticals Corporation Of Sri Lanka75 Sir Baron Jayatillake MawathaColombo 1Sri Lanka Tel Fax 00 94 11 2335008E Mail Impmanager Spc LkChairman Procurement EntityOn Behalf OfChairman Departmental Procurement CommitteeState Pharmaceuticals Corporation Of Sri Lanka75 Sir Baron Jayatillake MawathaColombo 1Sri Lanka 1 Offers Should Be Accompanied With The Valid Registration Certificate Issued By The National Medicines RegulatoryAuthority In Sri Lanka Formerly Cosmetic Devices And Drugs Authority 2 Offered Item Should Bear Both Our Sr Number And The Item Number However At The Bid Opening Only The ItemNumbers Will Be Read Out Therefore Price Quoted Should Be Shown Against Each Item Number 3 Storage Temperature Of The Offered Item Should Be Prominently And Clearly Indicated In The Column FullDescription Of Item Offered And The Standard Offered In Bid Form Annex Ii B Attached 4 If The Shipment Is Being Effected On Fcl Basis Both Fob And Freight Charges Should Be Quoted Separately AgainstEach Item In Addition To Quoted C F Price The Volume Of The Total Quantity Of Each Item Should Be Given InCubic Meters M3 5 Any Other Condition Of The Relevant Standard Bidding Documents Are Also Applicable Standard Bidding DocumentIs Available For Perusal In The Spc Web Site Www Spc Lk 6 Foreign Offers Should Be On C F Cpt Cfr Colombo Basis Fob Offers Are Not Acceptable If OffersAre Received On Import Supply Basis From Local Suppliers Those Offers Should Be In Lkr All LocalSuppliers Manufacturers Should Quote In Lkr For The Total Delivery Price To Msd Stores 7 Fax E Mail Offers Directly Sent To State Pharmaceuticals Corporation Are Not Acceptable TenderersAre Requested To Draw Their Attention To The Clause Submission Of Bids Of The Bid Document In ThisRegard 8 If Awarded Supplier Is Unable To Adhere The Delivery Schedule Due To No Fault Of The Spc Ministry Would Result InThe Supplier Being Surcharge 0 5 Of Total Bid Amount Per Day From The Due Delivery Date 9 The Original Payment Receipt Has To Be Annexed To The Offer Offers Without Same Will Be Rejected 10 We Reserve The Right To Reject Offers Which Do Not Comply Above 11 The Offer Should Be Valid Up To 30 12 2019Conditions Of Supply1 To Be Supplied From Freshly Manufactured Stock 2 The Products Should Have A Minimum Of 36 Months Shelf Life At The Time Of Delivery At Medical Supplies Division When The Time Of Arrival Of Goods To Sri Lanka The Residual Shelf Life Should Be Remained 75 Or More Out Of TotalProduct Shelf Life As Per The Regulation Of Import Export Controller Of Sri Lanka 3 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 4 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 ItemB Sr NoC Date Of ManufactureD Date Of Expiry And Batch Number In Size 5Cm Letters Figures In Prominently Visible MannerE Name And Address Of ManufacturerF Msd Order List NoG Spc Indent NoH State Logo Of Sri Lanka GovernmentI 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 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 As Described Under Conditions No 05 And Barcode Also To Be Labeled 7 Barcode Code 128 For Batch Numbers Shall Be Printed On The Labels Of Innermost To Outermost PackingS 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 5CmD Industry Standard In Barcode Printing And Pasting Should Be Followed 8 Offers For Any Other Economically Viable Pack Sizes Different From The Specified Pack Sized Are Acceptable With The Prior Approval Of Director Medical Supplies Division 9 Msd Order List No Sr No Description Of Item Storage Conditions Of The Item Batch No Date Of Manufacture Date Of Expiry Of Item And Spc Indent No Shall Be Indicated In All Supply Invoices And Packing Lists 10 Any Deviation Of 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 For 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 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 BatchQuantity 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 OfEntire Product Quantity Supplied C In The Event Of Either A Or B Above The Supplier Manufacturer Shall Be Surcharged Additional 25 Of TheTotal Value Concerned As Administrative Cost 13 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 Above Indented Cost Of This Order Shall Be Debited To Spc To Be Recovered By Supplier 14 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 15 In The Event Of Delivery Of Consignments Deviating From Given Delivery Schedule By Msd Due To Default Of Supplier And Same Is Rejected Due Lack Of Storage Space Available At Msd Warehouses Any Resulting Demurrage Charges Incurred Shall Be Borne By The Suppliers Concerned 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 Suppliers Should Submit All Shipping Documents Including The Bill Of Lading Or Air Way Bill To Spc At Least 2 3 Days Prior To Arrival Of The Consignments To Prevent Any Delay In Clearance 18 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 SupplierS List Due To Quality Failure Found In Your Previous Supplies Made To Spc Or Non Compliance Of Contractual Agreement 19 This Bid 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 Bid Or Shall Register Himself And Such Public Contact Act In Accordance With The Section 10 Of The Public Contract Act And Produce Such Valid Original Certificate Of Registration With The Bid 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 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 22 The Bid Submitted Should Be Duly Signed And Endorsed By The Bidder Tenderer Him Self With The Name And Designation Of The Signatory Or By The Representative Representatives Submit Offers On Behalf Of Their Principals Should Submit A Letter Of Authorization And Power Of Attorney If Signing On Behalf Of The Principals And Also Should Submit Documentary Proof On Their Registration As Per The Act No 03 Of 1987 With The Department Of The Registrar Of Companies Sri Lanka 23 In Respect Of Multi Component Items That Are Ordered As Kit Items Under Single Sr Number Representing Its Components Assembled Together With A Commercial Invoice Indicating The Number Of Kits And Its S R All Components As One Assembled Unit All Deliveries Of Such Items To Msd Should Be In The Form Of Kits All Number Describing Quantifying The Individual Components That Forms The Kit Where Applicable 24 All Shipment Should Be Made Exclusively On Vessels Belonging To The Ceylon Shipping Corporation Or Those Chartered By Csc Shipments On Other Vessels Will Be Permitted In Instances Where Vessels Of The Ceylon Shipping Corporation Do Not Call At The Port Of Shipment Or If They Are Not Available For Timely Shipment Of Cargo In Which Event The Supplier Should Attach A Waiver Certificate Issued By Ceylon Shipping Corporation On Their Authorized Agent In The SupplierS Country 25 The Successful Supplier Should Agree To Enter Into A Contract Agreement Is Applicable Normally For Awards Which Are Over Lkr 500 000 00 Five Hundred Thousand 26 To Be Supplied As Per The Delivery Schedule Indicated In The Order List 27 In Addition To The Conditions Given Herein Any Other Relevant Conditions As Per The Tender Document Issued By Spc Are Also Applicable Page 9 Condition No 19 B Registrar Of Public Contracts This Clause Should Be Amended As Awards Over Sri Lanka Rupees Five Million Instead Of Lkr Ten Million 3 Page 10 Condition No 20 ARepresentative Samples In Respect Of Items Offered Should Be Submitted To Reach Spc On Or Before TheClosing Time On The Closing Date Of Tender And Acknowledgement Receipt To Be Obtained From AdministrationDepartment Of Spc Bidding Document Fee As Per The Guideline 6 1 1 A Of The Government ProcurementGuidelines 2006 A Non Refundable Fee Of Rs 3 000 00 Taxes Should Be Paid In Cash To Spc For Each Set OfTender Document

Key Value

Tender Value
Refer document
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail