• No results found

Tender Notification

N/A
N/A
Protected

Academic year: 2023

Share "Tender Notification"

Copied!
50
0
0

Loading.... (view fulltext now)

Full text

(1)

Page 1 of 50

INSTITUTE OF MENTAL HEALTH AND NEURO SCIENCES

(An Institute of National Importance, under Ministry of Health and Family Welfare, Govt. of India)

HOSUR ROAD, BENGALURU – 560 029

रा ीयमानिसका एवंतंि कािवझानसं थान (रा ीय मु ाथासं थ) बगलु 560 029

ೕಯ ನ ಕ ಆ ೕಗ ನರ ನ ( ೕಯ ), ಂಗ -560 029

website : www.nimhans.ac.in

email.: aaoh@nimhans.ac.in / aaohospital@gmail.com

No. NIMH/PU-I(D)/TENDER/RC(23-24)/02/2022-23 DATED:09.01.2023 E-procurement Tender No. NIMHANS/2022-23/IND867

TENDER NOTIFICATION

(Through Karnataka e-procurement portal only)

The Director, NIMHANS invites tender from eligible tenderers through the Karnataka Government E-procurement portal for supply of various kinds of Surgical and Miscellaneous items required in the NIMHANS Hospital for a period of 12 months from the date of issue of Rate Contract. The validity of Rate Contract from 01.04.2023 to 31.03.2024.

1. Tenderer can download the tender form and other details from the NIMHANS/Karnataka e-procurement website. The filled tender forms should be submitted on or before 09.02.2023 through e-procurement portal. The tender will be summarily rejected whenever copy of EMD receipt is not enclosed.

“A primary manufacturer” is defined as a person/ company having an own manufacturing unit that performs all the manufacturing and processing operations needed to produce drugs in their appropriate dosage forms, including processing, blending, formulating, filling, packing, labelling & quality testing with a valid license under the Drugs & Cosmetics Act.1940 & Rules, but not include loan licenses.

“Loan License Manufacturer” (Manufacturers engaged in manufacturing under,

‘Loan License’ obtained under the Drugs & Cosmetics Act, 1940 & Rules) are not considered as Primary Manufacturers and hence they are not eligible.

2. Tender not submitted in the prescribed form within due date will be rejected.

3. All manufacturers should supply the selected/awarded drugs/ items directly to the NIMHANS, Bengaluru however, if it is not possible to supply directly, the tenderers can choose only one prompt supplier to supply the items with all aspects, failing which tender will be cancelled.

4. Tender of only those tenderers who fulfil the terms and conditions of this tender will be considered for evaluation and will be allowed to participate in the process. No distributors/stockists will be allowed to participate in the processing of tender.

5. The tenders will undergo evaluation at every stage of processing and any tender found at any stage not being in conformity with the stipulated tender conditions including specification/ found to have furnished defective documents/ incomplete documents/

samples of the items found not in conformity with the specifications or found defective either physically or analytically will be rejected.

6. Those who intend to submit tender documents can attend the tentative pre-bid meeting scheduled to be held on 27.01.2023 at 11.00AM onwards venue at Ashwini Hall, Ashwini Block, NIMHANS.

Further, all the tenderers/bidders are advised to kindly submit their representation for discussion in Pre-Bid meeting through email: aaohospital@gmail.com /

(2)

Page 2 of 50

aaoh@nimhans.ac.in up to 20.01.2023@12.00PM clarifications received after the pre-bid due date will not be entertained.

7. Critical date sheet:

a. Commencement of Tender forms downloaded from NIMHANS

website 11.01.2023 at

04:00PM b. Pre-bid meeting

Venue : Ashwini Hall, Ashwini Block, NIMHANS

27.01.2023 at 11:00AM c. Last date of submission of filled Tender along with samples 09.02.2023 at

11:00AM d. Opening of Technical Bid at Ashwini Hall, NIMHANS 10.02.2023,

AT 11:00AM

8. Opening of Financial Bid:

Financial Bids of only those technically successful responsive bids will be opened on a date notified/informed to the responsive Bidders and announced in NIMHANS web portal

 Corrigendum, if any will be published only in NIMHANS portal http://www.nimhans.ac.in

DIRECTOR & Tendering Authority

(3)

Page 3 of 50

TERMS AND CONDITIONS OF THE TENDER

1. Separate quotation needs to be submitted each for Surgicals & Miscellaneous Items (Listed in Annexure -C)

1.1. The tender shall be submitted only if the bidder is agreeable to all the terms and conditions of this tender, which includes the description and Specifications of the items mentioned therein.

1.2. The Bidder shall submit the tenders in two bid system in Karnataka e-procurement portal.

1.3. The Surgicals & Miscellaneous items required are listed category-wise with specific code number in Annexure C respectively.

1.4. The bidder shall fill in the Tender offer form (provided in Annexure A) and submit.

1.5. Irrespective of the terms and conditions the bidder may have specified, only the terms and conditions specified in this tender shall be binding on the bidder and the tendering authority.

2. EARNEST MONEY DEPOSIT:

1.1. The Earnest Money Deposit for the purpose of this tender is ₹50,000/- for Surgicals & Miscellaneous items, EMD may be collected through e-procurement portal. The printed receipt of EMD should be uploaded in technical bid. Earnest Money Deposit in the form of Cheque/cash/postal order will not be accepted.

1.2. However, those firms who are having valid MSME / SSI / Udyog Aadhar certificate for manufacturing of Medical Devises and other surgical items, appropriate Govt.

of India guidelines shall be followed.

1.3. Deposit in any other form, which may have been made earlier, or any payment pending with the purchaser will not be adjusted towards this Earnest Money Deposit

1.4. The EMD of unsuccessful Bidder will be returned in due course as per the e-portal policy. 1.5. No interest will be allowed on this deposit. Tenders not accompanied by the EMD

in the form specified above will not be considered.

1.6. Failure to execute the agreement within the contract period on the part of the successful tenderer or withdrawal of his tender after the intimation of acceptance of tender has been sent to him/her or failure to comply with the contract owing to any other reasons will entail cancellation of his/her contract. The Earnest Money Deposit paid by the firm along with his/her tender will be forfeited and will also be liable for all damages sustained by the NIMHANS, Institute by reason of such breach and ultimately paid by the Institute for the items purchased at the current market rate. Such damages shall be assessed by the NIMHANS Institute whose decision is final and the amount so assessed is recoverable. In the event of such amounts being insufficient, the balance may be recovered personally from the bidder from his/her properties.

3. SECURITY DEPOSIT:

3.1. The bidder whose offer is accepted as L-I, L-II and L-III as preferred tenders, on being informed, should execute a Contract Agreement on Karnataka Government stamp paper in duplicate to the value of ₹200/- (Rupees Two hundred only) – cost to be borne by the bidder – as provided by Article 5 pf the Schedule of Karnataka Stamp Act. A copy of the contract agreement will be given to the Bidder. The specimen form of agreement will be available in NIMHANS.

3.2. The successful bidder whose offer is accepted shall be required to pay a Security Deposit as detailed below / 3% of the total value of supply per year calculated whichever is higher.

(4)

Page 4 of 50

3.2.1. Surgicals & Miscellaneous items : ₹50,000/-

3.3. The agreement along with the specified “Security Deposit” should be submitted within 10 days from the date of receipt of the intimation of the Acceptance of offer.

3.4. Agreement not accompanied by the security deposit or any partial agreement, deleting certain items will not be accepted, and will be deemed as non-submission of agreement and violation of tender conditions and the Earnest Money Deposit of such bidders will be forfeited to NIMHANS without notice. Further, such bidder ceases to have any rights whatsoever in this regard with respect to the firms tender or the Rate Contract issued thereon. Firm is liable to be blacklisted too.

3.5. The original agreement shall be with the Tendering Authority. The bidder shall collect the signed copy of the agreement on his own. The purchaser shall not be responsible for the loss of the copy/ not collected.

3.6. The bidder is permitted to claim the Security Deposit on completion of the contract period including extended period if any, or after executing all the supplies satisfactorily, whichever is later. The refund of the Security Deposit shall be subject to satisfactory performance of the contract as per terms and conditions of contract. The Security Deposit not claimed within three years from the date of expiry of the contract shall be forfeited to NIMHANS without notice.

4. SUBMISSION OF TENDER DOCUMENT:

The Two Bid System i.e. “Technical Bid” and “Financial Bid” prepared by the tenderer shall comprise the following.

4.1. TECHNICAL BID

The bid contains only documents listed here under for mandatory qualification criteria:

4.1.1. The copy of online payment receipt towards EMD (Earnest Money Deposit) of ₹50,000/- (Rupees Fifty thousand only) in respect of Surgical &

Miscellaneous items.

4.1.2. Self-attested Photocopy of GST Registration certificate, PAN card should be enclosed

4.1.3. Annual Turnover statement for three preceding years by the Commercial Tax Officer/ Chartered Accountant (i.e. for the years 2019-20,2020-21,2021-22).

Minimum annual turnover should be minimum of ₹5,00,00,000/- (Rupees Five crores only) for all the participating tenderer/bidders

4.1.4. Balance Sheet & Profit and Loss account for the years 2019-20,2020- 21,2021-22 duly certified by the Chartered Accountant / Auditor shall be submitted. There should not be any negative balance.

4.1.5. The tenderer should furnish a copy of their latest manufacturing / Import License issued under Drugs and Cosmetics Act 1940 with authenticated list of items approved under the licence. If the firm is having multiple licence numbers for same products, the same shall be submitted.

4.1.6. Attested copy of Manufacturing License/ Individual License for Medical Devices as classified in Class A / Class B / Class C / Class D issued under the Drugs & Cosmetics Act, 1940 and Medical Devices Rules 2017 duly renewed up to date along with the list of products permitted (Items to be quoted) wherever applicable shall be submitted, otherwise, it will be treated as “Non-Responsive”. In case of Manufacturing Licence applied for renewal, it is insisted to produce the validity certificate form from the Licensing Authority in respect of their licence that it continues to be valid during the period of Tender process i.e. after submission for renewal, till the time the licence is actually been renewed.

(5)

Page 5 of 50

4.1.7. Non-Conviction Certificate issued from the Central or State Licensing Authority and stating that no case pending against the organization/ firms under the Drugs & Cosmetics Act & Rules as well as Drugs (Price Control) Orders issued from time to time. It should be valid for preceding years

4.1.8. Detailed list of samples submitted should be enclosed. A copy of the same should be kept in the sealed container containing samples

4.1.9. Tenderer should have GMP/ Scheduled M compliance from CDSCO for Good Manufacturing Practice and requirements of premises, plant and equipment for pharmaceutical products should be enclosed and items made in India also are required to have GMP certification.

4.1.10. For imported items copy of the valid updated imported licence & registration certificate issued by Drug Controller General of India, as well as WHO-GMP certificate duly attested or notarized shall be submitted.

4.1.11. List of items quoted (the name and the code number of the items quoted alone should be furnished and the rates of those items should not be indicated in this list)

4.1.12. Declaration form from the bidder in the format enclosed as Annexure-B has to be furnished

4.1.13. Attested copy of valid SSI/MSME certificate issued by the Director of Industries and Commerce/ submitted copy of Udyog Aadhar certificate or equivalent, wherever applicable should be furnished.

4.1.14. ISO/BIS or equivalent certificate issued in respect of Gloves has to be furnished. Certificate to the effect of sterility verification from relevant statutory authority to be also submitted.

4.1.15. Tenderer should submit their FFS/BIS/ISI/ISO/WHO-GMP/CUNICEF certification, wherever applicable with notarisation.

4.1.16. The tenderer should also give a guarantee as follows, in case of biological and other products having a particular life-period to provide safe-guard against loss on account of deterioration within their stated period of potency.

“The tenderer/seller hereby declares that the drugs/goods sold to NIMHANS under this contract shall be of the best quality and shall be strictly in accordance with the specification and particulars mentioned in the description clauses hereof and the tenderer hereby guarantees that the said drugs/goods would continue to confirm to their description and quality for a period of one year from the date of delivery of the said drugs/goods or such portion thereof as may be discovered not to conform to the description and quality. Such rejection of the drugs/goods will be at the tenderer risk and all the provisions herein contained relating to rejection of drugs/goods etc., or such portion thereof if rejected by the NIMHANS shall be applicable.

Otherwise, the tenderer shall pay to the NIMHANS such damages as may arise by reason of the breach of conditions herein contained. Nothing herein contained shall prejudice any other right of the Director, NIMHANS in that behalf under this contract or otherwise”.

4.1.17. Certificate on self-attested non-judicial stamp paper of ₹10/- stating that there is no vigilance/ CBI case pending against the firm/supplier and the firm has not been blacklisted/debarred on the date of submission of the bid by any Central government/ State Govt. departments/hospital/PSUs etc. tenderer should also provide information regarding blacklisting/debarring of the firm in last three years (2019-20, 2020-21 and 2021-22) by any government of Private Organisations/hospital. In case of any false information provided or concealed the information by any tenderer, the tenderer shall be debarred for

(6)

Page 6 of 50

two years and EMD/ Bid Security/ security Deposit submitted by the firm shall be forfeited.

4.1.18. The firm should give an undertaking to the effect that they will be legally bound to supply the drugs/medicines, for which they have quoted the rates in the tender during the validity of the contract. In case, they fail to execute any purchase order placed to them within the time period mentioned in the agreement from the date of placement of purchase order, they will be liable for action against them as per tender terms.

4.1.19. Scanned copy of information as per the format enclosed should be submitted with the tender. Furnishing of false information will make the tenderer ineligible and the firm will stand blacklisted.

4.1.20. Only those companies regularly maintaining sufficient stock and ready/equipped to supply the quoted drugs within the lead time should participate.

Note:

A. The Bidder quoting for items under import license shall produce the above listed documents pertaining to this parent manufacturers duly certified and formalized as per prevailing international norms or bilateral agreements between India and the exporting country.

B. Tender documents shall not be transferable.

4.2. FINANCIAL BID:

The Financial Bid shall contain the (as specified in FORM-X) as following:

4.2.1. List of items and rates quoted in the prescribed form Annexure C

4.2.2. The rates like basic price, GST % with value and total price (include insurance and delivery charges) should be quoted. Revision of rates will not be allowed after opening the tender.

4.2.3. Rates should be quoted as per our specification. The contract rates should include charges for door delivery of the goods at the Pharmacy Main Stores/

Surgical Stores, NIMHANS, Bengaluru-29

4.2.4. The rates quoted should be only in Indian Currency (INR), both in numbers &

words. Quotes in any other currency/way shall be treated as non-responsive and rejected.

4.2.5. No tenderer/ bidder shall be allowed at any time and on any ground whatsoever, to claim for revision or modification of the rate quoted by them during the tender period.

4.2.6. The prices quoted by the tenderer shall not, if any case, exceed the controlled price, if any, fixed by the Govt. at the time of the supply of the item to the Institute. If the price quoted is found to be in excess of the controlled price permissible under the Drugs (Prices Control) Order, 2013, as amended from time to time, the bidder/tenderer should specifically mention this fact in his tender along with reasons for having quoted such high prices.

4.2.7. Tenders should be submitted only for the Drugs/items asked for, substitutes/

equivalents should not be offered. In case the drug/items asked for is not available and if rate for any of the item is not quoted, the column should be left blank.

4.2.8. Tenderers should be prepared to accept orders subject to the clause for forfeiture of EMD/Security Deposit in the event of default in supplies or failure to supply within the stipulated period.

(7)

Page 7 of 50 4.3. QUOTATIONS:

4.3.1. Tender has been invited in the generic name of the Medical Devices and Miscellaneous items. The bidders should quote the rates for the same. The compositions and strength and specification of each product, should be as per details given in Annexure C. also the specification wherever applicable should be clearly mentioned against each items quoted as per provision of the Drug

& Cosmetic Act. 1940 and Medical Devices Rules 2017 framed there under.

4.3.2. Tenderers must submit their quotations item wise not as per packing size as has been asked appropriately in the tender.

4.3.3. Tender for the supply of items with conditions like “AT CURRENT MARKET RATE”, “SUBJECT TO AVAILABILITY”, “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” etc., shall not be accepted. Handling, clearing, transport charges etc. will not be paid. The deliveries should be made as stipulated in the Purchase Order placed with successful bidders.

4.3.4. All corrections shall be duly attested with full signature.

4.3.5. The rates quoted should not be linked to the quantum of the order of destination.

4.3.6. Quotation should be entered in the portal.

4.3.7. The rates quoted when accepted shall be binding on the Bidder for the entire contract period.

4.3.8. No bidder shall be allowed at any time on any ground whatsoever to claim revision of or modification in the rates quoted by him. Clerical error, typographical error etc. committed by the bidders in the tender forms shall not be considered after opening of the tenders.

4.3.9. Only the primary manufacturing products of that particular manufacturer should submit the quotation. Marketing products, 3rd party manufacturing drugs, loan licensing products shall not be accepted, in case tenderers submitted their quotations their bids will be summarily reject without any notice by NIMHANS

4.4. LATE TENDER:

There is NO PROVISION for late tender beyond stipulated date & time in the tender document. In case any tender received after the due date the same will be rejected by NIMHANS, Bengaluru without further notice. No paper tender submission is allowed.

4.5. LANGUAGE OF BID:

4.5.1. The bid submitted by the tenderer and all subsequent correspondence and documents relating to the tender exchanged between the tenderer and NIMHANS, shall be written in the English language. However, the language of any printed literature furnished by the tenderer in connection with its tender may be written in any other language provided the same is accompanied by an English translation and, for purposes of interpretation of the tender, the English translation shall prevail.

4.6. ALTERATION AND WITHDRAWAL OF TENDER:

4.6.1. The tenderer, will not be allowed to make any alterations/ modifications to bids received after the prescribed time period.

4.6.2. No bid should be withdrawn after the deadline for submission of bid and before expiry of the bid validity period. If a bidder withdraws the bid during this period, it will result in forfeiture of the EMD furnished by the tenderer in its bid/ tender.

(8)

Page 8 of 50

5. Mandatory Minimum Qualification Criteria :

5.1. Only primary manufacturers are eligible to participated in this tender.

Further the authorized suppliers/ distributors/ stockiest are not eligible for the same.

5.2. Manufacturing & Market Standing/ experience certificate of minimum “Three years” of the molecule quoted by them duly certified by the Central Licensing Authority or State Licensing Authority. The certificate should have been issued recently i.e. not more than six months from the date of the opening of the tender.

5.3. Valid WHO-GMP/ GMP certificate/ Schedule M certificate issued by Centre/

State Drugs Controller

5.4. In case of imported items (i.e. not manufactured in India), Import license issued by Central Licensing Authority and copy of import registration of that particular item quoted in the tender indicating the list of products should be submitted as per WHO norms and “3-years” Marketing experience certificate issued by the Drug Controller.

5.5. Valid manufacturing license issued by Central/ State Licensing Authority indicating the list of products should be submitted. Public Sector Undertaking with at least “3-years” market standing having manufacturing license issued by Centre/State Licensing Authority.

5.6. Manufacturing firm should upload the scanned copy of performance certificate of 02 years for supply of Medical Devices/ Surgical items within last 05 financial years i.e. 2017-18, 2018-19, 2019-20, 2020-21 & 2021-22 from any Government Hospital/ PSUs. / Institutions on the purchaser letter head where the bidders is supplying these items in reference to this tender. The performance certificate submitted should be issued within preceding one year from the date of the publication of the tender.

5.7. Valid GST Registration certificate & PAN 5.8. Turnover clause:

5.8.1. Minimum annual turnover of the tenderer should be ₹5 crores (Rupees Five crores only) or more for Surgical and miscellaneous items.

5.8.2. Group turnover (other than drugs and their formulations) will not be considered for determining the eligibility and such tenders will be rejected summarily.

5.8.3. Balance Sheet & Profit and Loss account for the years 2019-20, 2020- 21, 2021-22 duly certified by the Chartered Accountant/ Auditor. There should not be any negative balance.

5.8.4. Turnover for MSE Firms: Participating MSE firms quoting for drugs shall have to fulfil the turnover criteria as defined for non MSE firms.

5.9. Bidders should upload the EMD receipt copy of e-procurement portal (EMD/

Bid Security of ₹50,000/- (Rupees Fifty thousand only) for surgical items.

5.9.1. However, MSME/SSI units/ Udyog Adhaar Certificate/ Udyam Certificate holders are exempted from paying EMD/Bid security.

However they have to submit the Bid Securing Declaration form (Form-VIII) in ₹10/- affidavit stating that, they will not withdraw the bid.

5.9.2. In case they are awarded the contract, they will have to submit the agreement and corresponding Security Deposit within 10 days failing which they are liable to blacklisting for 05 years.

5.10. If a tenderer is the sole manufacturer of the product, the same can be treated as a Proprietary drug, provided the firm submits a certificate to this effect from the statutory competent authority in India.

(9)

Page 9 of 50

5.11. Non-Conviction Certificate issued by the Central/ State Licensing Authority to the effect that the manufacturer has not been convicted under the Drugs and Cosmetics Act, 1940 and rules there under during the last three years in respect of any of the drugs for which prices have been quoted by the tenderer. In case DCGI does not mention the name of the molecules in their certificates, a relevant undertaking will be provided with list of items along with non-conviction certificate, by the tenderer in addition to the above mentioned certificate. Non-conviction certificate must have been issued by the Central / State Licensing Authority within preceding six months from the date of the publication of the tender. (in case Non-Conviction certificate not issued the Tenderer has to submit the Affidavit)

5.12. Certificate on self-attested non-judicial stamp paper of ₹10/- stating that there is no vigilance/ SBI case pending against the firm and the firm has not been blacklisted/debarred on the date of submission of the bid by any Central Govt./

State Govt. department/ hospital/ PSUs etc. bidder should also provide information regarding blacklisting/ debarring of the firm in last three years (2019-20, 2020-21, 2021-22) by any government or Private organisation/

Hospital. In case of any false information provided or concealed information by any bidder, the bidder shall be debarred for two years and EMD/Bid Security/

Performance Security submitted by the firm shall be forfeited.

5.13. Tenderer should also give a guarantee as follows, in case of biological and other products having a particular life-period to provide safe-guard against loss on account of deterioration within their stated period of potency.

“The manufacturer hereby declares that the goods/articles sold to the NIMHANS, Bengaluru under this contract shall be of the best quality and shall be strictly in accordance with the specification and particulars mentioned in the description clauses hereof and the manufacturer hereby guarantees that the said goods/articles would continue to confirm to their description and quality for a period of one year from the date of delivery of the said goods/articles or such portion thereof as may be discovered not to conform to their of the said goods/articles or such portion thereof as may be discovered not to conform to the description and quality. Such rejection of the goods/ articles will be at the manufacturers or their authorized supplier’s risk and all the provisions herein contained relating to rejection of goods etc., or such portion thereof if rejected by the NIMHANS, Bengaluru shall be applicable. Otherwise the manufacturer shall pay to the NIMHANS such damages as may arise by reason of the breach of conditions herein contained. Nothing herein contained shall prejudice any other right of the purchase in that behalf under this condition or otherwise”.

5.14. The manufacturer should give an undertaking to the effect that they will be legally bound to supply the medicines/drugs, for which they have quoted the rates in the tender during the validity of the contract and even in extention period also. In case, they fail to execute any purchase order placed to them within the agreed time period from the date of placement of purchase order, they will be liable for action against them as per tender terms.

5.15. Copy of list of items quoted as per annexure – and manufacturer has to submit an affidavit of ₹50/- (Rupees Fifty only) duly signed by the Notary as under :

5.15.1. “The firm hereby declare that the drugs/items sold to the NIMHANS under this contract shall be of best quality and workmanship and shall be strictly in accordance with the specifications and particulars contained/mentioned in the

(10)

Page 10 of 50

description clauses hereof and the pharmaceutical firm/bidder hereby guarantees that the said drugs/items would continue to conforms to their description/

specification and the provisions of law as stated in the contract and that notwithstanding the fact that the NIMHANS officials may have inspected and/or approved the said drugs/items. If the same be discovered not to conform to the description and quality aforesaid or have deteriorated, the decision of the NIMHANS in that behalf will be final and conclusive. NIMHANS will be entitled to reject said drugs/items or such portion thereof as may be discovered not to conform to the said description and quality in the manner as prescribed. Such rejection of the drugs/items will be at the seller's risk and all the provisions herein contained relating to rejection of drugs/items etc. or such portion thereof if is rejected by the purchaser. Nothing herein contained shall prejudice any other right of NIMHANS in that behalf under this contract or otherwise”.

5.15.2. The Bidder submits stating that the drugs, which are being quoted, are not banned under Section 26 (A) of Drugs &

Cosmetics Act. Or any other provision of law prevailing in India.

5.15.3. It is declared that the firm/ company and any of its Director/

Proprietors/ Partners/ Authorized signatories are not convicted / a criminal case filed against or pending in any court of India by any department of Government of India and State Governments under prevention of Corruption Act or for cheating/ defrauding Government/

embezzlement of Govt. fund or any criminal conspiracy in the said matter.

5.15.4. The Bidder submits an undertaking that it is not submitting bid for any drug/ combination of drugs which is not approved by DCGI”.

5.15.5. Company/Authorised Signatory has to submit an affidavit giving address of Manufacturing units and their license numbers

5.16. For the items which are being imported, the manufacturing firm will submit valid import license issued by Central Licensing Authority (Form MD-15). That firm will be eligible if one batch of new item has been imported at the time of bidding.

5.17. In case of patented medical devices/ surgical items, manufacturing firm will submit valid certificate to this effect from the Licensing Authority else tenderers claim will not be considered.

5.18. The tenderer should not be convicted/ or a criminal case filed against or pending in any court of India by any department of government under prevention of Corruption Act or for cheating/ defrauding Govt./ embezzlement of Govt. fund or any criminal conspiracy in the said matter. Should submit an notarized affidavit to this effect.

5.19. For the items quoted in the tender enquiry, participating manufacturer will have to submit the sample on demand. If bidder fails to submit the samples within the period specified, the tender will be rejected.

5.20. Those firms that have not honoured the agreement in previous years, resulted in cancellation of purchase order and inconvenience to the Institute by defaulting on their supply are not allowed to participating in the tender.

(11)

Page 11 of 50

6. FALL CLAUSES:

6.1. The price quoted shall not in any case exceed the maximum wholesale ceiling price (Bulk) if any, fixed by the Government of India/ National Pharmaceutical Pricing Authority (NPPA)/ State Government. The bidder shall mention such fixed rates in the quotation sheet against each item quoted.

6.2. The rate quoted for the items supplied under Rate Contract, in no event shall be more than the lowest price quoted of which the bidder sells his products of identical description to any other persons, States, Union Territory, Corporation Board, University, Trust, Local Authority, Company or any others including his own dealer, distributor, stockist, agent during the period of the currency of the Rate Contract.

6.3. If at any time during the period of contract, the bidder reduces the sale price of such products to any other persons, States, Union Territory, Corporation, Board, University, Trust, Local Authority, Company or any others including his own dealer, distributor, stockist, agent during the period of the currency of Rate Contract at a price lower than the price quoted in this contract, he shall forthwith notify such reduction or sale to NIMHANS. The price payable under this contract shall correspondingly be reduced to the same extent as sold to such others. Under no circumstances the rate quoted shall be higher than the price notified under Drugs (Price control) Orders issued from time to time.

6.4. The bidder pleading for such price revision shall produce all the necessary comparative documents issued by the Competent Authority and shall also provide such additional information/documents, which the purchaser may desire for taking decisions.

6.5. Failure to notify the purchaser to pass on such benefits due to decreased GST or Exemption accorded shall entail disqualification of the Bidder and forfeiture of the security Deposit due if any.

7. SUBMISSION OF SAMPLES:

7.1. Samples of Surgicals & Miscellaneous items (Listed as Annexure C) should be submitted to the Pharmacy Surgical Stores of NIMHANS on or before last date for submission of the tender

7.2. Acknowledgement of samples provided list shall be uploaded in the e- procurement portal.

7.3. Cost of the samples shall not be payable by the Tendering Authority.

7.4. The samples submitted will not be returned to the bidder either on successful OR unsuccessful bidder under any circumstances

7.5. The drugs which have been manufactured as physician sample & other Institutional supply should not be furnished as sample.

7.6. Expired drugs will not be considered as samples (as on date of opening of the sample)

7.7. Sample should not depict MRP on the label.

7.8. Sample submitted is final, no alteration, change of sampled items will be permitted. If any bidder/ tenderer is found altering the same, he will be liable to disqualification & will be blacklisted during tender period & EMD may be forfeited.

8. PACKING:

8.1. Tenderers must quote for the packing specified against each item in the schedule annexed to the rate-enquiry, as any other packing will not be accepted. Where no pack is specified, tenderer may quote for standard pack which is available in the market.

(12)

Page 12 of 50

8.2. Surgical and Miscellaneous items shall be supplied in the package specification and package shall carry the logograms specified as “NIMHANS SUPPLY NOT FOR SALE” along with License Number, Batch No., Manufacturing Date & Expiry Date. Otherwise, item will be rejected. Delaying supply due to Logograms will not be accepted.

8.3. Surgical and Miscellaneous requiring refrigeration or freezing for stability should specifically indicate the storage requirements on labels on each and every container and should be transported in appropriate containers to ensure stability in transit from the point of shipment to the destination.

8.4. The tenderer/bidder shall provide such packing for the goods including the outer bulk packs, as it requires preventing their damage or deterioration during handling and transit to their final destination as indicated in the orders.

8.5. Loose supplies/ damage packing / tampered or damaged labelled supplies shall not be accepted under any circumstances. Supplies to be made in the box of standard packing. However, tablets/ capsules in loose pack (tin/bottle) shall not be accepted.

8.6. The packing shall be strong enough to withstand, without limitation, rough handing during transit and exposure to weather conditions, prevailing in Karnataka state during transit and storage.

8.7. The goods shall be packed using virgin packing materials in such a manner as to ensure delivery in good condition. The supplies packed in used/ recycled containers will be rejected and such supply will be deemed as ‘Sub-Standard’

supply and such company will be liable to be blacklisted.

8.8. Supplies with smudged, corrected, over-written or masked labels due to whatever reason will be rejected. The logos printed should be such that they do not mask the contents of the label.

8.9. It should be ensured that only first use packing material of uniform size including bottle and vial is used for making supplies.

8.10. All primary packing containers should strictly conform to the specification of the Drugs and Cosmetics Acts and Rules.

8.11. The shipper packing in cartons should be as per standard operation procedure.

It should not exceed more than 25 KGs weight to enable easy handling.

8.12. In the event of items of Surgical and Miscellaneous supplied found to be not as per specifications in respect of their packing, the tender inviting authority is at liberty to make alternative purchase of the item of drugs and medicines for which the purchase orders have been placed from any other sources in the open market or from any other bidder who might have quoted higher rates at the risk and the cost of the supplier and in such cases the tender inviting authority has every right to recover the cost and impose difference in cost as penalty.

9. STANDARDS AND SPECIFICATIONS

9.1. The Surgical and Miscellaneous shall be labelled as per provisions under Drugs and Cosmetics Act of 1940 and the Rules made there under. The size of the label shall be proportionate to the size of the container.

9.2. The name of the item should be printed for every packing .

10. EXPIRY DATE:

10.1. All products must indicate the Date of Manufacture and Expiry.

10.2. The stock should be supplied to this Institute from the latest batch and such a stock should have a minimum shelf-life period of 18 months. Depending upon the normal potency prescribed, supplies with a minimum life period of one year at the time of receipt will be accepted and bill will be passed only for the

(13)

Page 13 of 50

consumed quantity. Surgical and Miscellaneous with less than 3 months’ shelf- life in the stock of NIMHANS Pharmacy Surgical stores should be replaced by the supplier free of cost.

10.3. Replacement intimation should be sent to concerned before 03 months of date of expiry for product replacement.

10.4. In the event of such drugs not being utilized within their life period, the tenderer should undertake to replace the unexpended stock by fresh stock without demanding any extra cost.

10.5. Replacement should be made within 15/30 days from the date of intimation failing which, the equivalent amount will be recovered from the tenderer pending bills and/or Security Deposit.

11.

TESTING and QUALITY CONTROL:

11.1. Items supplied to the Institute should be of good quality and the decision of NIMHANS in this regard is final and binding on the Tenderer/ Bidder. If the quality of item is not satisfactory and does not meet the specifications / requirements and proper maintenance, the same will be rejected and the supplied item has to be removed from the Institute by the Bidder/Tenderer immediately on their own expense after receipt of intimation. If the item is not removed within 30 days from the date of the intimation letter, the supplies will be destroyed. The drugs will not be returned to the tenderer and no claim will be entertained.

11.2. Purchaser reserves the right to test each batch or batches selected at random of the consignment received either at the time of receiving the goods or at any time during the shelf life of the product for test and analysis at any laboratory approved under the Drugs and Cosmetics Act and Rules notwithstanding the routine sampling that may be carried out by the Drugs Control and Regulatory authorities. Handling at the rate of ₹500/- per batch and testing charges as per actuals will be deducted by NIMHANS for the above purpose from the respective manufacturer.

11.3. Each batch of supply should be accompanied with the copy of Certificate of Analysis (COA) from the Government approved drug testing laboratories as per CDSCO.

11.4. If the sample or samples is/are declared to be “NOT OF STANDARD QUALITY” or “SPURIOUS” or “ADULTERATED” or “MISBRANDED”, such batch/ batches will be deemed to have been rejected. If the samples do not conform to the statutory standards, the bidder will be liable for relevant action under the existing laws including prosecution.

11.5. In case a batch tested is declared as “Not of Standard Quality”, the Bidder shall supply a fresh stock of “Standard Quality” equivalent to the entire quantity of the batch supplied earlier, irrespective of the quantity available in stock, within 30 days from the date of receipt of such communication.

11.6. If any written complaints are received from the user departments regarding the quality of drugs, the item will be rejected. Order will be placed with next lowest tenderer. No payment will be made even for the consumed quantity and the tenderer will be blacklisted for TWO years to trade with the Institute.

11.7. In case of poor quality of items supplied, the name of the tenderer as well as the details of quality control failure will be displayed on the web page of NIMHANS.

11.8. Any violation of tender norms may lead to blacklisting of the tenderer by the Institute for 3 years.

12. WARRANTY:

(14)

Page 14 of 50

The items to be supplied by the tenderer shall be as per the formulations/standards approved/ specified by the NIMHANS or as per the regulations of any such statutory authorities. The manufacturers shall be held responsible for the consequences of supplying any sub-standards or spurious and adulterated drugs or medicines not conforming to such regulations/ Acts.

13. VALIDITY OF QUOTATION:

The rates quoted shall be valid for 12 months from the date of agreement entered with NIMHANS. The validity period may be extended additionally up to one year at the discretion of the Director, NIMHANS.

14.

ORDERS AND DELIVERY SCHEDULES (SUPPLY CONDITIONS):

14.1. Orders will be placed with the selected tender parties and payment will be made to them directly through ECS as per Government rules.

14.2. Purchase orders placed against the contract, on or just before last date of the tenure of contract will have to be accepted/ honoured by the manufacturers.

14.3. The purchaser does not guarantee the quantity, which will be ordered. The quantity mentioned is only the tentative requirement and may increase or decrease as per the actual requirement. No claims shall pay against NIMHANS in this regard. The rate quoted should not vary with the quantum of the order.

14.4. The tenderer should intimate this office about the supply position within 05 days from the date of purchase order, failing which, it would be considered that the tenderer is not interested in executing the supply against the order and the purchase order will be awarded to the next lowest tenderer.

14.5. In case the selected company wants to supply and raise the bills through their authorized distributor, the name, address and contact telephone number should be given during the agreement and is shall be entered in the agreement. Further modifications will not be entertained. In extraordinary situation it may be permitted after the approval from the Competent Authority. In such case the companies are requested to supply directly from company.

14.6. The purchaser reserves the right to order for only such quantity as may be necessary and the Bidder is bound to supply the ordered quantity only. Quantities supplied in excess will not be paid for.

14.7. The Bidder is permitted to supply the ordered quantity in phases not exceeding two:

PHASE-I: Deliveries should be made with not less than 50% of the quantities of each item ordered within 15 working days or the period entered in the agreement from the date of receipt of the purchase order

PHASE-II: The remaining quantity of each item ordered should be delivered within another 15 working days or the period entered in the agreement.

14.8. Each carton container to be supplied to NIMHANS shall be embossed/ stamped with “NIMHANS PHARMACY”, by the manufacturer at their own cost.

14.9. Supply time: Timing 10:00AM to 03:30PM on all working days

14.10. Successful bidders and their authorised suppliers (if any, as entered in the agreement) must always keep a reasonable quantity along with analytical test report to ensure to supply within 24 hours of telephonic orders (in case of critical and life-saving drugs)

14.11. The strip and the packing should clearly state the name of the manufacturer who has participated in the tender.

14.12. Special drugs wherever strip pickings are not available will be accepted.

(15)

Page 15 of 50

14.13. The order will be awarded to the successful tenderer for the supply of items for the specified period and the tenderer shall supply on receipt of purchase orders from the Assistant Administrative Officer (H), Hospital Staff Section. A scanned copy of purchase orders will be sent to the email of the manufacturer / authorised supplier 14.14. Bandages/ POP bandages will be tested in the Institute and only those items

which are found to be of good quality and suitable will be included for selection. No reason will be given for rejection.

14.15. As far as possible supply should be made from single or minimum number of batches. Separate batches should be packed separately.

14.16. Packing slip containing full details about the contents like Quantity, Batch number, Manufacturing Date and expiry date should be pasted on every parcel.

14.17. The company should ensure that the size of the letter font in the strips of the tablets capsules and in the vials and ampoules of the injections should be readable and visible to enable the Pharmacists / Doctors / Patients to identify the drugs without difficulty failing which the drugs will be rejected.

14.18. The company should ensure that the drugs supplied by them should be of different strip colour and size. If NIMHANS receive any lookalike drugs with same strip colour and size, the supply will be rejected and purchase will be initiated from the next lowest supplier. The difference in cost (Minimum ₹2,000/-) will be recovered from the defaulted company.

14.19. Manufacturers shall arrange to effect free replacement of any quantity which may deteriorate in potency, strength approaching expiry or expired etc. before the date of expiry marked on the labels.

14.20. If the supplied item is not utilised before expiry date the supplier or manufacturer should undertake to replace with fresh stock of items as and when required.

14.21. Purchase orders will be sent through email followed with speed post. The tenderers are requested to give their correct postal address and valid email ID to enable the delivery of purchase orders. Further they are requested to check the mail regularly.

14.22. MARKING: Each packing shall be marked with nomenclature of the drug and shall be labelled in accordance with the requirement of the Drugs and Cosmetics Act, 1940 and the rules made there under.

14.23. Manufacture is primarily responsible for ensuring the supply of consignment within stipulated time frame and procedures as decided.

14.24. The Institute has right to intimate manufacturer to change the supplier if there is a reason for the Institute to believe so.

15. PENALTY CLAUSE:

15.1. In case the supply is not completed fully within the stipulated period (30 days) as mentioned above, the purchaser reserves the right to cancel the order for non- supplied quantity and proceed with the purchase of the same generally identical item from L-II or L-III (if specified in the Rate Contract) or from the open market in the order of preference.

15.2. If the supply is not made within the time specified in the purchase order or 30 days on the receipt of P.O. whichever is later, then NIMHANS reserves the right to procure the drugs of similar nature from the next alternative lowest choice manufacturer/ open market and the extra expenditure incurred will be recovered from the manufacturers Performance Security / Security Deposit / suppliers bill along with administrative cost of 20% of the value of the purchase requisition (minimum of ₹2,000/-).

15.3. The difference of cost (minimum of ₹2,000/-) due to purchase from the next alternate source like L-II, L-III (if specified in R.C.) or open market in the same

(16)

Page 16 of 50

order preference shall be recoverable (along-with 20% of administrative cost) from the Manufacturer / Supplier as under:

Difference of cost between L-I and L-II from L-I Difference of cost between L-II and L-III from L-II

Difference of cost between L-III and open market from L-III

In case L-II and/or L-III are not specified in the Rate Contract, the difference of cost shall be recovered from L-I with reference to the purchase price as the case may be.

15.4. Penalty for late supply:

15.4.1. Manufacturer and their authorized supplier fails to execute the purchase order within the stipulated time / period as entered in the agreement, a penalty of 0.5% per day + GST, maximum 10% + GST unless extension is obtaining in writing with valid grounds/ reasons. Such extension is permissible for a maximum period of 3 weeks only. That extension of delivery period cannot be claimed as a matter of right but will be at the discretion of the Competent Authority.

15.4.2. If the manufacturer firm fails to execute the purchase order three times during the period of rate contract, without written permission from the Competent Authority of NIMHANS, it shall be debarred for the next three years with effect from the last failure and forfeiting of EMD/Performance Security for that drug.

15.5. The approved manufacturers should supply all their ordered items within Date of Delivery (DOD) period as per Purchase Order terms and these terms should be strictly adhered to. In case they fail to supply the item within DOD period, the reminder letter would not be issued in any circumstances and penalty will be imposed. The item would be arranged with other through local purchase or from open market under Risk Purchase Clause without any information in this regard. The difference amount shall be recovered from the pending dues of the firm. In the eventuality of such instances being repeated, administrative action shall be initiated as per NIMHANS procedure which may lead to debarring of the firm for subsequent tenders (up to 3 years)

15.6. It is hereby also informed that in case any administrative action (imposing of liquidated damages, warning letter, risk purchase, short supply etc.) is taken by the NIMHANS during the tender period against any approved tenderers, it would be reflected during finalization of the next tender as “Past Performance” of that firm.

15.7. The Director, NIMHANS or her nominee reserves the right to invite at her sole discretion, separate quotations to effect purchase outside this contract in the event of any urgent demand arising in hospital, where no stock is held or otherwise.

15.8. When the total penalty amount exceeds the EMD/SD held, the firm has to remit the amount failing which the firm will not be allowed to participate in the next tender.

16. PAYMENT CLAUSE:

16.1. 100% payment would be made on receipt of goods in good condition and acceptance upon the submission of the “Original copies of suppliers invoice showing Purchase Order number, goods description, quantity, packing list, unit price and total amount”

16.2. No advance payment will be made towards the supply. Payment will be made only after the items are supplied as per the purchase order/supply order

(17)

Page 17 of 50

16.3. Payments towards the supply of drugs & chemicals will be made strictly as per rules of NIMHANS, Bengaluru

16.4. Any dues or payment that have arisen to the Institution from the manufacturer or their authorised suppliers for which no specific time-limit has been laid down in the terms & conditions, shall be payable by the manufacturer or their authorised supplier within such time limit as may be prescribed in the various letters/orders addressed to the manufacturer/tenderer/contractors. On failure to do so the manufacturer or their authorised supplier shall be liable to be debarred for not paying dues or payment etc. to the hospital for a period as decided by the Director or her/his nominee.

16.5. Condition of advance payments shall not be entertained.

16.6. No claims shall be against NIMHANS, Bengaluru, in respect of interest on Earnest Money Deposit or on Security Deposit or Delayed payments.

17. RIGHT TO TERMINATION OF THE CONTRACT

17.1. The purchaser may without prejudice to any other remedy for breach of Terms and Conditions of tender, by written notice of one month shall terminate the contract whether in whole or part, stating reasons thereof.

17.2. During the period of agreement if it is found that the tenderer or its authorised supplier is not providing proper supply of the ordered items within specified time period, NIMHANS reserves rights to make the vendor forfeit the security deposit deposited with NIMHANS or part thereof in favour of NIMHANS and agreement will be terminated after giving 30 days‟ notices. Furthermore, in such situations, tender can be allotted to the second lowest bidder and the difference in cost shall be recovered from the earlier vendor who is in breach of the contract. In addition, in case it is found that the supplier is charging by fraudulent means or indulging in criminal activities, the contract will be terminated immediately.

18.

DISPUTES AND JURISDICTION

In the event of any dispute arising out of the Terms and Conditions of the tender, such disputes would be subject to the jurisdictional courts in Bengaluru, Karnataka.

19. BLACKLISTING CONDITIONS:

The purchaser reserves the right to blacklist any tenderer/ bidder for the following reasons.

19.1. If the bidder(s) fail to supply two or more times within the stipulated period of 30 days during the tender period, the EMD of the tenderer/ bidder will be forfeited to NIMHANS, in addition to the recovery of the penalty involved for the above purchase (Recurring in delay of supplies)

19.2. Further the bidders/tenderers will also be blacklisted for 3 years to trade with this Institute. Details of such blacklisted by the Institute will be put up in the Institute website. The same will be informed to similar government procurement agencies.

19.3. Abnormal under-quoting

19.4. Non-executing of agreement and not making Security Deposit within the stipulated time when his offer is accepted

19.5. Submission of false documents 19.6. Supply of spurious Drugs.

19.7. Supply of substitutes other than the approved sample

19.8. Manufacturers who have been notified as BLACKLISTED by the Central/ State Government/ any Drugs procuring agencies/Institutes are not eligible for participating in this tender. Such tenders will be rejected even if received. If the Tendering Authority comes to know such BLACKLISTED status of the firms subsequent to the opening of the tender/acceptance of tender, awarding of the

(18)

Page 18 of 50

Contract, all the deposits and dues of the Tenderers/Bidders shall be forfeited to NIMHANS and such firms will be liable for BLACKLISTING for 3 years.

19.9. NIMHANS reserves the right to reject the Tender of the Blacklisted companies/firms whose past performance with NIMHANS on any similar agencies was poor due to delayed and erratic supplies, frequent quality etc.

19.10. Any violation of tender terms and conditions may lead to blacklisting of the bidder/tenderer by the Institute initially for one year and followed by 3 years

19.11. In case of continuous default in supply, non-supply of drugs the Drug Purchase Committee (DPC) of NIMHANS will debar the bidder for one year

19.12. If a company is blacklisted for more than two times, the Drug Purchase Committee (DPC) of NIMHANS will recommend to Blacklist the firm for a further period of 15 (fifteen) years.

20. SPECIAL CONDITIONS.

20.1. ALL GLASS BOTTLES SHOULD BE OF NEW NEUTRAL GLASS WHEREVER POLYPROPYLENE HAS BEEN PRESCRIBED. IT SHOULD BE PROVIDED SO.

20.2. ALL LIQUID ORALS SHOULD BE PROVIDED WITH MEASURING DEVICE 20.3. ALL SUPPLIES SHOULD ACCOMPANY ORIGINAL DELIVERY NOTE OR

INVOICES

20.4. PHOTOCOPIES/ FAX COPIES OF THE DELIVERY NOTE OR THE INVOICE WILL NOT BE ACCEPTED.

20.5. GOOD NON-ABSORBABLE PAPER SHOULD BE USED FOR THE DELIVERY NOTE AND INVOICES.

20.6. THE MATTER PERTAINING TO THE SUPPLIES SHOULD BE EITHER PRINTED OR TYPEWRITTEN OR LEGIBLY HAND WRITTEN ON THE DELIVERY CHALLAN OR THE INVOICE.

20.7. THE DELIVERY CHALLAN OR THE INVOICE SHOULD NOT CONTAIN ANY MATTER ON ITS REVERSE SIDE

20.8. THE LABEL OF THE ITEM SUPPLIED UNDER THE CONTRACT SHALL NOT CARRY THE M.R.P.

20.9. THE TENDERER WILL INVARIABLY INSCRIBE IN EACH SUPPLY, “NIMHANS SUPPLY NOT FOR SALE”. OTHERWISE, ITEM WILL BE REJECTED.

DELAYING SUPPLY DUE TO THIS REASON WILL NOT BE ACCEPTED.

20.10. THE GENERIC NAME OF THE ITEM SHOULD BE AS BOLD AS THE TRADE NAME, IF ANY

20.11. ALL DOCUMENTS OF DRUGS MOVEMENT LIKE DELIVERY NOTE CHALLAN, BILL/INVOICE SHOULD CARRY THE GENERIC NAME WITH TRADE NAME IF ANY, MAKE, BATCH NUMBER and EXPIRY DATE.

20.12. NIMHANS RESERVES THE RIGHT TO PURCHASE THE ITEMS OVER &

ABOVE THE QUALITY MENTIONED IN THIS DURING THE CONTRACT PERIOD.

20.13. IN ALL THE ABOVE CONDITIONS, THE DECISION OF THE DIRECTOR, NIMHANS, BENGALURU SHALL BE FINAL AND BINDING.

-Sd-

DIRECTOR

(19)

Page 19 of 50

FORMATS TO BE ATTACED TO THE TENDER ANNEXURE – A

TENDER OFFER FORM No. NIMH/PU-I(D)/TENDER/RC(23-24)/02/2022-23, DATED:09.01.2023 To

The Director, NIMHANS,

BENGALURU – 560 029.

Sir,

I/We have examined the tender documents in connection with the supply of Surgicals &

Miscellaneous items of your Institute under Rate Contract for the year 1st April 2023 to 31st March 2024 called by you. I/We, the undersigned offer to supply and deliver the Drugs, Chemicals & Surgicals and Surgicals & Miscellaneous items in conformity with the terms and conditions of the tender at the rates quoted in the Annexure if the contract is awarded in my/our favour.

I/We understand that the quotation offered shall be valid for a period of 12 months from the date of finalization of the contract which may further be extended by another three to six months if required by you.

I/We undertake if our quotation is accepted, I/we will enter into contract to deliver the goods in accordance with the delivery schedule.

I/We agree to abide by this tender for the period up to the end of March 2024 or extended period.

I/We undertake to deposit Security Deposit amount in accordance with the terms and conditions of the tender if our offer is accepted.

I/We understand that you are not bound to accept the lowest or any quotations you may receive.

Signature of Authorized signatory

Date : Name in Capital:

Place : Capacity:

Phone No. ………. Fax No. Seal of the firm:

Mobile No.

Name & Address:

i. Official Address:

ii. Residential Address:

Note:

1. The quotations shall be indicated in the format attached

2. Quotations not in the format will be rejected. Please indicate the designation and enclose the authority of the person signing the document.

Affix the photograph with self-attested.

(20)

Page 20 of 50 ANNEXURE – B

CHECKLIST

No. NIMH/PU-I(D)/TENDER/RC(23-24)/02/2022-23, DATED:09.01.2023(TO BE FILLED BY TENDERER)

Name of the Manufacturer: ………

List of documents to be enclosed along with the tender for supply of Surgicals and Miscellaneous items to NIMHANS for the period1st Arpil 2023 to 31st March 2024.

Sl.

No.

Name of the Document Yes (Y) or

No(N) or Not Applicable (NA)

Document

No. & Date Page No.

(should not be left blank)

1 Copy of online payment receipt of Earnest Money Deposit (EMD) Surgicals & Miscellaneous items

₹50,000/-

2 GST Registration certificate 3 PAN No. and copy enclosed

4 Annual Turnover statement for the preceding three years (2019-20,2020-21,2021-22)

5 Balance Sheet and Profit & Loss Account for the preceding three years (2019-20,2020-21,2021-22)

6 Manufacturing Licence up to date copy with attestation 7 “No Conviction Certificate” issued by the Central / state

Licensing Authority in Original, issued not more than one year ago from the date of opening.

8 List of samples submitted

9 Scheduled M or WHO-GMP Certificate issued by the Drug Controller / appropriate authority in Original / Notarized copy

10 In case of IMPORTED items:

a) Copy of valid Import Licence

b) Notarized copy of Registration certificate issued by the Drug Controller General of India, New Delhi.

c) Valid WHO-GMP certificate

11 Affidavit of non-judicial stamp paper regarding Non-Black listing of the firm or any of its products by any (should be notarized)

12 Declaration of the bidder as per Form-II, Form-X and Annexure-A

13 Notarized affidavit as mentioned in Form-I

14 Proforma/ checklist of quoted items as per Form-IV 15 If any other documents

Sl. No. Contents Details

1 Complete Mailing Address along with Pin Code 2 E-mail ID

3 Contact No. (with STD Code) 4 Mobile No.

5 Fax No. (with STD Code)

Signature of Authorized signatory Name in Capital:

Capacity:

Seal of the firm:

** This document should be upload in Technical Bid.

(Each certificate/ page should be signed by the bidder, along with their name, official designation and official stamp of firm)

(21)

Page 21 of 50 FORM- I:

(To be submit in ₹10/- stamp paper)

Notarized affidavit

I ___________________________________ Managing Director/ Partner/ Proprietor of M/s _____________________________ having its manufacturing or import unit/ registered office at ………. do hereby declare that our company/ applied items have not been blacklisted either by any Central/State Government organization or its drug procurement agencies for the following products quoted in the tender during last three (3) years. We are eligible to participate in the tender ref. No. __________________ for supply of the items in listed Annexure C to NIMHANS, Bengaluru.

I / We ________________________________________ hereby submit the tender application for supply of Annexure C and/or Annexure D listed items

Sl. No. Code Name of the item

Further, I/ We declare that, this firms having the manufacturing units as listed below:

Sl.

No.

Address of the

manufacturing unit

Contact person including mobile No. & Telephone No.

License No.

1.

2.

3.

M/s……….

(Company Seal) Signature of the Proprietor

Managing Partner/Director Name :

Seal : Date :

Place :

Note : The above declaration, duly signed by the authorized signatory of the company, should be enclosed with the bid. The authorized signatory must be not below the rank of Manger.

(22)

Page 22 of 50 FORM- II:

ACCEPTANCE OF THE TERMS & CONDITIONS (To be filled by the Bidder and submitted with the tender) To

The Director, NIMHANS, Bengaluru-29.

Sir/Madam,

We return herewith your tender Notification No. NIMH/PU-I(D)/TENDER/RC-2023/02/2022-23, DATED:09.01.2023 with our quotation against respective items. We have carefully gone through the Terms & Conditions of the Rate Contract and accept the same.

For and on behalf of the firm (Firm’s Name & Address)

(Signature of Authorized Signatory) Witness:

(Signed in my presence)

Name :

Designation :

Seal :

Notary Public:

(With Name & Complete Address)

(23)

Page 23 of 50 FORM- III:

MANUFACTURER’S AUTHORISATION FORM (Letterhead)

The Director, NIMHANS, Bengaluru-29 Dear Madam/Sir,

Sub. : Authorization for local supplier/Distributors- Reg.

Ref.: Tender Notification No. NIMH/PU-I(D)/TENDER/RC-2023/02/2022-23, DATED:09.01.2023

******

We, M/s ………., who are established and reputable manufacturers of Surgical &

Miscellaneous (Annexure-C) items, having factories/ Officer :

………...

……….., and register office at

………..,

having Phone No. ……….., Mobile No. ………, email

ID………

For correspondence do hereby authorized to supply of approved/selected items as follows:

Name of the Local Distributors/Supplier/Stockiest.

Complete Address :

Contact Details : Landline No……….., Mobile No………..

Email ID ………

To supply materials and to collect the payment for the items quoted and concluded the contract by M/s……….., with you against selected items under Annexure-C and Annexure-D manufactured by us.

No company/firm/individual other than M/s………., is authorized to supply the above goods manufactured by us against this specific tender.

We hereby extended our full guarantee and warranty as per terms and conditions of the tender notification for the items offered for supply against this Rate Contract tender by the above firm, failing which the items shall be procured from the next alternative source and the cost difference to be recovered from above authorized supplier/distributors immediate bills.

Kindly arrange to place the purchase orders to them for the items awarded to us against your requirement from time to time for entire tender period and make the payment directly to them against the supplies on behalf our firm.

Thanking you,

Authorized Signatory (Name of the person:

Full Address:

Landline No………., Mobile No……….

Email ID ……….

References

Related documents

Presently, Hubballi Railway Station has not obtained authorization under the Hazardous and other Waste (Management & Transboundary Movement) Rules 2016 for

Bidder should submit their offer for Electric Down Hole Heater & accessories for both the wells separately as per Price Bid Format provided as per SECTION—III (PROFORMA-II)

7.0 Bidders are required to submit the summary of the prices in their price bids as per bid format (Summary), given below.. Indigenous bidders must quote Deemed Export prices.

i) Pre-delivery inspection shall be performed by OIL to insure all generating set components, controls, and switchgear are included as specified herein, free from any

c) In their offer the bidder must mention their detailed comments point-wise against each point of tender specifications. Any deviation from the tender

b) In their offer the bidder must mention their detailed comments point-wise against each point of tender specifications. Any deviation from the tender specification shall be

The Candidates are hereby directed to submit the application form for re-evaluation of answer scripts as per rule, if so desire with in _______________________, 2017

The Candidates are hereby directed to submit the application form for re-evaluation of answer scripts as per rule, if so desire with in _______________________, 2017