PROCUREMENT NOTICE - GLOBAL

MINISTRY PROCUREMENT COMMITTEE,

MINISTRY OF HEALTH & INDIGENOUS MEDICINE

The Chairman, Ministry Procurement Committee of The Ministry of Health & Indigenous Medicine will receive sealed bids for supply of following items to the Department of Health Services for year 2015 & 2016.

BID No : DHS/S/M/WW/2/16

Closing Date & Time: 09TH SEPTEMBER, 2015 at 11.00 a.m.

Date of issuing of Bid Documents : 27TH JULY, 2015

Item: Hydrocephalic Shunt Kits, Catheters and Surgical

Consumables

Bids should be prepared as per particulars given in the Bidding Documents available to prospective bidders on working days between 0930 hours to 1500 hours from above dates at the Head Office, No.75, Sir Baron Jayatillake Mawatha, Colombo 1. These could be purchased on cash payment of a non-refundable Bid Fee of Rs.3000 + VAT per set. 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 of 1987 before collecting the Bid Documents and also should get the contract registered after the tender is awarded.

All Bids should be accompanied by a Bid Bond as specified in the Bid Documents.

Sealed Bids may be sent by post under registered cover or may be personally deposited in the box available for this purpose at Internal Audit Department in Mezzanine floor of the State Pharmaceuticals Corporation at No. 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 and time mentioned above and will be opened immediately thereafter.

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

Bid Documents are being sent to Sri Lanka missions abroad and foreign missions in Sri Lanka also.

CHAIRMAN – MINISTRY PROCUREMENT COMMITTEE

MINISTRY OF HEALTH & INDIGENOUS MEDICINE

C/O STATE PHARMACEUTICALS CORPORATION OF SRI LANKA

75, SIR BARON JAYATILLAKE MAWATHA

COLOMBO 1

SRI LANKA.

FAX: 00 94-11- 2344082

TELEPHONE: 00 94-11- 2326227/94-11-2335008

E-MAIL:

ANNEX – 1A

TENDER NO. : DHS/S/M/WW/2/16

DATE OF ISSUE : 27TH JULY, 2015

CLOSING DATE & TIME : 09TH SEPTEMBER, 2015 AT 11.00 HOURS SRI LANKA TIME

Special Conditions for tendering :

  1. Offers should be accompanied with the valid registration certificate issued by the Cosmetic Devices and Drugs Authority in Sri Lanka
  1. Offered item should bear both our SR number and the Item number. However at the bid opening only the item numbers will be read out. Therefore price quoted should be shown against each item number.
  1. If the shipment is being effected on FCL basis both FOB and Freight charges should be quoted

separately against each item in addition to quoted C & F price.

  1. The volume of the total quantity of each item should be given in cubic meters (m3)
  2. Offers should be on C & F (CPT/CFR) Colombo basis. FOB offers are not acceptable. Total value of each item not exceeding LKR 1 Million for Import and Supply basis is acceptable. Offers exceeds this amount should be on C & F basis. This is not applicable for local manufacturers.
  1. Fax/E-mail offers directly sent to State Pharmaceuticals Corporation are not acceptable. Tenderers are requested to draw their attention to the clause “Submission of Bids” of the bid document in this regard.
  1. If awarded supplier is unable to adhere the delivery schedule due to no fault of the SPC/Ministry would result in the supplier being surcharge 0.5% of total bid amount per day from the due delivery date.
  1. The original payment receipt has to be annexed to the offer. Offers without same will be rejected.
  1. We reserve the right to reject offers which do not comply above.
  2. Offer should be valid till 07.03.2016.

General Conditions apply in the event of an award :

  1. To be supplied from freshly manufactured stock.

2. Each individual item to bear Description of Item, Batch No., Order List No., Indent No., stock Referance No.

(Lot No)., Name and Address of Manufacturer, Date of Manufacture, Date of Expiry (if No Expiry it should

indicate on label), SR No., and “STATE LOGO” of Sri Lanka Government.

3. 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

WimalawansaTheroMawatha, Colombo 10/ as directed by Medical Supplies Division.

a)Description of Item

b)SR No

c)Date of Manufacture

d)Date of Expiry and Lot Number – in size 5cm letters/figures in prominently visible manner

e)Name and Address of manufacturer

f)MSD order list No

g)SPC Indent No

h)“STATE LOGO” of Sri Lanka Government

i)Special storage condition of the item (if Available)

4. The item should be suitably packed to be stored under normal room temperature and humidity

prevailing in SRI LANKA.

5.The lot quantities shall be identical and number of Lot shall be minimal. Each batch quantity should be

individually shrunk wrapped and palletized. The shrunk wrapped pallets shall be labeled as described under

conditions No. 04 and bar code also to be labeled.

6. Barcode (Code 128) for Batch Numbers shall be printed on the labels of innermost to outermost

packing’s as described below.

  1. Batch number should be separately bar-coded.
  2. Format should be according to CODE 128 standard.
  3. Maximum barcode size should be 2.5cm x 5cm
  4. Industry standard in barcode printing and pasting should be followed.

7. 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.

8. MSD Order List No., SR No., Description of Item, Storage conditions of the item, Batch

No., Date of Manufacture, Date of Expiry of Item SPC Indent No., should be indicated in all Supply

Invoices and Packing Lists.

9. 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.

10. 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.

11. Withdrawal from use of items due to quality failures:

a)In case of batch withdrawal due to quality failure, the supplier/manufacturer shall either replace entire batch quantity with a good quality product, free of charge or reimburse the value of entire batch quantity supplied.

b)In case of product withdrawal due to quality failure, the supplier/ manufacturer shall reimburse the value of entire product quantity supplied.

c)In the event of either a) or b) above the supplier/ manufacturer shall be surcharged additional 25% of the total value concerned as administrative cost.

12. If any local purchase were to be made to ensure continuity of supply owing to delay in delivery, any

excess expenditure incurred over indent cost on such purchases to MSD shall be recovered from the

supplier.

13. 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

Committees and Procurement Committees to consider making cluster awards for such items on an

economical manner.

14. Suppliers should submit all shipping documents including the Bill of lading or Air Way Bill to SPC at

least2-3 days prior to arrival of the consignments to prevent any delay in clearance.

15. In the event of an award made to you on this tender, SPC reserve the right to cancel/suspend the

procuring of said order in any stage, if you would be placed the defaulted supplier’s list due to

quality failure found in your previous supplies made to SPC or non compliance of contractual

agreement.

16. Where a purchase for a particular item is being made for the 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.

17This 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 contract act in accordance with the section 10 of

the Public Contract Act and produce such valid original certificate of Registration with the

Bid.

18. 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.

19.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.

Sufficient quantity of samples should be forwarded for evaluation.

TENDER NO: DHS/S/M/WW/2/16 CLOSING ON :09/09/2015AT 11.00 am

ORDER LIST NUMBER: 2016/SPC/N/R/S/00102

ITEM
SR No / Item Specification / Quantity
(Nos)
01/12803301 / Hydrocephalic Shunt Kit, with standard type CSF flow control valve - low pressure valve, with barium sulphate impregnated peritoneal catheter 75cm - 90cm length and ventricular catheter with stylet, sterile. / 160
02/12803302 / Hydrocephalic Shunt Kit, with standard type CSF flow control valve - medium pressure valve, with barium sulphate impregnated peritoneal catheter 75cm - 90cm length and ventricular catheter with stylet, sterile. / 200
03/12803303 / Hydrocephalic Shunt Kit, with standard type CSF flow control valve - medium pressure valve, with barium sulphate impregnated peritoneal catheter 100cm - 120cm length and ventricular catheter with stylet, sterile. / 90
04/12803401 / Hydrocephalic Shunt Kit, with standard type CSF flow control valve - low pressure valve, with attached barium sulphate impregnated peritoneal catheter 75cm - 90cm length and ventricular catheter with stylet, (one piece system), sterile. / 50
05/12803402 / Hydrocephalic Shunt Kit, with standard type CSF flow control valve - medium pressure valve, with attached barium sulphate impregnated peritoneal catheter 100cm - 120cm length and ventricular catheter with stylet, (one piece system), sterile. / 220
06/12803501 / Hydrocephalic Shunt Kit, with standard type flat bottom CSF flow control valve - medium pressure valve, with attached barium sulphate impregnated peritoneal catheter 75cm - 90cm length and ventricular catheter with stylet 18cm (approx.) length, right angle ventricular catheter guide, sterile. / 60
07/12803502 / Hydrocephalic Shunt Kit, with standard type flat bottom CSF flow control valve - medium pressure valve, with attached barium sulphate impregnated peritoneal catheter 100cm - 120cm length and ventricular catheter with stylet 18cm (approx.) length, right angle ventricular catheter guide, sterile. / 85
08/12803601 / Hydrocephalic Shunt Kit, with contoured regular type CSF flow control valve - medium pressure valve, with barium sulphate impregnated peritoneal catheter 75cm - 90cm length and ventricular catheter with stylet, sterile. / 100
09/12804000 / Ventricular Catheter Set, with 3.3mm OD x 1.9mm ID ventricular catheter 35cm (approx.) length, stainless steel stylet 38cm (approx.) length, luer connector, suture collar, 10Fr x 15cm length trocar, yellow male end cap, sterile. / 700
10/12804001 / Ventricular Catheter Set, with barium sulphate impregnated catheter, stainless steel stylet, trocar and connector, for CSF external drainage system, sterile. / 600
11/12804101 / External Ventricular and Lumbar Drainage System, for CSF drainage, comprising; ventricular catheter with stainless steel stylet and trocar, lumbar catheter with 14G Tuohy needle, luer connector, suture collar, and 700ml (approx.) drainage bag with tubing, sterile. / 2,200
12/12804201 / Replacement Drainage Bag 700ml, calibrated, with anti-reflux valve, drain tube and connecting tubing, for CSF external ventricular and lumbar drainage system, sterile. / 2,000
13/12804301 / Lumbar Catheter Set, with barium sulphate impregnated catheter, Tuohy needle size 14G, suture collar and connector, for CSF external drainage system, sterile. / 70
14/12804401 / Distal Peritoneal Catheter, standard type, barium impregnated, 75cm - 90cm length, sterile. / 98
15/12804501 / Catheter Introducer, for ventricular catheter, adult size, sterile. / 65
16/12804502 / Catheter Introducer, for ventricular catheter, paediatric size, sterile. / 65
17/12804701 / Synthetic Fabric Patch, for dura repair, non absorbable, size (approx.) 4cm x 10cm, sterile. / 775
18/12804702 / Synthetic Fabric Patch, for dura repair, non absorbable, size (approx.) 15cm x 20cm, sterile. / 1,000
19/12805001 / Bone Cement, Cranioplastic, powder and solution pack, sterile. / 2,200
20/12805101 / Wire saws, Gigli type,2 wires twisted, with loop at each end for saw handle, 50cm length, unsterile. / 6,500
21/12805201 / Bone Sealant Wax, to control bleeding at bones, non absorbable, 2.5g, sterile. / 9,000

Pack Size : 01

Delivery : 100% January 2016

Total Amount of Bid Bond: LKR 2,328,000.00 (USD 17,402.00)

Bid Bond should be submitted with valid up 06.04.2016together with the tender

Amendments to Bid Documents

1. Page 12 Condition No. 19.2

Registrar of public contracts

This clause should be amended as awards over Sri Lanka rupees Five Million instead of (LKR) Ten

Million.

2.Page 12 Condition No. 20.1

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.

Please refer Global Bid Document

C. / Global Tender - Bid Document for Surgical Items SCAPC / MPC