44
NATIONAL RURAL HEALTH MISSION, HARYANA PARYATAN BHAWAN, BAYS NO. 55-58, SECTOR 2, PANCHKULA, HARYANA, PIN-134151 TENDER FOR SUPPLY OF ITEMS FOR CHILD HEALTH DIVISION 1

THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

Embed Size (px)

Citation preview

Page 1: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

NATIONAL RURAL HEALTH MISSION, HARYANAPARYATAN BHAWAN, BAYS NO. 55-58, SECTOR 2,

PANCHKULA, HARYANA, PIN-134151

TENDER

FOR SUPPLY OF ITEMS

FOR CHILD HEALTH DIVISION

1

Page 2: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

TENDER FOR SUPPLY OF ITEMS FOR CHILD HEALTH DIVISION

Date of commencement of Sale of Bidding documents

: 28-02-2014

Last date for Sale of Bidding Documents

: 11-03-2014 till 12.00 PM

Last date for receipt of Bids : 11-03-2014 till 03.00 PM

Date of opening of Bids : 11-03-2014 AT 04.00 PM

Place of opening of Bids : Office of Mission Director NRHM Haryana, Bays No. 55-58, Sector 2, Panchkula

Address for Communication : Mission Director NRHM Haryana, Bays No. 55-58, Sector 2, Panchkula

Contact No. : 08288021974

2

Page 3: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

NATIONAL RURAL HEALTH MISSION, HARYANATENDERS FOR SUPPLY OF ITEMS FOR CHILD HEALTH DIVISION

1. Sealed Bids in two separate covers (Technical bid and Price bid) in duplicate will be received till 11.03.2014 at 03:00 PM , by the Mission Director, NRHM Haryana for the supply of items for Child Health Division in the State of Haryana (Annexure-I).

2. Qualification Criteria for Eligible Bidders: The bidder shall be Original Manufacturer having valid manufacturing license

(a) In case where the bidder is Original manufacturer, the bidder must have manufactured and supplied satisfactorily similar item of the type specified in the Schedule of Requirements to the extent of atleast 60% of the total quantity specified in the Schedule of Requirements, during the last three years as on the last date of the month proceeding the bid opening date in premier Health Institutions such as AIIMS, any PGIMER, Govt. Medical Colleges etc.. There should not be any adverse report on the functioning of the item for atleast two years on the date of bid opening.

(b) Bidders who meet the above requirement except for successful operation for two years, can also participate in the bidding provided they have valid ongoing collaboration/ agreement (under which the quantity indicate above has been manufactured) with a manufacturer who in turn fully meets the criteria specified at (a) above, provided the bidder furnishes alongwith the bid a legally enforceable undertaking jointly executed by himself and the collaborator for satisfactory design, manufacture and performance of the items offered including all warranty obligations as per conditions of the Contract.

(c) Bids of bidders quoting as authorized representative of a manufacturer meeting with the above requirement in full, can also be considered, provided:-

(i) The manufacturer furnishes a legally enforceable authorization in the prescribed form (Annexure-II) assuring full guarantee and Warranty obligations as per Conditions of the Contract for the goods offered; and

(ii) The bidder, as authorized agent, has supplied and provided after sales service to the premier Health Institutions such as AIIMS, any PGIMER, Govt. Medical Colleges etc., which must be in satisfactory operation.

(iii) A complete set of bidding documents may be purchased by any interested bidder on submission of written application and upon payment of Rs. 500 as a non refundable fee as indicated in the Notice inviting tender in the form of Demand Draft drawn in favour of Mission Director, NRHM Haryana payable at Panchkula.

3. Bidding documents may be obtained from the above office between 9:00 a.m. to 5:00 p.m. on all working days either in person or by post.

3

Page 4: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

4. Bidder should read all the terms and conditions of the bid document properly before submitting the tender.

5. All bids must be accompanied by a bid security (Earnest Money Deposit) as specified in

the bid document and must be furnished with the bid.

6. Bids will be opened in the presence of bidders/their representatives who prefer to attend on the specified date and time.

7. At any time prior to the date of submission of bid, Mission Director NRHM Haryana may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by an amendment. All prospective bidders who have received the bidding document will be notified of the amendment in writing and that will be binding on them. In order to allow reasonable time, for taking the amendment into account, Mission Director NRHM Haryana may at its discretion, extend the date and time for submission of bids.

8. The bid and all correspondence and documents shall be in English Language.

9. Each item will be evaluated separately.

10. Interested eligible bidders may obtain further information from the office of the Mission Director NRHM Haryana.

11. The bidder firm should not have been blacklisted/debarred by any State Govt. Organization or Central Govt. organization. The bidder should also submit an affidavit that the bidder has not been blacklisted/debarred by any state Govt./Central Govt. Organization.

TECHNICAL BID (Cover – A)

12. The bidder should furnish, along with bid, the following for the items tendered in a separate cover hereafter called “Cover A”.

a) Bid Security (Earnest Money Deposit) for the quoted items for the amount mentioned against each item in the Notice Inviting Tender in the form of Bank/Demand Draft drawn in favour of Mission Director NRHM Haryana payable at Panchkula.

b) Duly attested photocopy of Manufacturing License, import license, renewed upto date for the imported items quoted as applicable.

c) Documentary evidence for the constitution of the organization/firm such as Memorandum and Articles of Association, Partnership deed etc. with details of the Name, Address, Telephone Number, Fax No., Email address of the firm and of the Chairperson/Partners/ Proprietor.

4

Page 5: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

d) Authorization like power of attorney, resolution of board, for the senior officer of the company who has signed the tender documents and the bid. In case of partnership firm authority like power of Attorney for the partner who has signed the bid and in case of sole proprietorship the bid should be signed by the sole proprietor.

e) Detail of supplies completed during last five years as per format of performance statement given in Annexure- III with Copies of purchase order and Clients satisfactory certificates issued by the clients.

f) Annual turnover of Rs. 25.00 lacs per financial year & Rs. 50.00 lacs statement for last three years in the format given in Annexure-IV (proof to be furnished i.e audited balance sheets , CST returns etc.).

g) Latest Sales Tax /VAT Clearance Certificate/ VAT returns.

h) Declaration Form in Annexure-V for acceptance of all Tender conditions.

i) List of items quoted (The name and item code of the items quoted alone should be furnished and the rates of those items should not be indicated in this list). The list should specifically indicate the make/model number, manufacturer and the brand name if any.

j) Original Brochure of the Quoted model highlighting the technical features/specifications in items quoted vis a vis technical Specifications of the tender to check the conformity of quoted model to the Technical specifications of the NIT. Apart from the above the bidder should also submit a detailed compliance statement for the quoted model specifying deviations if any with the Technical Specifications of the tender.

k) The tender schedule signed by the bidder at all pages with office seal.

l) List of Service Centers of the manufacturers in the State of Haryana with complete address and details like name, qualifications, phone nos etc of the Engineers/ Technicians, who will be providing after sale service.

m) Certificates like CE mark, BIS Certifications or ISO 9000 , ISO 14000 , WHO-GMP standards for the Quoted items as applicable.

n) The bidder shall submit a Checklist (Annexure-IX) for the list of documents enclosed with their page number. The documents shall be serially arranged as per this Check List and shall be securely tied or bound.

13. The above documents should be submitted in a separate cover superscribed as “Cover A”, Tender for supply of items for Child Health Division in the State of Haryana due on 11-03-2014 at 03:00 PM addressed to Mission Director NRHM Haryana, Bays No. 55-58, Sector 2, Panchkula.

5

Page 6: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

PRICE BID-COVER-“B”

14. Bid should be clearly typewritten and every correction in the bid should invariably be attested with full signature by the bidder with date, failing which the bid will be ineligible for further consideration. There should be no overwriting/Corrections with fluid.

15. The rate quotation of the quoted item should be submitted in a separate sealed cover Superscribed as “COVER “B”– Tender for supply of items for Child Health Division in the State of Haryana due on 11-03-2014 at 03:00 PM addressed to Mission Director NRHM Haryana, Bays No. 55-58, Sector 2, Panchkula. .

16. a) The rate should be quoted as per proforma of price schedule at Annexure VI .

b) The bidder should also indicate rates of Comprehensive Maintenance Contract (CMC) / AMC as indicated in technical specifications of each item. Total rates of CMC/AMC as the case may be, will also be taken into account for determining the L1 bid for these items. However it will be the discretion of the purchaser to enter or not into the CMC agreement after the warranty period.

c) The bidder should also furnish rates of spare parts and consumables if applicable for the quoted items in the price bid which should be valid for 8 years after warranty period.

d) The total landed price per unit (Including all taxes) plus total rates of CMC/ AMC for next 8 years after warranty period will be considered for determining the L1 rate.

e) The rate quoted should be for the unit and specifications given. The bidder is strictly prohibited to change/alter specifications.

f) The bidders are required to furnish the break up detail of landed price in Annexure-VI.

g) The rates quoted should be FOR destination.

h) For Imported items, the purchaser/Indenter will arrange to get the Customs Duty Exemption Certificate as per applicable custom duty notification in force from the Govt. authorities. Hence the bidder should not include, in their bid, custom duty payable on the goods. However the bidder should indicate separately the customs duty payable on the goods to be supplied in the column provided in the price bid. If no specific indication is made by the bidder in their bid, then it will be considered that no customs duty is applicable and any claim at a later date on this will not be entertained.

6

Page 7: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

i) In case of imported items also the price should be quoted in Indian Rupees and the bidder will bear exchange risks/gains on either way.

j) The evaluation of the Imported goods will be made after adding any additional custom duty as applicable and transportation charges upto destination.

k) Each page of the price bid should be duly signed by the bidder with office seal.

“Cover B” should also be addressed to the Mission Director NRHM Haryana.

PROCEDURE FOR SEALING AND SUBMISSION OF BIDS

17. The Cover A in original and Cover B in duplicate should be sealed separately, and both these covers shall be kept in a single sealed cover. The bids should reach the Mission Director NRHM Haryana on or before the date and time specified.

The Covers should be sealed and submitted as per following procedure :-

Technical Bids (Cover “A” Original) Sealed envelopPrice Bids (Cover “B” Original) Sealed envelopPrice Bid (Cover “B” Duplicate) Sealed envelop

All the above separately sealed covers should be put in one single sealed envelop and Superscribed Tender for supply of itemes for Child Health Division due on 11-03-2014 at 03:00 PM.

a. Bids will be opened at on the date and time specified in the presence of the representatives of the bidders who prefer to attend the bid opening.

b. Cover “B” of the bidders meeting eligibility criteria , evaluated on the basis of the details furnished by the bidders in cover “A” will alone be opened and the date and time of the opening of Cover “B” will be intimated to only such eligible/short listed bidders.

NOTE: - Any bid which is not submitted in accordance with the above procedure shall be rejected straightaway.

BID SECURITY (EARNEST MONEY DEPOSIT)

Each bid must be accompanied with a bid security (EMD) for the amount as specified in Annexure 1 in the form of Demand Draft favouring Mission Director NRHM Haryana. Bid security submitted in any other form will not be accepted. Any bid submitted without Bid Security in accordance with this clause will be rejected. The bidder quoting for the particular item shall deposit EMD accordingly. Further, if the bidder is quoting for multiple items, shall submit EMD for individual item and submit their separate tender document.

7

Page 8: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

This Bid Security amount of the successful bidder will be retained by Mission Director NRHM Haryana till the completion of the tender process/period. The Bid Security of unsuccessful bidder would be returned after finalization of the tender. The Bid Security amount will not carry any interest. If the successful bidder fails to execute the agreement and or deposit the performance security (Security Deposit) within the specified time, or withdraws his bid within the validity period of the bid, this bid security amount will be forfeited. No exemption is available to any organization from submission of bid security and bids not accompanied by the requisite bid security will be rejected out right.

PERFORMANCE BANK GURANTEE (SECURITY DEPOSIT)

18. (I) Performance Security for one time order issued by the Mission Director NRHM Haryana.

(i) The Successful bidder shall within 14 days of the issuance of Notification of Award submit Performance Security Deposit equivalent to 10% of the Gross value of Award (inclusive of all taxes). The Performance Security shall be denominated in Indian Rupees and shall be in one of the following forms :-

a) An irrevocable bank guarantee issued by a nationalized/ scheduled bank located in India in the format provided in the Bidding Documents (Annexure –VII) ; in favour of “Mission Director NRHM Haryana” payable at Panchkula.

b) The irrevocable bank guarantee should be valid for 60 days beyond the warranty period, the Bank Guarantee valid for a shorter period will be considered as major deviation and could lead to termination of contract and forfeiture of EMD.

c) The irrevocable bank guarantee will be discharged after satisfactory completion of warranty period. The performance security amount will not carry any interest if provided in cash.

PERIOD OF VALIDITY OF BIDS

19. Bids should be valid for 180 days from the opening of the Technical bids (Cover “A) . A bid valid for a shorter period will be rejected as non-responsive. Mission Director NRHM Haryana will make every endeavor to finalize the bids in the original validity period of the bids. However if for any reason, Mission Director NRHM Haryana is not able to finalize the tender within the original validity period of the bids, Mission Director NRHM Haryana may solicit the bidders consent for an extension in the period of bid validity. A bidder may refuse the request without forfeiting their bid security.

PRICES AND OTHER CONDITIONS

20. The tentative details of the required goods are shown in Annexure I. The quantity mentioned is in two parts.

8

Page 9: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

Part -1: Single Order: The requirement is for existing hospitals for which one time orders will be placed by the Mission Director NRHM Haryana. These quantities are tentative and may be increased or decreased by 25% as per the decision of the Mission Director NRHM Haryana. The rates quoted should not vary with the quantum of the order or the destination.

21. The bidder should quote the rates for the items described as per the specifications (Annexure-VIII) only. Bidder should clearly indicate specifications of the quoted model vis-à-vis its compliance with the technical specification of NIT.

22. Rates should be quoted on door delivery basis according to the unit asked for, No bid conditions like “AT CURRENT MARKET RATES” shall be accepted. No handling, clearing, transport charges etc., will be paid. The deliveries should be made as stipulated in the purchase order placed with successful bidders.

23. (a) If at any time during the period of contract, the price of tendered items is reduced

or brought down by any law or Act of the Central or State Government or by the bidder himself, the bidder shall be morally and statutorily bound to inform the Mission Director NRHM Haryana immediately about such reduction in the contracted prices. The Mission Director NRHM Haryana is empowered to unilaterally effect such reduction as is necessary in rates in case the bidder fails to notify or fails to agree for such reduction of rates.

(b) In case of any enhancement in Excise Duty or levying of Excise Duty afresh due to statutory Act of the Government after the date of submission of tenders and during the tender period, the additional or fresh excise duty so levied will be allowed to be charged extra as separate item without any change in price structure approved under the Tender. For claiming the enhancement of additional cost on account of the increase in Excise Duty, the bidder should produce:-

(i) a certificate from the Excise authority concerned certifying that the items supplied falls under particular tariff and the rate of excise duty charged.

(ii) Invoices drawn as per Excise rules for the items supplied shall be produced.

(c ) In case the successful bidder has been enjoying excise duty exemption on any criteria of Turnover etc., such bidder will not be allowed to claim excise duty at later point of time, during the currency of contract, when the excise duty is chargeable on goods manufactured.

24. (a) The price quoted by the bidders shall not in any case, exceed the controlled price,

if any, fixed by the Central/State Government and the Maximum Retail Price (MRP). The Mission Director NRHM Haryana, at its discretion, will exercise the right to revise the price at any stage so as to conform to the controlled price or MRP as the case may be. The discretion will be exercised without prejudice to any other action that may be taken against the bidder.

9

Page 10: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

(b) The bidder should submit an affidavit with the bid that the rates quoted in the tender are not higher than those quoted to any other Central/State Govt. organization or rate contract for the same model.

25. The rates quoted and accepted will be binding on the bidder for the stipulated period and on no account any increase in the price will be entertained till the completion of the tender period.

No bidder will be allowed at any time on any ground whatsoever to claim revision of or modification in the rates quoted by him. The representation of the bidder that clerical error, Typographical error etc. has been committed in the bid and request for revision shall not be considered after opening of the bid. Conditions such as “SUBJECT TO AVAILABILITY” “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” etc., will not be considered under any circumstances and the bids of those who have placed such conditions shall be treated as incomplete and such bids, shall be summarily rejected.

DEMONSTRATION

26. The bidder will have to give demonstration of the quoted item at Panchkula if so desired by the committee of purchaser’s office before finalizing the bids at the cost and expenses of the bidder. The bidder should arrange demonstration at the venue finalized by the Mission Director NRHM Haryana.

MODEL OFFERED

27. The Model offered for the quoted items should be latest and not re-furbished. The spare parts for the items must be available for a period of atleast next 10 years and bidder should keep the institution informed of any update of the items over a period of next ten years.

WARRANTY

28. The bidder shall supply only new, unused goods without defect arising from material, workman ship or from any act or omission of the supplier that may develop under normal use of the supplied goods and shall provide comprehensive warranty for a period of two years or as specified in the Technical Specifications, whichever period is higher.

(a) During the warranty period the bidder will be responsible for ensuring that the items is maintained in good working condition and bidder will ensure to provide periodic preventive maintenance during the Warranty period. Replacement of defective parts of the items or the items itself or rectification of defects is done promptly free of cost at the place where the items is installed. Complaints would be attended to by the supplier promptly within 7 days of lodging of complaint and in no case the delay in attending to complaint shall exceed 7 days.

10

Page 11: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

(b) The bidder will provide a list of its service centres in the various parts of the State of Haryana who would be attending the after sale complaints alongwith complete address, concerned responsible persons and their phone numbers.

(c) If at any point of time the production of the supplied model of Items is stopped or the production of spare parts of the supplied model of Items is stopped, the Supplier/bidder will give adequate advance notice to the purchaser so that the purchaser can undertake to procure the requisite spare parts in advance as per under taking given by the bidder.

NOTIFICATION OF AWARD

29. (a) The Purchaser will award the Contract to the successful Bidder whose bid has been determined to be Responsive/Substantially Responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

(b) The purchaser will issue notification of Award to the lowest evaluated bidder which will tantamount to formation of Contract and will be governed by all the terms and conditions stipulated in this Bid document.

INSPECTION

30. The Mission Director NRHM Haryana and or his authorized representative(s) have the right to inspect the factories of those companies who have quoted for this tender, before, accepting the rate quoted by them or before releasing any order(s) or at any point of time during the continuance of tender and has also the right to reject the tender or terminate/cancel the orders issued or not to reorder based on facts brought out during such inspections.

31. The items/material will be inspected by the inspection team/agency nominated by the Mission Director NRHM Haryana at Pre-Delivery stage. The supplier will offer 100% inspection of the items/material before the dispatch of the material well in advance. The suppliers are advised to offer inspection of the material on the day of opening the tender . The committee/Agency will inspect the material to confirm the supply of the material as per the specifications, specified in the purchase order/bidding documents. Such Committee/Agency will issue the Inspection Report (IR) which will form the base for acceptance/rejection of the material.

32. The right of purchaser to inspect/test the items/goods if deemed necessary and reject the items/goods if found not conforming to specification at any point of time after the supply of items/goods shall in no way be affected by the fact that the items/goods has already been inspected/tested by the purchaser.

11

Page 12: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

33. Items which do not meet quality requirements, shall render the relevant supplies liable to be rejected. If the items do not conform to statutory standards/ specifications the supplier will be liable for relevant action under the existing laws, and would be responsible for removing the entire stock back within a period of 21 days of the issuance of the letter from the purchaser. The stock shall be taken back at the expense of the supplier. The supplier for the product could be blacklisted and no further supplies accepted from him till he is legally cleared. The supplier shall also not be eligible to participate in Mission Director NRHM Haryana tenders for supply of such item for a period of five subsequent years or for the period as deemed fit by Mission Director NRHM Haryana.

34. The decision of the Mission Director NRHM Haryana, or any Officer or agency authorized by him, as to the quality of the supplied items shall be final and binding.

ACCEPTANCE OF TENDER

35. The Mission Director NRHM Haryana reserves the right to reject the tenders or to accept the tenders for the supply of all articles or for any one or more of the articles tendered for in the tender without assigning any reason.

36. The acceptance of the tenders shall be communicated to the bidder in writing.

DELIVERY CONDITIONS 37. Delivery is F.O.R. Destination at various Govt Health Institutions in the State of Haryana.

The items should be supplied and installed at various Govt. Health Institutions State of Haryana by the supplier within 21 days from the issuance of Notification of Award.

38. If the supplier fails to execute the purchase order within the stipulated time, Mission Director NRHM Haryana is empowered to make emergency purchases and claim the difference in total cost from the supplier in addition to other penal remedies.

39. The deliveries shall be made strictly as per the purchase order. PAYMENT PROVISIONS

40. 100% Payment will be made on completion of satisfactory installation & Commissioning and submission of proof to this office and submission of the following documents by the supplier.

i. The invoice in triplicate duly verified by the consignee.ii. Manufacturers/Suppliers Warranty Certificates.iii. Inspection Certificate issued by the nominated Inspection agency. iv. Acknowledgement of receipt of goods from consignee in the prescribed performa

(Material Receipt Report) showing exact date of receipt of goods etc. in the prescribed Performa.

12

Page 13: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

TRAINING AND DEMONSTRATION

41. The successful bidder shall arrange to provide preventive maintenance training to the Bio Medical Engineer nominated by Mission Director NRHM Haryana free of cost.

42. The bidder will supply the Circuit diagrams & other flow diagrams alongwith Items.

43. Proper demonstration should be provided by the successful bidders while installing the Items to the concerned user.

LIQUIDATED DAMAGES

44. Subject to force majeure conditions, if the Supplier fails to deliver the Goods and perform the services within the scheduled delivery period, Liquidated damages @ 0.3% per week will be levied for the delayed period for the value of delayed supply subject to maximum of 10 percent. Once the maximum levy is reached the purchaser may consider termination of the Contract.

PENALTIES

45. Furnishing of any wrong information, declaration, forged documents or false affidavit by the bidder to win the tender may lead to forfeiture of EMD submitted by such bidder and the bidder may also be Blacklisted for participating in any tender floated by the Mission Director NRHM Haryana either permanently or for a specified period of time as deemed fit by the Mission Director NRHM Haryana.

46. If the successful bidder fails to execute the Award and /or deposit the required performance security deposit within the time specified or withdraws his tender after the intimation of the acceptance of his tender has been sent to him owing to any other reasons, he is unable to undertake the contract, his contract will be cancelled and the Earnest Money Deposited by him along with his tender shall stand forfeited to the, Mission Director NRHM Haryana. and he will also liable for all damages sustained by the Mission Director NRHM Haryana by reasons of breach such as failure to supply /delayed supply/ supplies not conforming to the tender specifications, including the liabilities to pay any differences between the prices accepted by him and those ultimately paid for the procurement of the articles concerned. Such damages shall be assessed by the Mission Director NRHM Haryana whose decision is final in the matter. The Earnest Money Deposit/ Performance Security of the bidder may also be forfeited in case the bidder submitted any wrong information/Affidavit in the bid.

47. If the supplier fails to deliver the goods/perform the services within the stipulated delivery period or within any extension period granted by the Purchaser, the purchaser will be at liberty to terminate the Contract without prejudice to any other Rights that the purchaser may have against the supplier as per provisions of the Contract.

13

Page 14: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

48. The Mission Director NRHM Haryana will be at liberty to terminate without assigning any reasons thereof, the contract either wholly or in a part on 30 days notice. The bidder will not be entitled for any compensation whatsoever in respect of such termination.

49. Non performance of contract provisions may disqualify the successful bidder to participate in the tender for the next five years.

FORCE MAJEURE

50. Force Majeure means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such event may includes but are not limited to, acts of the purchaser either in its sovereign of contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. The Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of Contract. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

SAVING CLAUSE

51. No suit, prosecution or any legal proceedings shall lie against Mission Director NRHM Haryana or any person for anything that is done in good faith or intended to be done in pursuance of tender.

52. In the event of any dispute arising out the tender such dispute would be subject to the jurisdiction of the Civil Court within the city of Panchkula.

----------------------------*----------------------*--------------------------

14

Page 15: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE –I

Quantity of the Items/Material to be supplied

Sr. No. Item Name Quantity Earnest Money in INR

1. Planetary Mixer 1 2500

2. Sugar Grinder 1 1000

3. Gear Pump Filler 1 2000

4. Horizontal Band Sealer 1 2000

15

Page 16: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE-II

Manufacturer’s Authorization Form

No. _______________ Dated ________________

To

_____________________________________

____________________________________

___________________________________

____________________________________

Dear Sir,Bid Ref. No. _________________________________________________

We ______________________________________________ who are established and reputable manufacturers of ______________________ having factories at ______________________ Registered office at _________________________ possessing Manufacturing Licence No. _____________________________, dated _____________, valid upto __________________________ (copy enclosed) do hereby authorize M/s _________________________________________________ (Name and Address of Representative) to submit a bid, and subsequently negotiate and sign the contract with you against the above mentioned tender.

No company or Firm or individual other than M/s ______________________________ are authorized to bid, negotiate and conclude the contract in regard to this business against this specific tender.

We hereby extend our full guarantee and warranty as per the tender conditions for the goods offered for supply against this invitation for bid by the above firm.

Your faithfully,

(Name )for and on behalf of M/s ___________________(Name of Manufacturers)

Note : This letter of authority should be on the letterhead of the manufacturing concern and should be signed by a person competent and having the power of attorney to bind the manufacturer.

16

Page 17: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE – III

PROFORMA FOR PERFORMANCE STATEMENT(FOR A PERIOD OF LAST 5 YEARS)

Name of bidder_______________________________________________

Order Placed by (Full

Address of Purchaser/ consignee)

Order Number and Date

Description and quantity of ordered goods and services

Value of

Order (Rs.)

Date of completion of Contract

Remarks indicating reasons for

delay if any

Have the goods been functioning Satisfactorily attach documentary proof) **

As per contract

Actual

1 2 3 4 5 6 7 8

Signature and Seal of the Tenderer :__________________________________

** The documentary proof will be certificate from the consignee/end user with cross reference of order No. and date in the certificate along with a notarized certificate authenticating the correctness of the information furnished. If at any time, information furnished is proved to be false or incorrect, the earnest money furnished will be forfeited and the bidder may be blacklisted/debarred either indefinitely or for period as deemed fit by Mission Director NRHM Haryana.

17

Page 18: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE –IV

ANNUAL TURN OVER STATEMENT

The Annual Turnover of M/s

___________________________________________ for the past three years are given below

and certified that the statement is true and correct.

Sr. No. Year Turnover ( Rs. in Lakh)

1.2010-2011

2.2011-2012

3. 2012-2013

Total =

Average Turnover Per Annual - Rs. ______________ Lakh.

Date:Signature of Auditor/Chartered Accountant

Seal: (Name in Capital)

18

Page 19: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE – V

DECLARATION FORM

I/We ________________ have our ____________________________________

office at ______________________________________ do declare that I/ We have carefully

read all the conditions of bid documents and hereby agree to all the conditions and to supply the

goods as per scheduled delivery period of the purchase orders and abide by all the conditions set

form therein, for the supply to Govt. Institutions.

Signature :

Date :

Name of the Organization and Address :

Attested By Notary Public:

19

Page 20: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE -VI

Price Schedule

Sr. No

Item Description

Ex-factory

cost

Excise Duty

Sale Tax /VAT as applicable for Govt.

Supplies/ any Additional Import or

Customs duty

Other incidental

charges (Pl. specify)

Total Landed Cost per unit (FOR Desti-

nation)

Quantity in Unit as per

packing specification

Total Value

Note:

(a) In case of discrepancy between unit price and total price, the unit price shall prevail.

Total Bid Price in Rs.___________________________In Words ______________________________________Signature of Bidder ____________________________Name _________________________________________

Business Address _____________________________

_______________________________________________Place: ____________________Date: _____________________

Octroi Exemption Certificate will be made available by the Purchaser. The Requisite certificates for tax exemption regarding Govt. supplies will also be made

available. Rate should be quoted only in Indian Rupees. In case of imported items bidder will bear exchange risks/gains on either way. The evaluation of the Imported goods will be made after adding any additional custom

duty (if applicable) and transportation charges and any other incidental charges upto destination

20

Page 21: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE -VII

PERFORMANCE SECURITY FORM

To: (Name of Purchaser)

WHEREAS ................................................................... (Name of Supplier)

hereinafter called "the Supplier" has undertaken , in pursuance of Contract No............

dated,........... 20... to supply...................... .................................................(Description of Goods

and Services) hereinafter called "the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall

furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security

for compliance with the Supplier's performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of

the Supplier, up to a total of .......................................................................... (Amount of the

Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand

declaring the Supplier to be in default under the Contract and without cavil or argument, any sum

or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without

your needing to prove or to show grounds or reasons for your demand or the sum specified

therein. This guarantee is valid until the ........day of...................20......

Signature and Seal of Guarantors...............................................................................................Date...................... Address:........................................................................................

21

Page 22: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE- VIIITECHNICAL SPECIFICATIONS

Planetary Mixer

1) Planetary Mixer having the bowl capacity of 40-50 litre with dough capacity 10-25 kg.2) The Mixer supplied should have a planetary speed of 20-180 rpm units three level of

speed control.3) The supplied unit shall have a timer facility. The timer should be able to separate from 0-

30 min.4) The motor supplied should be of heavy duty, permanently lubricated with 4 BHP power

supply with a voltage overload protection.5) The supplied unit shall have a control system to execute complete operation and design to

provide homogeneous & dead spot free mixing.6) There should be provision of bowl guard with interlock to avoid splashing and to avoid

insect fall.7) The bowl lift should be powered. The unit should be providing mixing and employing

with a motorized up/down movement. The unit should have a self-locking system with a provision of easy bowl removal without the removal of mixing arm.

8) Batch overload protection; If overload, such as with an overly large batch, a mixer can break an agitator or internal component. So as a safety precaution, it automatically shuts the mixer off when it’s strained.

9) The supplied unit should be made up of SS304 for the product contact parts and Non-Contact parts made up of MS. The bowl scraper of the unit should be made up of either Nylon/Teflon.

10) Standard Accessories:-Item Quantity

a. Bowl Scraper 04b. Additional bowl

with attached 01bowl trolley

c. Dough hook 03d. Ingredient Chute 0211) Standard and Safety:-a. All electrical component should comply to BISb. Complete unit should be CE/BIS certified.c. The supplier should be registered with food equipment manufacturer and comply to all

statutory guidelines.d. The unit should be 2 year warranty and 5 years CMC.

22

Page 23: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

e. The manufacturer shall supply operational and service manual along with electrical wiring diagram.

23

Page 24: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

Sealing Machine

1. The sealing machine should be continuous band sealer capable of making bag, measuring file sealing, cutting, printing codes and making easy tearing notches for packaging of parts like food.

2. The complete units should have sealing facility and connection for electrical supply.3. The unit should be capable of sealing the Sacket with a minimum load of 100 gm.4. The capacity of the unit shall be 25-30 sachet/hr.5. The temperature range should be 0-300°C.6. The unit should be BIS/CE approved.7. The unit should be 2 year warranty and 5 years CMC.8. The manufacturer shall supply operational and service manual along with electrical

wiring diagram.

24

Page 25: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

Sugar Grinder (mill)

1) The equipment required to produce icing sugar from ran sugar without any damage and wastage.

2) The sugar grinding unit should have capacity of 20-40 kg /hr.3) The unit should have contact parts made up of SS302 and Non- Contact part should

be of MS.4) The unit should have 1 hp motor with three face power supply.5) The unit should be capable of providing average particle size <200 µ and filled with a

fine screen.6) The unit shall be BIS/CE certified.7) Standard accessories to be supplied with the unit.8) The manufacturer shall supply operational and service manual along with electrical

wiring diagram.9) The unit should be 2 year warranty and 5 years CMC.

25

Page 26: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

Gear Pump filled or Piston Filler

1. Description of function:

1.1) The filler should be suitable for filling paste like food material having viscosity 69000 centipoises at 20°C.

1.2) Machines to be supplied as a complete unit only requiring leveling and connection to electrical supply.

2. Operational Requirements2.1) Machine shall be supplied on Turnkey basis.2.2) Foot operated.

3. Details of Sachet/pouches to fill4. The unit shall be capable making fill sachet/packets in the folded (90mmX160mm size) and

unfolded size (180mmX320mm)5. The filling capacity of the unit shall be 90-100 gm with a filling accuracy of ±1%.6. The unit shall be capable of filling with film material i.e. 3 layer laminate of 12µ PET/12µ

metalized PET 35µ LDPE or equivalent.7. The product storage hopper should have a capacity of 7-10 kg.8. The material used for commercial and the unit shall be SS302 or better.9. All the contact part shall be of SS and Non-Contract part shall be of MS.10. Standard Accessories:

An electrical component shall comply to BIS. The unit should be BIS/CE mark The manufacturer shall supply operational/service manual along with electrical wiring

diagram. The unit should be 2 year warranty and 5 years CMC.

26

Page 27: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

PROFORMA OF AFFIDAVIT REGARDING BIDDER NOT

BLACKLISTED/DEBARRED

I_____________________________S/O,W/O______________________________________,

(Designation of Deponent) of (name and complete address of the bidder firm) is authorized

signatory of the firm (Name of the bidder firm) , do hereby solemnly affirm and declare as

under:-

That the firm (Name of the firm) or its Directors/Partners/Owners have not been blacklisted or

debarred by any Govt. undertaking.

DEPONENT

VERIFICATION

Verified that the contents of the above affidavit are true to my knowledge and belief and nothing

has been concealed therein.

DEPONENT

27

Page 28: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

PROFORMA OF AFFIDAVIT REGARDING QUOTED RATES

I_____________________________S/O,W/O_______________________________________,

(Designation of Deponent) of (name and complete address of the bidder firm) is authorized signatory of

the firm (Name of the bidder firm) , do hereby solemnly affirm and declare as under:-

That the rates quoted to National Rural Health Mission, Haryana against Bid Reference

No.____________________ are not higher than those quoted to any other Govt. Undertaking/DGS&D

or approved in any prevailing Rate Contract for the same model.

DEPONENT

VERIFICATION

Verified that the contents of the above affidavit are true to my knowledge and belief and nothing has

been concealed therein.

DEPONENT

28

Page 29: THE PUNJAB HEALTH SYSTEMS CORPORATION ... · Web viewThat the rates quoted to National Rural Health Mission, Haryana against Bid Reference No._____ are not higher than those quoted

ANNEXURE – IX

CHECK LIST FOR TECHNICAL BID IN “COVER-A”

Sr. No.

Particulars Yes/ No/ NA Page No. Remarks

1. Duly signed & Stamped copy of Tender Document

2. EMD in the form of DD shall be kept in an envelop.

3. List of items quoted.

4. Duly attested photocopy of Licence for each and every product Quoted

5. Duly attested photocopy of Import Licence, If Imported.

6. Manufacturers Authorization form Annexure V

7. Technical Compliance Statement and Original Brochure of the Quoted items

8. Certificates like US FDA Approved or CE Mark or Equivalent International Standards.

9. Performance Statement as per format given in Tender document with copies of Client Satisfactory Certificate and Purchase orders.

10. List of Service Centers in the State of Haryana with details of Technical personnel.

11. Authorization to a responsible officer of the organization for signing bid documents.

12. Documentary evidence for the Constitution of the firm

13. Annual turnover statement for last 3 years

14. Copies Income Tax Returns

15. VAT Clearance Certificate/ Latest VAT Returns

16. Declaration form In Annexure-IV for acceptance of all tender conditions.

17. Affidavit that Bidder is not blacklisted/debarred by any Govt. undertaking

18. Affidavit that the rates quoted in tender are not higher than those quoted to any other Govt. undertaking or approved in any prevailing rate contract

29