Section2 - Tender Data Sheet
Section2 - Tender Data Sheet
Tender/Proposal Detail
Tender/Proposal Invitation 250GH/SIRAJ/TENDER/2024-
1043466
ID : Reference No. : 2025/01
Closing Date and Opening Date and
27-Jan-2025 11:30 27-Jan-2025 11:30
Time : Time :
Procuring Entity : Bangamata Sheikh Fazilatunnesa Mujib General Hospital, Sirajganj
Brief : Procurement of Non Consulting Services for FY 2024-2025
Instructions for completing Tender/Proposal Data Sheet are provided in italics in parenthesis for the
relevant ITT clauses
ITT Amendments of, and Supplements to, Clauses in the Instructions to Tenderers/Consultants
Clause
A. General
ITT 1. Scope of Tender
Clause
1.1 The Procuring Entity named in the Tender Data Sheet (TDS) (hereinafter referred to as the
“PE”) wishes to issues these e- Tender Document (hereinafter referred to as the “e-TD”) for the
supply of Goods, and related services incidental there to, as specified in the TDS. The name of
the Tender and the number and identification of its constituent lot(s) are stated in the TDS.
The PE is Dr. Akikun Naher Superintendent, Bangamata Sheikh Fazilatunnesa Mujib
General Hospital, Sirajganj.
The number, identification and name of lots comprising the Tender are Procurement of Non
Consulting Services for FY 2024-2025
(a) A minimum number of years of General experience in the supply of goods and related services
as specified in the TDS; and
(b) Specific experience of satisfactory completion of supply of Goods similar to the proposed
goods in at least a number of contract(s) and, each with a minimum value, over the period, as
specified in TDS; and
(c) A minimum supply and/or production capacity of Goods as specified in the TDS.
Note: NOA/Agreement/Work order should be submitted along with the certificate to prove
the authenticity of the experience certificate. Experience certificate must be from a 100
bed or above health facility.Otherwise it will be considered as non-responsive by the
evaluation committee.
ITT 16. Financial Criteria
Clause
(a) Availability of minimum liquid assets i.e. working capital or credit line(s) from any Scheduled
Bank, net of other contractual commitments of the amount as specified in the TDS.
ITT 12.1(b) (PSN)
The Minimum Amount of Liquid Assets i.e. Credit Line(s), net of other contractual
commitments is Tk. 6328000.00 (Sixty-Three Lakh Twenty-Eight Thousand Only)
Tenderer's must have a satisfactory Bank Statment of his/her own firm name from
01.07.2024 to 01.12.2024 & there have minimum Tk. 6328000.00 (Sixty-Three Lakh Twenty-
Eight Thousand Only) Balance in 2 (Two) Consecutive Days or Satisfactory Bank
Transection 3.00 (Three) Crore in during this period.
D. Tender Preparation
ITT 22. Contents of e-Tender
Clause
(m) Any other document as specified in the TDS.
The Tenderer shall submit with its e-Tender the following additional documents:
a. Updated Relevant Business Trade License 2024-2025
b. Income Tax Certificate & 2024-25 Assessment Year Tax Return Certificate with Income
Tax Assessment Journal/Return Slip
c. 13 Digit BIN Certificate
d. VAT Honour Card which validity 30-June-2025 or Previous Financial Year VAT Clearance
Certificate from Custom Exise & VAT Office.
e. Last Month Online VAT Return Copy (mail notification not allow)
f. NID Card of the Proprietor/Director/Owner
g. Color Photo of the Proprietor/Director/Owner
h. 3 (three) attested specimen signatures of the tenderer on own letterhead pad.
i. Updated registration from Department of inspection for Factories and Establishments
j. Updated Chamber of Commerce/Business Association Registration Certificate with Re-
New Document.
k. Notarized sole proprietorship declaration in case of sole proprietorship. If the tenderer is
a Partnership/Limited Company, should be submitted all documents in RJSC certificate of
formation of Partnership/Limited Company. (scan copy must be from original copy)
l. Copy of the Notarized declaration stating that the institution is not blacklisted anywhere
(document must be in last 3 year) (scan copy must be from original copy)
m. All work orders of man power supply in any government office/hospital which was
completed during last 3 years and successful completion certificates form concerned
authority should be submitted, ITT 22.7 (PSN)
n. Threshold limit of service commission not less than 5%.
q. The tenderer shall submit an undertaking in non-judicial stamp of Tk. 300 (three
hundred), stating
1. No legal action will be taken against the tenderer if the allocation of funds is not
received.
3. If there is any previous experienced worker in the purchaser's office, if his/her change
disrupts the government work, that person shall be appointed for the duration of the
contract for the purpose of continuing the government work at the request of the
purchaser on the basis of experience and expertise. Whose salaries and allowances will be
paid as per rules among 48 of the appointed bidders.
4. The appointed contractor must pay the salary of the previous month through the salary
account of the workers by 07th of every month.
5. The appointed contractor shall be bound to comply with any instructions of the
procuring authority in the interest of running the establishment.
6. Any criminal and illegal activities of the manpower employed by the appointed contractor
shall be borne by the contractor. If any kind of damage is caused to the establishment by
the manpower employed by the contractor, the bill shall be paid after deducting the same
from the said commission.
If the officer/employee of the organization is dissatisfied with the manpower appointed by
the contractor or neglects the responsibility assigned to him,
7. if he does not obey the instructions of the head of the organization, the purchaser shall
be obliged to change the accused worker and appoint new worker within 03 (three) working
days of informing the contractor in writing. Otherwise, in case of failure of the employer,
the procuring authority may, on its own initiative, appoint experienced and competent
workers in place of the said workers.
r. For Specific Experience Please Submit Completion Certificate Along with NOA &
Contract Agreement.
s. Tenderer should be submitted previous financial year Audit report from a reputed
Audited Firm.
t. If a tenderer submits any kind of false information or if the attached paper does not get
the verification report on time then the tender evaluation committee can make the tender
non-responsive.
u. Government will pay remuneration against each person at fixed rate. The tenderer has to
provide necessary accessories like sticks, clothes, shoes, caps, lights etc. for the
manpower. The authority will not pay any bill for this.
v. Irrespective of what is mentioned in the ITT clause of the tender, all activities of the
tender shall follow the guidelines of PSN Tender Format published by CPTU. The bidder
will not have any objection to this.
w. Minimum SSC or equivalent pass for security guard and minimum 8th class pass for
cleaner post. All must be between 18 to 60 years of age. Must have physical ability.
x. Curriculum vitae and national identity card of the manpower employed under the bidding
organization should be submitted along with the tender.
Evaluation Criteria:
1. Responsive/Non-Responsive tenderers shall be determined by marking method in the
evaluation process mentioned in the attached PSN document.
2. Tenderers securing minimum 70% marks shall be declared responsive.
3. If none of the submitted bidders obtains 70% marks, then the highest among all bidders
and the maximum three bidders in sequence shall be declared responsive.
4. The NOA will be awarded to and the contract awarded to the lowest bidder among the
bidders submitted within 5% to 10% of the respondents.
5. If multiple bidders are responsive getting same marks in technical evaluation and all bids
are same then TEC (Specific Experience/age and experience mentioned in submitted Bio-
data of manpower/Lottery) can be decided by according to PPR-2008 clause 98 (31).
6. If any issue arises which has not been mentioned in the tender documents, the
issue/issues will be settled according to PPR-2008, PPA-2006, outsourcing manpower
requirement policy-2018.
Special Instruction for Tenderer
1. If any new instructions are issued by the Government of the People's Republic of
Bangladesh regarding the supply of manpower to government offices after the tender
process is ongoing or completed, the tenderer will be obliged to accept it freely and
conduct the tender process and complete all subsequent activities.
2. If the evaluated lowest bidder refuses for any reason to accept NOA or furnish security
deposit or execute the contract, his bid security shall be canceled and blacklisted without
any show cause notice.
3. If a bidder is accused of violating labor laws or sanctioned by the competent authority, or
blacklisted, his bid will be considered void without evaluation.
4. If the appointed bidder organizes any activity outside the outsourcing manpower
requirement policy-2018 during the contracted period or engages in any work against the
interests of the appointed outsourcing manpower, thereby creating an environment that
creates disruption in the organization's operations and public suffering; However, the
Tender Convener/Institutional Authority/Institutional Head may take action against the
contracting bidder as per the prevailing laws of the country by canceling the contract on 01
(one) month's notice/ at the end of the current month.
5. In the case of limited companies, the resolution of the board of directors meeting must
mention the decision and authority to submit the tender and a copy of the said resolution
must be submitted. Otherwise the tenderer will be considered non-responsive.
6. Blacklisted or negative news published against someone will be considered non-
responsive. In this case, even if the case is ongoing in the court, it will be considered as
disqualification.
7. Bidders are required to appear in person before the TEC for the interview of the
submitted manpower. Failure to do so will result in disqualification. No additional financial
benefit will be given to the tenderer for this.
ITT 23. Tender Prices
Clause
23.2 Tenders are being invited either for one or more items on an ‘item-by-item’ basis or a single
lot or for a number of lots on ‘lot-by-lot’ basis, as specified in the TDS.
Tenders are being invited for state single lot
ITT 25. Documents Establishing the Conformity of the Goods and related services
Clause
(b) if so required in TDS, Tenderer shall also furnish a list giving full particulars, including available
sources and current prices of spare parts, special tools, etc., necessary for the proper and
continuing functioning of the Goods during the period specified in the TDS, following
commencement of the use of the Goods by the PE; and
Spare parts are N/A
ITT 26. Documents Establishing Qualifications of the Tenderer
Clause
(b) that, if required in the TDS, a Tenderer that does not manufacture or produce the Goods it
offers to supply shall submit the Manufacturer’s Authorization Letter (Form e-PG3-5) furnished in
Section 5: Tender and Contract Forms, to demonstrate that it has been duly authorized by the
manufacturer or producer of the Goods to supply the Goods to Bangladesh.; and
Manufacturer’s authorization is N/A
(c) that, if required in the TDS, in case of a Tenderer not doing business within Bangladesh, the
Tenderer is or will be (if awarded the contract) represented by an Agent in the country equipped
and able to carry out the Supplier’s maintenance.
After sales service is N/A
ITT 27. Validity Period of Tender
Clause
27.1 Tenders shall remain valid for the period specified in the TDS after the date of Tender
submission deadline as stated under ITT Clause 36.
The Tender validity period shall be 120 days.
ITT 29. e-Tender Security
Clause
29.2 Amount of the e-Tender security may be determined on the basis of different percentages for
each lot, but the amount in fixed as specified in TDS, if so indicated that the e-Tenders are invited
on lot-by-lot basis under ITT Sub clause 23.2,
The amount of the Tender Security shall be As Per Tender Notice
29.3 One e-Tender security, at the percentage as specified in TDS, of the total value of the items
offered by the Tenderer, may be submitted, if so indicated that the Tenders for one or more items
are invited on an ‘item-by-item basis’.,
The Tender security at the percentage 2-3%
ITT
Clause
[PE will allocate the point on either CV or Written exam or Oral or physical or all in case
of outsourcing manpower case by case basic]
ITT 36. Deadline for lodgment (e-submission) of e-Tender
Clause
36.1 e-Tenders shall be lodged to the e-GP system not later than the date and time specified in
the TDS.
The deadline for lodgement of e-Tenders is 27-Jan-2025 11:30:00
G. Contract Award
ITT 53. PE’s Right to Vary Quantities
Clause
53.1 PE reserves the right at the time of Contract Award to increase or decrease the quantity, per
item, of Goods and related services originally specified in Price Schedule, provided this does not
exceed the percentages indicated in the TDS, and without any change in the unit prices or other
terms and conditions of the Tender and the e-TD.
According to the needs of the organization, the number of manpower can be increased or
decreased against certain categories. But it must be in accordance with the Manpower
Supply Act 2018 and not contrary to public interest.