37
1 | Page GVK Emergency Management and Research Institute S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance Opp to Govt Unani Medical College, G.M.S Compound,Magadi Road. Bengaluru- 560 079. Tender Document Tender No: GVK-EMRI/KAR/ SCM/TENDER/38/2020-21 Dated: 02/02/2021 E- Tender for Supply of Disposable Latex Gloves, Face Mask & Surgical Sprit for “108 AROGYAKAVACHA” Ambulances

Dated: 02/02/2021 E- Tender for Supply of Disposable Latex

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

1 | P a g e

GVK Emergency Management and Research Institute S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance

Opp to Govt Unani Medical College, G.M.S Compound,Magadi Road. Bengaluru- 560 079.

Tender Document

Tender No: GVK-EMRI/KAR/ SCM/TENDER/38/2020-21

Dated: 02/02/2021

E- Tender for Supply of Disposable Latex Gloves, Face

Mask & Surgical Sprit for “108 AROGYAKAVACHA”

Ambulances

2 | P a g e

GVK Emergency Management and Research Institute

S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance Opp to Govt Unani Medical College,Magadi Road. Bengaluru- 560 079.

Ph: 080-23280161 E-mail: [email protected]

Invitation of e-Tender for Supply of Disposable Latex Gloves, Face Mask & Surgical Sprit

Tender No: GVK-EMRI/KAR/SCM/TENDER/38/2020-21Date:-02-02-2021

General brief about GVK EMRI:

GVK Emergency Management and research Institute (GVKEMRI) was established as a not –for –profit

Organization. GVK EMRI is a society, registered under the provision of Andhra Pradesh Societies Registration

Act 2001, in February 2005 and provide services free of cost through a toll free number “108” to every

citizen of our country under public private partnership (PPP) framework .Vision of GVK EMRI is to support

and build capabilities to save one Million lives per annum nationally and establish GVK EMRI as a premier

Research and Training Institute.

GVK EMRI, under the Public-private-partnership , has made substantial progress over the last 15 years in

providing Emergency Response Services across the country and presently operate over 13405 state –of –art

ambulances in 15 states and 2 union Territories Viz Andhra Pradesh , Telengana, Tamilnadu, Karnataka, Goa,

Gujarat , DadraNagar Haveli Daman&Diu, Chhattisgarh, Assam, Meghalaya, Uttarakhand, Himachal Pradesh,

Uttar Pradesh, Rajasthan, west Bengal , Delhi and Kerala to pre hospital care covering a population of 840

million.72 million emergencies attended since inception and saving over 1000 lives every day and

cumulatively have saved more than 34lakh lives since the launch of the services and provide direct

employment to over 50,000 associates while continuing to be a not –for-profit organization.

Tenders are invited under e-Procurement platform in two parts System-Technical Proposal and Financial

Proposal, from the Manufactures, authorized distributors /Dealers for the supply ofDisposable Latex Gloves,

Face Mask & Surgical Sprit for “108- Arogyakavacha” Ambulances. Tender shall be submitted only through e-

portal website- https://eproc.karnataka.gov.in.

Important dates and deadlines for tender are given below:

Note:

• Tender documents shall be uploaded online at e-procurement portal.

3 | P a g e

• All Tender conditions are given in the Tender Bid. Further information can be obtained from the

organization all working days.

Floating of Bid document in e-portal

website https://eproc.karnataka.gov.in.

Helpdesk: 080-25501216/25501227

Email: [email protected]

02-02-2021

Pre-Bid Meeting 16-02-2021

Last Date for Queries on or before (Online

Queries Only) 20-02-2021

Date for Submission of Samples on 03-03-2021

Last Date for Submission of e-tender

through e- portal On or before 05-03-2021 at 5.00 PM.

Opening of Technical Bid 06-03-2021 at 5.30PM.

If the opening date is declared Holiday, opening will

be on following working date.

Place of opening of tenders & Pre Bid

Meeting

GVK EMRI

S.T.D.C Housing Board Colony, Basaveshwaranagar

Entrance

Opp to Govt Unani Medical College, G.M.S

Compound, Magadi Road.

Bengaluru- 560 079.

The bidder should satisfy all the terms and conditions laid down hereunder in relation to the supply,

installation, integration, service clause and warranty of the above mentioned items

4 | P a g e

This Tender Document contains the following

INDEX

Sl.No Content

1. Section – I Invitation For Tenderers

2. Section – II Terms And Conditions

A. Technical Bid

B. Commercial Bid S

General Conditions

3. Submission of Samples

4. Quotations

5. Security Deposit and contracts

6. Fall Clauses

7. Standards and Specifications

8. Packing

9. Labels & Literatures

10. Expiry Date

11. Quality, Testing & Inspection

12. Tender Evaluation

13. Orders and Delivery Schedules

14. Penalty Clause

15. STAGGERED SUPPLY

16. Payment Clause

17. Replacement of Items

18. Disqualification Criteria

19. Black- Listing of Defaulting contractors

20. Termination of Contract

21. Disputes and Jurisdiction

22. Savings Clause

5 | P a g e

23. Special Note

3 Annexure I – Latest GST Payment Receipt

4. Annexure II – Annual Turnover Statement

5. Annexure III&III(A) – No Conviction Certificate

6. Annexure IV – Declaration Certificate

7. Annexure V – Description Of Items&Technical Specifications

8. Annexure VI – Format for submission of samples

9 Annexure VII- Supplier Information Form

10 Annexure VIII – Financial Bid Section

11 Annexure IX- Performance Security Bank Guarantee

12 Annexure X- Anti –collusion

6 | P a g e

INVITITATION OF TENDERS FOR SUPPLY OF DISPOSABLE LATEX GLOVES, FACE

MASK & SURGICAL SPRIT FOR “108- AROGYA KAVACHA” AMBULANCES.

Ref: Tender notification No: GVK-EMRI/KAR/SCM/TENDER/38/2020-21

SECTION – 1

INVITATION FOR TENDER

1. GVK Emergency Management and Research Institute, a pioneer in Emergency Management

Services in India and a not - for - profit professional organization operating in the Public

Private Partnership (PPP) mode (here in after referred as Purchaser), located at S.T.D.C

Housing Board Colony, Basaveshwaranagar Entrance, Opp. To Govt. Unani Medical College,

G.M.S. Compound, Magadi Road, Bangalore-560 079 invites bids from various suppliers

operating in India for conclusion of rate contract for the for supply of Medical &Non

Gloves, Face Masks& surgical spirits of 108- Arogyakavacha” ambulances required to GVK

Emergency Management and Research Institute Karnataka as detailed in Annexure -V.

2. Primary manufacturers / distributors/dealers /traders can participate in the tender. .

Whoever participates in the tender will be solely responsible for the execution of the

agreement entered into with GVK EMRI

3. Tender should not be submitted by the Firm which has been blacklisted by Tender Inviting

Authority of GVK EMRI due to quality failure or nonperformance of tender conditions

should not participate in the tender during the currency of blacklisting.

4. Tenders of only those Bidders who fulfill the Terms and Conditions of this tender will be

considered for evaluation. The tenders will undergo evaluation at every stage of processing

and any tender found at any stage, not in conformity with the stipulated tender conditions

including specifications / found to have uploaded defective and incomplete documents /

samples of the items found not in conformity with the specifications or found defective

either physically or analytically, will be rejected.

7 | P a g e

5. Bidders who wish to participate in this tender will have to register on Karnataka e-

procurement portal .Further Bidders who wish to participate in online tender will have to

procure Digital certificate as per information Technology Act 2000 using which they can

digitally sign their electronic bids.

6. The Earnest Money shall be paid within the due date. The mode of payment of EMD shall

be payable through any of the four e-payment modes mentioned in the e-procurement

portal. For Payment of EMD through e-procurement,

7. A firm/Group are allowed to submit only one proposal. In case they submit or participate in

more than one proposal by any group the entire proposal submitted shall be disqualified.

8. The bid forms are not transferable.

9. It may be noted that, Fax quotation offer will not be accepted.

10. Interested eligible Bidders may obtain further information from the following address:

GVK Emergency Management & Research Institute

S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance,

Opp. To Govt. Unani Medical College, G.M.S. Compound,

Magadi Road, Bengaluru-560 079.

Ph.: 080-23280161, Fax: 080-23003951

Head, Supply Chain Management

For and on behalf of

GVK Emergency Management and Research Institute,

8 | P a g e

SECTION-II

TERMS AND CONDITIONS

1. The Bidder shall upload the tender in the manner described here under: -

a. The bidder shall upload the bids only if he/she is agreeable to all the Terms and

Conditions of this Tender, which include compliance to Description and

Specifications of the Items mentioned therein.

b. The Bidder shall upload the bids through e-procurement system using his/her

User ID and Digital Signature Certificate for submission of both Technical and

Commercial Bids. Bidder shall upload each document in the relevant space

earmarked in the e-procurement portal. Failure to do so may lead to the Bid

being considered Non-Responsive.

c. Goods required are listed with specific Code numbers and other details in

Annexure-V

d. Conditional bids shall be rejected. 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.

e. Opening of Financial Bid/Commercial Bid: -Commercial bids of only responsive

Bidders of Technical bid will be decrypted.

f. The bids shall remain valid for 90 days from the last date for submission of bids

prescribed by the purchaser. A bid valid for a shorter period shall be rejected

by the purchaser as Non-Responsive.

g. Submission of bid documents: The bid documents should be submitted

electronically through the e-procurement system

(https://eproc.karnataka.gov.in). The bidders should use their user ID and

Password to log into e-procurement system and use their digital signature

certificates to sign and digitally encrypt their bids. Bid documents submitted

through any other means like e-mail, paper documents etc. shall be summarily

rejected.

9 | P a g e

Validity of Contract

(a)This contract shall be valid for a period of 12 months from the

date of award of Tender.

(b)The Purchaser (GVK EMRI) Herby Express that in the event if the

tender /Extension of MoU for Operating “108 Arogya Kavacha”

Ambulance services is not awarded to the Purchaser by the

Government of Karnataka. Then the contract for the purchase of

Gloves, Face Masks& surgical spirits shall be deemed cancelled.

A. Technical Bid

TECHNICAL QUALIFICATION CRITERIA

1. Earnest Money Deposit/ Bid security

1. A bidder, submitting bids for any item/items listed in Annexure- V shall pay an Earnest Money Deposit (EMD) amount as follows.

2. payment can be made through e-Procurement portal using any of the following payment modes:

Sr No Item Name EMD (in Rs.)

Annual Turnover per Year (in Rs.)

1 Disposable Latex Gloves, Face Mask & Surgical Sprit.

87,500 1,00,00,000

1. Credit Card 2. Direct Debit 3. National Electronic Fund Transfer (NEFT) 4. Over the Counter (OTC)*

Note: GVK EMRI Karnataka, Bengaluru reserves the right to order to increase or

decrease the quantities as per requirement. 100% payment will be made within 45 days

of submission of invoice. No advance payment will be made towards the supply.

10 | P a g e

*OTC Designated Bank branches listed can be obtained through website

http://eproc.karnataka.gov.in in contractors/bidders section where a bidder can make a

payment.

The bidder bid will be evaluated only on confirmation of receipt of the payment (EMD) in the

GOK’s central pooling a/c held at ICICI Bank.

1. Latest GST payment receipt as per Annexure-I or in the valid format of the commercial tax

department for previous financial year issued by the concerned authorities is to be

uploaded along with GST registration certificate and GST returns for the month of march

2020.

2. Annual Turnover Statement for preceding three financial years 2017-18, 2018-19 and 2019-

20i.e. year ending on 31-03-2018, 31-03-2019 and 31-03-2020 certified by Commercial Tax

Officer / Charted Accountant as per Annexure-II.

3. Copies of Balance Sheet, Profit and Loss Account & IT returns for preceding three financial

2017-18, 2018-19 and 2019-20i.e. year ending on 31-03-2018, 31-03-2019 and 31-03-2020

duly certified by a Charted Accountant / Auditor.

4. Relevant manufacturing/trading licenses, PAN copy& Commodity List: Primary

manufacturers / distributors/dealers /traders can participate in the tender. Whoever

participates in the tender will be solely responsible for the execution of the agreement

entered into with GVK EMRI.

5. Non Conviction for any criminal or economic offences Declaration: Bidder should not have

been convicted for any criminal or economic offences by any court of Law in India or abroad

or blacklisted by State/central government departments/organization or any of GVK EMRI

States as per Annexure – III, Non conviction certificate not older than 10 months issued by

licensing authority,

11 | P a g e

6. Declaration Certificate: Duly signed by Authorized Signatory along with the seal as per

Annexure –IV

7. Latest Purchase order copies: Vendors are requested to furnish 3 different latest (April 2020

onwards) purchases / work order copies Related to the tender items in Annexure-V and

Customer feedback / satisfactory certificates from any other organizations.

8. Submission of Sample – Acknowledgement copy of the samples submitted to GVK EMRI in

Annexure-VI

9. Form of Authorization- In case of distributors/dealers /traders need to upload Letter of

Authorization from the manufacturer for the items Quoted in the tender. More than 1

Authorization from the same manufacturer shall be disqualified. Duly Signed Authorized letter

on the manufacturer Letter head to be furnished.

10. Supplier Information Form-As per Annexure VII

11. Performance Security Bank Guarantee-Annexure IX

12. Anti-Collusion Certificate - Annexure X

General Conditions in respect of Technical Qualification Criteria:

1. In order to technically qualify a bidder should qualify against each of the

technical qualification criteria. Failure to qualify in even one technical

qualification criteria shall result in disqualification of the bid.

2. During technical evaluation, the sample inspection, of the samples submitted

by the bidders, shall be considered for the purpose of technically qualifying the

bidders for the quoted Gloves, Face Masks & surgical spirits.

3. Only Documents / Certificates uploaded to e procurement portal shall be

considered for the purpose of technical evaluation of a bid. In case a bidder

fails to upload a document, that document shall not be considered for

12 | P a g e

evaluation. However, without prejudice to the above, the tendering authority

reserves the right to seek clarifications on uploaded documents by way of

additional documents.

4. All Documents / certificates should be relevant to the manufacturing unit from

where items quoted are actually manufactured and supplied, failing which

such documents shall not be considered.

5. The Documents uploaded should be clearly legible, failing which such

documents may not be considered.

6. The documents uploaded in general documents should be named individually.

7. The originals of all the documents uploaded under Technical Bid should be

produced for verification within 5 (FIVE) days after the opening of the

Technical Bid.

B. FINANCIAL/COMMERCIAL BID SHALL CONTAIN THE DOCUMENTS

LISTED HEREUNDER:

B.1 (i) PRICE SCHEDULE

a) Price Schedule format shall be furnished in the e-procurement platform.

The rate quoted per unit for landed/basic price shall be inclusive of, packing

forwarding charges, freight, Insurance, GST etc.

b) The rate quoted in the e-procurement platform format should be for the unit. The

Bidders are strictly prohibited to change / alter specification or unit size given in the e-

procurement platform format otherwise the rates offered will not be considered.

B. Both the Technical Bid & Commercial Bid for supply of Gloves , Face Masks & surgical

Spirit Items as per the package shall be uploaded under appropriate headings.

a) In the event of any discrepancy with respect to the rates quoted the Purchaser reserves

the right to accept the lowest rate.

13 | P a g e

3. General Conditions

1. The language of the Tender shall be English. In case, the original documents are issued in

vernacular, the translation certified by the authority signing the original / by a notary

should be uploaded along with the original.

2. The Tender Inviting authority, at his discretion, may extend the deadline for submission of

Tenders, in which case, all rights and obligations of the Tendering authority and the

tenders subjected to the previous deadline, will thereafter be subject to such extended

deadline.

3. The Tender Accepting authority reserves the right to cancel the tender at any point of time

without assigning any reasons.

5. Commercial Bids of only technically qualified companies, on the basis of the details

furnished by the bidder in Technical Bids under terms and conditions for Technical bid

(Section II), will be opened.

6. The bidder shall bear all costs associated with the preparation and submission of his tender

and the Tender inviting authority / Purchaser will in no case be responsible or liable for

these costs, regardless of the conduct or out-come of the tendering process.

7. As the bid documents are digitally signed by the bidder while submitting through e-

Procurement portal, it is understood that the bidder had signed all the documents

including the tender documents within the meaning of digital signature under IT Act 2001.

4. SUBMISSION OF SAMPLES

a) The bidder shall submit the samples to GVK EMRI as per Quantity indicated in Enclosure

to Annexure-VI (A) for item scheduled in Annexure V within the time schedule prescribed.

b) The sample specifications shall be as per the tender specifications including the packing

specification, otherwise the sample is liable to be rejected.

c) The cost of the sample shall be borne by the bidder. GVK EMRI shall not bear any

expense towards cost of samples, transport etc.

d) The submitted sample shall not be returned to the bidder either successful or

unsuccessful, under any circumstances.

14 | P a g e

5. QUOTATIONS

Bids have been invited in the ‘Generic name’ for Disposable Latex Gloves, Face Mask

&Surgical sprit. The bidder should quote the rates for the same. The composition,

strength and specification of the product, should be as per details given in Annexure V.

1. The quoted Rate for an item shall be inclusive of GST packing & forwarding,

transportation, insurance and any incidental charges and GST payable, if any, this price

shall be the criteria for evaluation of price bid / financial bid as B.1 above. Tender for

the supply of Disposable Latex Gloves, Face Mask & Surgical sprit with conditions like

“at CURRENT MARKET RATE”,

2. . The deliveries should be made as stipulated in the purchase order placed with

successful Bidders.

3. 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 Bids.

6. SECURITY DEPOSIT AND CONTRACT

a) The Bidder whose offer is accepted as L-I, L-II and L-III preferred tenders, on being

informed, shall execute a Contract Agreement on Karnataka Government Stamp Paper (in

duplicate) of the value of Rs. 200-00 (Rupees Two Hundred Only - cost to be borne by the

bidder) as provided by Article 5 of the Schedule of Karnataka Stamp Act. A copy of the

contract agreement will be given to the Bidder. The Specimen copy of agreement will be

available in GVK EMRI Karnataka office. In case L-I default in executing a Contract

agreement within 10 days of acceptance of his tender his status as L-I is liable to stand

cancelled and L-II Tenderer will be invited to enter into the contract agreement

consequently EMD / SD of the L-I awardee is liable to be forfeited to GVK EMRI and the

company may be blacklisted.

b) The Successful Bidder whose offer is accepted as lowest shall be required to pay a

15 | P a g e

Security Deposit as detailed below:

SECURITY DEPOSIT

The Security Deposit shall be 5% (Five percent) of contract value. The SD should be

furnished in respect of each contract on or before the due date, in the form of

Performance Bank Guarantee in favor of the GVK EMRI Karnataka payable at Bangalore,

along with the agreement.

The agreement along with specified “Security Deposit” should be submitted within

SEVENDAYS from the date of receipt of the intimation of the Acceptance of Offer.

Agreement not accompanied by the Security Deposit or any partial agreement deleting

certain clauses/items or agreement with additional conditions, will not be accepted, and

such act shall be deemed as non-submission of agreement and violation of the Tender

Conditions. In such case the Earnest Money Deposit of such Bidders shall be forfeited to

GVK EMRI without notice. Further, such Bidder shall cease to have any rights whatsoever

with regard to this tender or the Contract issued thereon.

The Earnest Money Deposit of such successful Bidder, who fails to execute the Agreement

or who fails to furnish the Security Deposit within the stipulated period or who furnishes

partial agreement deleting / altering the specified clauses will be forfeited to GVK EMRI

and his tender will be rejected and the firm will be Blacklisted and he will be liable for all

damages caused including the liabilities to pay any difference between the prices accepted

by him and those ultimately paid for the procurement of the Gloves, FaceMasks& surgical

spirits concerned by the GVK EMRI. Such damages shall be assessed by GVK EMRI, whose

decision is final in the matter.

The original agreement shall be with the Tendering authority. The Bidder shall collect the

signed copy of the agreement on his own. The purchaser will not be responsible for the

loss of the copy not collected by them.

Violation of any of the Clause of the Agreement shall be deemed as violation of Terms and

Conditions of this Tender.

The Contractor is permitted to claim the Security Deposit on completion of the contract

Period or after executing all the supplies satisfactorily, whichever is later. The refund of

16 | P a g e

the Security Deposit shall be subject to satisfactory performance of the contract as per the

terms and conditions of the contract. The Security Deposit not be claimed within three

years from the date of expiry of the contract will be forfeited to GVK EMRI without notice.

7. FALL CLAUSES

1. Request for price revision due to increase in GST will be considered only for such batch

or batches of products, which have suffered such increase in GST. Correspondingly,

the Contractor shall pass on the benefit due to decrease in or exemption of GST, to

GVK EMRI and should produce the ‘Gate Pass’ issued by the GST department.

The Contractor 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.

2. Failure to notify the Purchaser to pass on such benefits due to decrease in GST or

Customs Duty (Wherever applicable) Exemption accorded shall entail disqualification

of the Contractor and forfeiture of the Security Deposit due if any and the firm will be

Blacklisted.

3. The prices quoted for the material supplied under this tender by the Supplier shall in

no event exceed the lowest price at which the Supplier sells or offers to sell similar

service in similar volume of identical description to any person(s)/organization(s)

including the Purchaser or any other GVK EMRI office located at any other place in

India. If at any time during the said period, the supplier reduces the sale price, sells or

offers to sell such stores to any person(s)/organization(s) including the Purchaser or

any Statutory Undertaking of the Central or a State Government, as the case may be,

at a price lower than the price chargeable under

4. This contract, he shall forthwith notify such reduction or sale or offer to sale to the

Purchaser and the price payable under the contract for the material supplied after the

date of coming into force of such reduction or sale or offer of sale stand

correspondingly reduced.

8. STANDARDS AND SPECIFICATIONS.

1) The Gloves, Face Masks& surgical spirits supplied shall conform to the Quality

Standards including the standards specified for packing materials under Medicines and

Cosmetics Act and Rules framed there under.

17 | P a g e

2) The packing shall be in accordance with the General Specifications and Individual

Specifications shown against the item in Annexure V.

9. PACKING

1The contractor shall provide such packing for the goods including the outer bulk packs,

required to prevent their damage or deterioration during handling and transit to their

final destination as indicated in the orders.

2. The packing shall be strong enough to withstand without limitation, rough handling

during transit and exposure to weather conditions, prevailing in the Karnataka State

during transit and storage

3. 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 Below Standard supply and such company

will be liable to be blacklisted.

4. Supplies with smudged, corrected, over-written or masked labels due to whatever

reason will be rejected.

5. It should be ensured that only first use packaging material of uniform size including

bottle and vial is used for making supplies.

6. All primary packing containers should be strictly conforming to the specification

included in the relevant Pharmacopoeia and the Medicines& Cosmetics Act and Rules.

7. The final packing (shipper packing) in cartons should be as per Standard Operating

Procedures (S.O.P). However, it should not exceed 15 kgs by weight, to enable easy

handling.

10. LABELS& LITERATURE

1. In case of products indicated with [#] mark, product literature must be provided with

every unit pack. The product literature, in brief, shall state Chemical entity,

Composition, Indications, Side effects, Toxicity, Safety assessed, doses, caution,

warning, adverse reactions, special precautions.

18 | P a g e

2. The labels in case of inject able should indicate whether the preparation is for

I.V/I.M/S.C / ID etc.

11. EXPIRY DATE:

1. All Gloves, Face Masks& surgical spirits must indicate the Date of Manufacture and

date of Expiry. All Gloves, Face Masks& surgical spirits must arrive at the

purchaser’s point with a remaining shelf life of at least 75% (Seventy-Five percent)

of the total stipulated shelf life of the product. In case, the product supplied is

below 75% of Shelf life it will be rejected.

2. All stocks of Gloves, Face Masks& surgical spirits nearing date of expiry should be

replaced with fresh stocks from the latest batch in case the supplier is informed to

do so before the date of expiry.

3. The Replacement should be made within 10days from the date of intimation, failing

which the equivalent amount will be recovered and the cost of destruction of the

time expired Gloves, Face Masks& surgical spirits will be recovered from their

pending bills / Security Deposit.

12. QUALITY, TESTING AND INSPECTION

a) Purchaser shall test samples drawn randomly from each batch or batches 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 Cosmetic Act and Rules, notwithstanding the routine sampling that may be

carried out by the Drugs Control and Regulatory authorities. The Gloves, Face Masks&

surgical spirits shall have the active ingredients as per the specifications throughout

the shelf life period. The samples shall be drawn periodically throughout the shelf life

period for analysis.

b) In case a sample or samples is / are declared to be “NOT OF STANDARD QUALITY” OR

SPURIOUS OR ADULTERATED OR MISBRANDED, such batch / batches shall be deemed

to have been rejected. If the samples do not conform to the statutory standards, the

contractor will be liable for relevant action under the existing laws including

19 | P a g e

prosecution.

i. In case, a batch tested is declared as “Not of Standard Quality”, the Contractor 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 10days

from the date of receipt of such communication. In the event of the Contractor failing

to make good the rejected stocks, the security deposit furnished by the Contractor

shall be forfeited and in respect of the remaining damages, action under the existing

laws will be initiated to recover such loss and also will be blacklisted.

ii. The stock declared as “Not of Standard Quality” shall be destroyed by the purchaser

after receipt of the fresh stock within15 days and shall not be returned to the

Contractor under any circumstances.

c) The Gloves , Face Masks & Surgical spirit items shall have the active ingredients as

per the specification throughout the shelf life period. The samples will be drawn

periodically throughout the shelf life period for analysis.

d) In case fresh supplies are not delivered within 15 days as per clause b(1) above, the

purchaser shall be free to purchase the identical item from any other alternative

source or from the open market in the order of preference and recover the difference

of cost from the Contractor.

a) If any Gloves , face Masks & Surgical sprits items supplied by the contractor is partially

or wholly used or consumed after supply and is subsequently found to be not as per

specifications, inferior in quality or description or otherwise faulty or unfit for

consumption, then the Gloves, Facemasks& surgical spirits equivalent to the entire

batch quantity will be replaced by the contractor in addition to recovery of cost of

destruction. If the Gloves, Facemasks& surgical spirits are not replaced in time and the

payment for the supply has already been made for the particular batch / batches, then

deduction will be made in the subsequent bills or by any other source.

b) In all cases regarding the quality of Gloves, Facemasks& surgical spirits, the decision of

GVK EMRI Karnataka Bengaluru, or any Officer authorized by him, shall be final and

20 | P a g e

binding.

13. TENDER EVALUATION

a. The tender evaluation of Technical and Commercial/ Financial bid (Cover – A & B)

shall be done as per the provisions of Karnataka Transparency in Public Procurement

Act 2000 in the order of preference as under:

First Preference - L-I

Second Preference - L-II

Third Preference - L-III

b. The competent authority of GVK EMRI will take a decision in consideration of the

prevailing policy of the Government and the tender conditions, to award the status

for each Tenderer with respect to each item as under: -

a. GVK EMRI shall call upon the successful bidder through an Intimation of Award of

Contract, informing him of acceptance of his bid for the item/items and to execute

the agreement and furnish the Security deposit within the stipulated period.

b. GVK EMRI will issue the list of successful bidders after getting the agreements and

the Security Deposit from the successful bidders.

c. If the L-I contractor fails to execute the purchase order, the purchaser shall opt for L-

II and L-III and in the open market in the order of priority and the difference of cost if

any will be recovered from the defaulting contractors as per clause (19).

14. ORDERS AND DELIVERY SCHEDULES

i. 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

First Preference

L-I

Second Preference

L-II

Third Preference

L-III

21 | P a g e

the actual requirement. No claims shall lie against the GVK EMRI, Karnataka in

this regard. The rates quoted should not vary with the quantum of the order or

the destination.

ii. The Purchaser reserves the right to order for only such quantity as may be necessary

and the Contractor is bound to supply the ordered quantity only. Quantities

supplied in excess will not be paid.

iii. Supplies are to be made as per the Purchase Order (PO), delivery schedule and

timings given by the purchaser; consignment should be delivered to the GVK

EMRI Karnataka Warehouse in item wise and batch wise.

iv). The Contractor shall adhere to staggered delivery as intimated in the Purchaser

Order.

15. LIQUIDITY DAMAGES:

Failure to deliver the items or any consignment thereof, within the period prescribed for such delivery will entail the Purchaser to levy LD and recover the amount at his/ her option, as given below with a maximum ceiling of 10% of the order value.

Up to 7 Days from Delivery Due Date 0.25% Per Unit Per Day

From 8th day to 15th Day 0.50% Per Unit Per Day

From 16th day to 22nd Day 0.75% Per Unit Per Day

From 23rd day to 30th Day 1.00% Per Unit Per Day

Above 30 Days 5.00% Per 5.00% Per Unit Per Day

In case the Supplier fails to deliver the items either in full or in part, within the prescribed delivery Period specified in the Purchase Order by the respective States, the Purchaser reserves the right to take alternate procurement action, at the risk and cost of the supplier for the unsupplied portion of the goods / items without canceling the contract in respect of the items not yet due for delivery, Or to cancel the contract based on progress of work, including items not due for delivery, and, if thought fit/necessary, to purchase the items at the risk and cost of the Supplier. The price differential in case of higher cost to Purchaser, if any, shall have to be borne by the defaulting Supplier. Moreover the defaulting supplier shall have no claim over the quantity, which they failed to supply.

16. STAGGERED SUPPLY:

a) The Contractor should accept the supply orders for any item for staggered supply, with

22 | P a g e

stipulated time schedules for supplies and submit separate Bills for payment for each

supply.

b) The purchaser reserves the right to proceed with the risk purchase from the alternate

source in case the supplies are not delivered on time and the difference of cost including

the incidental charges if any will be recovered from the Contractor.

c) Supplies under staggered supply order should be delivered immediately on time as

specified in the schedule.

17. PAYMENT CLAUSE

a) No advance payment will be made towards the supply. Payment will be made only

after the supplies are affected as per the supply order.

b) Payments towards the supply of Gloves, Facemasks& surgical spirits will be made strictly

as per rules of the GVK EMRI, Karnataka.100% payment will be made within45 days of

submission of invoice.

c) No claims shall lie against GVK EMRI Karnataka in respect of interest on Earnest Money

Deposit or on Security Deposit.

18. REPLACEMENT OF ITEMS

a) Items supplied in damaged or soiled condition or found “Not in conformity” with the

accepted specification, will not be accepted and should be replaced at no extra cost to GVK

EMRI WITHIN 7 DAYS FROM THE DATE OF RECEIPT OF INTIMATION, failing which, 5%

penalty will be levied for the belated supplies made within another 7 days.

b) If the replacements are not affected even within the above penal period, the purchaser

will be free to proceed with the purchase from alternate sources as per Clause 18 above.

c) Items declared as “Not of Standard Quality” by the competent authorities like Bureau of

Indian Standards, should also be replaced at no extra cost to the GVK EMRI Karnataka

WITHIN 7 DAYS FROM THE DATE OF RECEIPT OF INTIMATION failing 5% penalty will be

levied for the belated supplies made within another 7 days, failing which the purchaser shall

be free to proceed with the purchase from alternate sources as per Clause 18above.

23 | P a g e

d) In case of dispute, regarding the non-conformity with the specifications, the decision of

the GVK EMRI Karnataka will be final.

19. DISQUALIFICATION CRITERIS

Failure to comply with the Contract provisions will entail disqualification of the Contractor

and his firm from participating in any of the tenders of GVK EMRI. For the next five years,

besides immediate termination of the existing contract.

a) In the event of supplies failing in quality test, the purchaser reserves the right to purchase

from alternate source.

b) Further, GVK EMRI reserves the right to cancel the contract and forfeit all the dues and

deposits of the contractor if the quality failure occurs recurrently and if the quality failure

happens to be of grave nature affecting the life or quality of life. This shall be, however,

notwithstanding any other action that might be proceeded with, under the law.

c) Such firms may be liable to be blacklisted for 5 years beginning from the year, in which

defective supply was detected notwithstanding any action under the Medicines& Cosmetics

Act, and the matter will be notified to the Medicines Controller for necessary action.

20. BLACK-LISTING OF DEFAULTING CONTRACTORS:

a) In the event of a successful bidder in the GVK EMRI tender blacklisted by the any State

/Central Government for the failure of the quality of a particular product / products, after

the date of the submission of the bids, action will be initiated against the firm as per the

Tender Conditions after getting the relevant details.

b) The Purchaser reserves the right to BLACK LIST any Contractor either in whole or in part

limiting to specified product / products, for breach of any of the Terms and Conditions of

the tender.

c) Such BLACKLISTED CONTRACTOR AND HIS ESTABLISHMENT will not be eligible to

participate in any of the Departmental Tenders for subsequent 5 years.

d) In the event of tendered supplies

24 | P a g e

(i) If two / more than two products of a firm fails in the quality tests then that firm

will be blacklisted.

(ii) If two / more than two batches of a product fail in the quality tests then that

product of that firm will be blacklisted.

e) If a firm is awarded only one product and two / more than two batches of that product

fails in the quality tests then such firm will be blacklisted.

f) Such firms / products will be blacklisted for five years beginning from the year following

the one in which defective supplies were detected and contract with the contractor will be

suspended and purchases will be made from alternative source. The contractor shall also be

liable for action under criminal law and the matter shall be notified to the Drug Controller of

the concerned state, also all the deposits and dues of such Bidders/ Contractors shall be

forfeited to the GVK EMRI.

The Purchaser reserves the right to BLACK LIST any bidder for the following reasons:

i. Abnormal under-quoting to sabotage the process.

ii. Non-executing of agreement and the Security deposit when his offer/s is/are

accepted.

iii. Submission of false documents to get declared as responsive.

iv. Canvassing through whatever means to get his tender approved.

v. Indulging in corrupt practices like offering incentives / inducements /

coercion etc. to seek favor of approval.

vi. Interfering in the process of evaluation through submission of false

documents on other bidder/s.

vii. Bringing extraneous pressure on the officers or officials to get his tender declared responsive.

viii. Any other activity which would affect / interfere with the evaluation process.

ix. Supply of items of substitute make other than that mentioned in the tender and uploaded tender as sample with the tender.

x. Recurrent supply of Not of standard items.

25 | P a g e

xi. Supply of Gloves, Face Masks& surgical spirits packed in used / recycled

containers.

xii. Recurrent delay in supplies.

xiii. Indulging corrupt practices either to get supply order/s or to get the payment

for supplies.

xiv. Bringing extraneous pressure on officers / officials to place supply orders.

xv. Recurrent supply of items in packing materials of poor quality.

xvi. Supply of quantity less than that claimed on the label.

xvii. Canvassing to generate indents.

The Firms / Manufacturers who have been notified as BLACKLISTED by the Central or

any State Government are not eligible for participation in this tender. Such tenders

will be rejected even if received.

g. If the Tendering authority comes to know of such Blacklisted status of the Firm

subsequent to the opening of the Tender / Acceptance of the Tender / Awarding of the

Contract, all the deposits and dues of such Bidders/ Contractors shall be forfeited to

GVK EMRI and such firms will be liable for Blacklisting.

h. GVK EMRI reserves the right to cancel the tender and reject of blacklisted companies

and those companies whose past performance with GVK EMRI/ any similar agencies/

Health Institutions was poor due to delayed and erratic supplies, frequent quality

failures etc.

21. TERMINATION OF CONTRACT UNDER SPECIAL CIRCUMSTANCES

The Purchaser may without prejudice to any other remedy for breach of Terms and

Conditions of Tender, by written notice of one month, terminate the contract either in whole

or part, stating reasons thereof.

22. 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 Bangalore, Karnataka.

26 | P a g e

23. SAVING CLAUSE PROTECTION OF ACTION TAKEN IN GOOD FAITH

No suit, prosecution or any legal proceedings shall lie against the purchaser or GVK EMRI or

Dept. of Health and Family Welfare, or any person for anything which is done in good faith or

intended to be done in pursuance of this Tender including the tendered quantity of the items

notified.

24. SPECIAL NOTE

1. All supplies should accompany original delivery note or invoices

2. Test reports as in when requested

3. Photocopies / fax copies of the delivery note or the invoice or the test reports will not

be accepted.

4. PO to be attached along with the original delivery note or invoices

5. Good non absorbable paper should be used for the delivery note and the invoices.

6. The matter pertaining to the supplies should be either printed or typewritten or legibly

hand written on the delivery challan or the Invoice.

7. The delivery challan or the invoice should not contain any matter on its reverse side.

8. The generic name of the item should be as bold as the trade name, if any.

9. All documents of Gloves, Face Masks& surgical spirits movement like delivery note /

challan, bill / invoices should carry the generic name with trade name if any, make,

batch number, date of manufacture and expiry date.

10. The purchaser shall reserve the right to purchase the Gloves, Face Masks& surgical

spirits over and above the quantity mentioned in this tender, during the contract

period.

IN ALL THE ABOVE CONDITIONS, THE DECISION OF GVK EMRI, KARNATAKA SHALL BE FINAL

27 | P a g e

ANNEXURE I

LATEST GST PAYMENT RECEIPT

GOODS AND SERVICES TAX

PAYMENT RECEIPT

CPIN: Deposit Date : Deposit Time : e-Scroll :

Payment Particulars

CIN: Name of Bank: BRN:

Details of Taxpayer

GSTIN: E-mail Id: Mobile No.:

Name: Address :

Details of Deposit (All Amount in Rs.)

Government Major Head Minor Head

Tax Interest Penalty Fee Others Total

Government

CGST

IGST

of India

CESS

Sub-Total

SGST

Total Amount

Total Amount (in words) Mode of Payment: Internet Banking - Notes: 1. Status of the transaction can be tracked under 'Track Payment Status' at GST website 2. Payment status will be set as 'Paid' for this transaction. 3. This is a system generated receipt.

28 | P a g e

ANNEXURE – II

ANNUAL TURNOVER STATEMENT

The Annual Turnover of M/s. ___________________________________________________

For the past three years are given below and certified that the statement is true and correct.

_____________________________________________________________

Sl. No. Financial years Turnover in Lakhs (Rs) _____________________________________________________________

2017- 2018 (31-03-2018) -

2018 – 2019 (31-03-2019) -

2019 – 2020 (31-03-2020) -

______________________________________________________________

Total - Rs. _________________ Lakhs.

_______________________________________________________________ Date:

Signature of Chartered Accountant Seal:

(Name in Capital)

29 | P a g e

ANNEXURE – III

NO CONVICTION CERTIFICATE

This is to certify that M/s ______________ situated at ______ have been granted license in form

___________ bearing no. ______________ valid up to __________ under the provisions of Drug &

Cosmetics Act, 1940 and rules there under and that the said manufacturer has not been convicted for

violation of provisions of Drug & Cosmetic Act, 1940 and rules there under during the preceding 3 years (i.e

2017-18, 2018-19, 2019-20) in ____________ State.

State Drug Controller,

Certifying & Licensing Authority

Directorate General Health Services

30 | P a g e

ANNEXURE – III (A)

NO CONVICTION CERTIFICATE- (SELF-DECLERATION)

To

M/s GVK EMRI

Magadi Road, Basaveshwara Nagar

Bangalore- 560079

Sub- Non Conviction Declaration

Ref: Tender Notice No: GVK-EMRI/KAR/ SCM/ TENDER/38/2020-21

Dear Sir,

I/We Mr.______________________ residing at ____________ ___________holding the position of

____________________________ in this company /concern declare that I/we have not been convicted for

any criminal or economic offences by any court of Law in India or abroad or blacklisted by State/central

government departments/organization or any of GVK EMRI States

Thanking You.

31 | P a g e

ANNEXURE - IV

DECLARATION CERTIFICATE

Date:………………………

To

Head – Supply Chain Management

GVKEMRI, Karnataka

Subject: Tender No: GVK-EMRI/KAR/ SCM/TENDER/38/2020-21, Dt. 02.02.2021.

Dear Sir,

We here by certify and declare that we have read and understood all the terms and conditions of the

Subject tender and all the terms and conditions are acceptable to us.

We further confirm that we accept to supply all the items quoted by us as per technical specifications of

GVKEMRI and there are not deviations from the specifications asked for by GVKEMRI.

Thanking you,

Yours Sincerely,

(Authorized Signatory)

Name and Designation with company seal

32 | P a g e

ANNEXURE – V

DESCRIPTION OF MEDICAL DISPOSABLE LATEX GLOVES, FACE MASK &

SURGICAL SPRITTECHNICAL SPECIFICATION

Ref. No: Tender No: GVK-EMRI/KAR/SCM/ TENDER/38/2020-21

Gloves, FaceMasks& surgical spirits List:

Sl. No. Item Description UOM Total

Quantity

1 Disposable 3Ply Face Mask

High Quality Bacterial Filter (BFE% up to 99%)

With Nose Clip & Comfortable Elastic Loop

Ultrasonic Stitching/Sealing/Machine

75 GSM of 3 Plies & 30 GSM of side Plies

Hypo allergic

Size - 17.5 cm x 9.5 cm

( Box of 100),

6000

2 Disposable Latex Gloves

Examination Latex Free; Powdered

Pin hole free ,Std weight ( 5.0 GM to 6.0 GM per

pc)

Qty by count 100 pc per box

Ambidextrous, Conventional or Blue – Colour

Size: Medium & Large 50% Each

Elastic & Slip resistant

( Box of 100)

6000

3 Surgical Spirit500ml Solution, specification:

IP/BP/USP Each 3500

Note:- The Item for which specifications are not given should be of reputed brands.

In the market and quality will be assessed at the time of Technical bid evaluation by the tender

committee.

33 | P a g e

ANNEXURE –VI

FORMATFOR SUBMISSIONOF SAMPLES.

Ref Tender No: GVK-EMRI/KAR/SCM/ TENDER/38/2020-21

S.l. No. CODE NAME OF THE ITEM QUANTITY OF SAMPLE SUBMITTED

Total No. of Samples submitted: Place:

Total No. of Attachments used: Date:

Signature with seal

Acknowledgement of the person

Receiving the sample /s with date and seal.

Note: If the space provided is inadequate, use additional sheet/s and ensure that the format is the same. If more than one sheet is used, each page shall be serially numbered and signed in full and at the end the number of sheets used shall be indicated in figures and words and total number of items quoted shall also be mentioned in words and figures.

34 | P a g e

ANNEXURE – VII

SUPPLIER INFORMATION FORM (SIF)

1. Name of Organization: _____________________________________________

2. Permanent Account Number (PAN): _____________________________________________ (Pls. enclose Copy)

3. Registered Address: _____________________________________________

______________________________________________

______________________________________________

4. Correspondence Address: ______________________________________________

______________________________________________

5. Deal in kind of Services/Products: _____________________________________________

5. GST Registration: _____________________________________________

7. Service Tax Registration: ___________________________________________

8. Bank A/C Details Name of Bank : ___________________________________________

Bank A/C No :_______________________________(Current/Saving) Branch &Add :___________________________________________

IFSC code : ___________________________________________ MICR code :___________________________________________

1. Contact Details

Contact Person : ____________________________________________ Telephone No : ____________________________________________

Mobile No : ____________________________________________ E‐Mail ID : ____________________________________________

11. Name of sister concern or any ____________________________________________

Interdependent Entity (If Any) ____________________________________________

(Signature of Authorized Person) Date:

[Name_____________________: Designation___________________]

35 | P a g e

ANNEXURE – VIII

FINANCIAL BID SECTION

Format for quoting prices (Price Bid)

Ref Tender No: GVK-EMRI/KAR/SCM/ TENDER/38/2020-21

S.No Item Description Make UOM

Basic Unit Price

(Excl.

GST) (Rs.)

GST

(Rs)

Total

Price (Rs) Brand Name

1

2

3

4

5

6

7

8

9

10

Signature of the Tenderer with Designation &Office Seal

Date:

36 | P a g e

ANNEXURE-IX

PERFORMANCE SECURITY BANK GUARANTEE

……………………………… (Insert: Bank’s Name and Address of Issuing Branch or Office)

Beneficiary: ………………………………… (Insert: name and Address of Purchaser)

Date: ………………..

PERFORMANCE GUARANTEEE No: ……………………………..

We have been informed that (insert: name of Supplier) has entered into Contract No. (Insert: reference no of the

contract) dated …………………. With you, for the supply of (insert: description of goods).

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is

required.

At the request of the Supplier, we (insert: name of bank) hereby irrevocably undertake to pay you ant sum or

sums not exceeding in total an amount of (insert: amount in figures) (………..) ( insert: amount in words) upon

receipt by us of your first demand in writing accompanied by a written statement stating that the supplier is in

breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your

demand or the sum specified therein.

This guarantee shall expire no later than the ………. Day of ………., 2…….. , **and any demand for payment under

it must be received by us at this office on or before that date.

** The guarantor agrees to extension of this guarantee for a further period of 4 years (One year extension on

each request) in response to the purchaser’s written request for such extension, such request to be presented

to the Guarantor before the expiry of the guarantee.

37 | P a g e

ANNEXURE –X

Anti-Collusion Certificate

I/ We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, I /

we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of

Corruption Act 1988”.

I / We hereby certify and confirm that in the preparation and submission of our Proposal, I / weave not

acted in concert or in collusion with any other Bidder or other person(s) and also not done any act, deed or

thing which is or could be regarded as anti-competitive.

I / We further confirm that we have not proposed nor will proposal any illegal gratification in cash or kind to

any person or agency in connection with the instant Proposal.

Dated this ..........................Day of ......................, 2020

....................................................

(Name of the Bidder)

Company Seal & Signature