esic hospital & dental college · 2020. 5. 6. · 23) undertaking as per annexure-iv has to be...

25
ESIC HOSPITAL & DENTAL COLLEGE Sector-15, Rohini, New Delhi – 110089 Website: http://esic.nic.in FAX No. 011-27553099 TENDER NO:DM(RH)U/16/31/34/Corona/2020 Dated: - 06-05-2020 TENDER NOTICE (SHORT TERM TENDER) BID DOCUMENT [Two Bid System] Tender Notice for formation of Rate Contract for the purchase of PPE Kits (Personal Protection Equipment kit) for ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector-15, Rohini, Delhi-110089 valid till 3 months extendable for 3 months from the date of the award of the rate contract. Tenders are invited through two bid system by the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE Sector-15 Rohini, Delhi from eligible manufacturers / authorized dealers for rate contract, for the supply of the following items. S.No Rate Contract E.M.D (Rs.) Last Date and time for Submission of the Tender 1. PPE Kits (Personal Protection Equipment kit) 50,000/- RECEIPT OF TENDER-: up to 1.00 P.M. on 14.05.2020 TENDER OPENING : 2.00 P.M on 14.05.2020 Interested firms are requested to download the tender form with terms & conditions from Website- www.esic.nic.in/tenders. Tender form complete in all respects along with all required documents & scanned copy of prescribed EMD in favour of ESI FUND ACCOUNT No.1 New Delhi in form of D/D or Banker cheque to be submitted original hardcopy in separate envelope before date and time of opening. Original EMD in form of D/D or Banker cheque along with tender document must be deposited in tender box kept in the chamber of Deputy Medical superintendent, Room No.206, 2nd Floor, ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector- 15,Rohini, New Delhi-110089 up to last date and time of receipt of tender mentioned above .Tender received late will not be entertained. Tender will be opened on scheduled time in the chamber of Deputy Medical superintendent, Room No.206, 2nd Floor, ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector- 15, Rohini, New Delhi-110089 in the presence of bidders or their authorized representatives, if any. If due date of opening is declared holiday, tender will be opened on next working day at same time and place. Medical Superintendent reserves the right to reject any or all bids without assigning any reason(s) thereof.

Upload: others

Post on 19-Feb-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • ESIC HOSPITAL & DENTAL COLLEGE Sector-15, Rohini, New Delhi – 110089

    Website: http://esic.nic.in FAX No. 011-27553099

    TENDER NO:DM(RH)U/16/31/34/Corona/2020 Dated: - 06-05-2020

    TENDER NOTICE (SHORT TERM TENDER) BID DOCUMENT

    [Two Bid System] Tender Notice for formation of Rate Contract for the purchase of PPE Kits (Personal Protection Equipment kit) for ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector-15, Rohini, Delhi-110089 valid till 3 months extendable for 3 months from the date of the award of the rate

    contract. Tenders are invited through two bid system by the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE Sector-15 Rohini, Delhi from eligible manufacturers / authorized dealers for rate contract, for the supply of the following items.

    S.No Rate Contract E.M.D (Rs.)

    Last Date and time for Submission of the Tender

    1. PPE Kits (Personal Protection Equipment kit)

    50,000/- RECEIPT OF TENDER-: up to 1.00 P.M. on 14.05.2020

    TENDER OPENING : 2.00 P.M on 14.05.2020

    Interested firms are requested to download the tender form with terms & conditions from Website- www.esic.nic.in/tenders. Tender form complete in all respects along with all required documents & scanned copy of prescribed EMD in favour of ESI FUND ACCOUNT No.1 New Delhi in form of D/D or Banker cheque to be submitted original hardcopy in separate envelope before date and time of opening.

    Original EMD in form of D/D or Banker cheque along with tender document must be deposited in tender box kept in the chamber of Deputy Medical superintendent, Room No.206, 2nd Floor, ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector-15,Rohini, New Delhi-110089 up to last date and time of receipt of tender mentioned above .Tender received late will not be entertained. Tender will be opened on scheduled time in the chamber of Deputy Medical superintendent, Room No.206, 2nd Floor, ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector-15, Rohini, New Delhi-110089 in the presence of bidders or their authorized representatives, if any. If due date of opening is declared holiday, tender will be opened on next working day at same time and place. Medical Superintendent reserves the right to reject any or all bids without assigning any reason(s) thereof.

    http://esic.nic.in/http://www.esic.nic.in/tenders

  • Medical Superintendent

    Note: Prospective bidders are requested to refer above mentioned websites only for any future

    updates related to corrigendum/amendments if any.

  • ESIC HOSPITAL & DENTAL COLLEGE

    Sector-15, Rohini, New Delhi – 110089

    Website: - www.esic.nic.in

    Tel: 011-27553099 Fax: 011-27553099.

    TENDER NO:DM(RH)U/16/31/34/Corona/2020 Dated: 06-05-2020

    INVITATION TO TENDER AND INSTRUCTION TO TENDERERS:- Tender Notice for formation of Rate Contract for the purchase of PPE Kits (Personal Protection Equipment kit)for ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector-15, Rohini, Delhi-110089 valid till 3 months extendable for 3 months from the date of the award of the rate

    contract. TIME & DATE OF RECEIPT OF TENDER- up to 1.00 P.M. on 14.05.2020

    TIME & DATE OF TENDER OPENING - 2.00 P.M. on 14.05.2020

    A) TENDER VALIDITY Tender shall remain valid for a period of 90 days from the date of opening of

    Tender. Tenders received for shorter validity will be rejected.

    B) TENDERER’S ELIGIBILITY AND QUALIFICATIONS

    The tenderer shall furnish, as a part of the tender document, following documents establishing their eligibility to participate in the tender and qualification to perform the contract.

    1) EMD of amount Rs.50, 000/- (Rs. Fifty thousand only) is to be submitted in the form of DD from scheduled bank in favour of ESI FUND A/C NO. 1 PAYABLE AT DELHI. Tender without EMD will be summarily rejected.

    2) The bidder company/agency should not have been Black listed by any Government organization/State/PSU. Affidavit in this regards to be submitted as in Annexure IV.

    3) Average annual turnover of minimum rupees one crore (Rs.100,00,000/-) per annum for

    any three financial years out of 2016-17,2017-18, 2018-19 and 2019-20.

    4) Performance Certificate/Order copy from Govt. Institution/Private Institution

    where the item has been supplied within the last three years.

    5) Any Exemption for MSME/Startup/NSIC etc. will be applicable as per Govt. of India instructions on production of valid certificate supported by relevant instructions issued by appropriate Government.

    6) Authorization Certificate in favour of bidder, issued from manufacturer in case bidder is not a manufacturer itself.

    7) Copy of PAN card issued by the Income Tax Department and Copy of the Income Tax Returns for any three financial years out of 2016-17,2017-18, 2018-19 and 2019-20.The Bidder, to qualify for the tender, shall submit a written power of attorney authorizing the signatories of the bid to participate in the bid.

    8) The bidder shall submit full details of his Agency / Firm or, if the bidder is a Proprietorship/Partnership or a Private Limited Company, full details of ownership and name of the directors to be furnished.

    9) Each page of Technical Bid submitted should be signed and stamped by the tenderer/authorize signatory, failing which the tender will be rejected.

  • 10) Tender for PPE Kits (Personal Protection Equipment kit) consisting of Financial Bid+ Technical Bid and no. of items bid are invited in two bid system on behalf of Medical Superintendent for the finalization of Rate Contract (valid till three months from the date of the award of the rate contract and may be extended to three additional months at the same terms and conditions & rates on mutual consent) from Reputed firms/Manufacturer /Authorized dealer (suppliers) for purchasing the PPE Kits (Personal Protection Equipment kit)) as per specifications in the tender document.

    11) Tender document can be downloaded from ESI Website: www.esic.nic.in/tenders.

    12) The tender will be opened on the scheduled day (ONLY TECHNICAL BID WILL BE OPENED AND PRICE BIDS OF ONLY TECHNICALLY QUALIFIED BIDDERS WILL BE OPENED AT A LATER SPECIFIED DATE). If date of submission of tender is declared a holiday, tender will be opened on the next working day at same time. Tender received late will not be entertained. Tenderer/ Representative may attend the tender opening process for which no separate communication shall be sent.

    13) Earnest Money as per details given below is to be deposited either through Banker's cheque or Demand Draft in favor of "ESI fund Account No.1".The EMD deposited with earlier tenders will not be adjusted against this tender. Tenders without EMD will not be entertained. The EMD

    should be dropped in the tender box kept in the chamber of Deputy Medical superintendent, Room No.206, 2nd Floor, ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex,Sector-15,Rohini, New Delhi-110089 up to 1.00 p.m on 14.05.2020.Tender received late will not be

    entertained. 14) Details of EMD as under:

    S.No Rate Contract E.M.D (Rs.)

    Last Date and time for Submission of the Tender

    1. PPE Kits (Personal Protection Equipment kit)

    50,000/- RECEIPT OF TENDER-: up to 1.00 P.M. on 14.05.2020

    TENDER OPENING : 2.00 P.M on 14.05.2020

    15) Government levies if any, may be mentioned separately.

    16) Tenderer must quote item in the Technical Bid as per Annexure-III and the rates in the Price Bid as per Annexure-IX strictly as per the given format.

    17) The Financial/Price Bid: Tenderer must submit rates quoted as per format mentioned in Annexure-IX. Price should be mentioned in figure and words both. There should be no discrepancy between the amount mentioned in words and figure. In case of any discrepancy between the two, amount mentioned in words format shall be taken as final. (Comparative Price evaluation of the above said item(s) will be done on the basis of Price of each item)

    18) Tender should be typed. 19) Telegraphic/telex/fax/email/conditional/incomplete tenders will not be entertained and shall be

    rejected out rightly. 20) Tenderer must quote the rates strictly as per the list of items attached with the tender form

    mentioning the serial no. of item. In no case, should the serial number of item in the tender be broken except for items not bid for.

    21) The financial bids of only those bidders will be opened whose technical bids are found eligible and complete in all respects and the financial bids will be evaluated on equivalency basis.

    22) Deviation in terms and conditions in any form will not be acceptable at any stage. 23) Undertaking as per Annexure-IV has to be submitted on Rupees 100/- Stamp paper. 24) The tenderer should also submit an undertaking that the quoted items have not been & are not being

    supplied to any other organization at rates lower than being quoted here as per enclosed format i.e Annexure-V .

    25) The tenderer should submit an Undertaking that the firm is not blacklisted by any Govt. Organization/ 26) Institution as per enclosed format i.e Annexure-VI.

    http://www.esic.nic.in/tenders

  • 27) The manufacturer should enclose their original product sheet/ product list. 28) Certified copy of Latest GST (Goods and Service Tax) registration should be attached. 29) Samples/Catalogues/Detailed Literature of the quoted items must be submitted by tenderers along

    with EMD before the last date and time of submission of bid. 30) On receipt of supply order, the firm shall acknowledge the same. If no information is received, the firm

    shall be deemed to have agreed to supply within the stipulated period. 31) Applicability of G.S.T: G.S.T. as applicable. Rate of L1 will be decided on base rate. 32) Delivery period will be 15 days from the date of placement of Supply Order. 33) If the successful tenderer fails to execute the supply order within the stipulated period (15 days from

    the date of issue of supply order), penalty of 5% of the value of the order calculated at the contract

    rate per week will be imposed for two weeks. The maximum penalty for late supply shall not exceed 10% of the total value of the order/orders, the cutoff date of delivery period shall be counted from the date of actual dispatch of supply orders to date of receipt of supplies at F.O.R. destination. The order will get automatically cancelled if the item is not supplied (F.O.R Destination) within two weeks of date of delivery. If the order is not supplied within the approved time then items will be procured from next higher bidder resorting to risk purchase. If part supply is done by the firm, risk purchase will be resorted to remaining quantity which has not been supplied. The extra expenditure involved in procuring the supplies from next bidder will be recovered in full from the firm at the discretion of the competent authority. The risk purchase so imposed will be payable by the firm and will be deducted from the incoming bill(s)/security money/EMD of the firm.

    34) Security Deposit: The successful bidders shall be required to initially deposit Rs.2.5 lacs (Rupees Two Lac Fifty Thousand) as a performance security vides Bank Guarantee/Pay Order/ Demand Draft in favour of “ESI FUND ACCOUNT NO.I” payable at Delhi irrespective of the number of items they turn out to be successful against.

    35) EMD of unsuccessful tenderer will be returned without any interest after receiving request letter. The tenderer should enclose a pre-receipt.

    36) Security deposit of successful tenderer will be returned without any interest on receipt of performance report from user departments after the expiry of rate contract.

    37) After opening of tender, there will be no correspondence between the tenderer and the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE, Rohini till the tender is finalized.

    38) Supply order will be placed to successful tenderer and supplies will be accepted accordingly. 39) Samples: Specimens/Patterns of samples of all items of bidders determined to be at the lowest and 2nd

    lowest ranks, upon evaluation of the financial bids, shall be retained till the expiry of the contract period and no claim shall be entertained at any point of time from either of them to withdraw their specimens/ patterns of samples irrespective of number or value of orders for supplies placed on them.

    40) The specifications of items quoted by the firm should confirm to the required specifications. Where the tenderer feels that these specifications are not fully detailed or differ otherwise, the exact specifications of every item offered should be given. Specifications can’t be altered. Literature/catalogue/leaflets for illustration purpose should be attached with the tender indicating the item quoted (any additional information can be provided).

    41) Payment terms- Payment for the stores or for each delivery will be made to the tenderer on submission of bills subject to inspection and approval by inspecting authority.

    42) Recovery of sum due: Whenever any claim for the recovery arises against tenderer such recovery will be appropriated in part or whole from the subsequent bill payment or Security Deposit.

    43) Risk purchase shall be the difference in the prices between L-1 rate and L-2 rate/market rates purchased.

    44) Rates quoted will be valid for all ESIC Hospitals/ Dispensaries/ Dental Colleges in National Capital Region of Delhi and the bidders cannot refuse making supplies upon demand on same rates and terms & conditions during the validity period solely on the basis of Rate Contract/ or work order letter issued by the Medical Superintendent ESIC HOSPITAL & DENTAL COLLEGE Rohini, Delhi.

    45) The tenderer should submit an Undertaking that TERMS AND CONDITIONS of the tender are acceptable in complete as per enclosed format i.e Annexure-VII.

    46) Tenderer must submit Annexure –VIII (Bidder’s Profile) so that refund of EMD or payment against the supplies (as applicable) can be made electronically. This should be attached along with technical bid.

    47) All the disputes relating to this tender inquiry and Rate Contract shall be subject to the territorial Jurisdiction of courts at Delhi/New Delhi only.

  • 48) The Medical Superintendent reserves the right to accept or reject any or all the tenders without assigning any reason (s) thereof and have the right to place order on one or more firms.

    NOTE:- 1) The sealed envelope containing the EMD and the item quoted by the bidder in technical bid as per Annexure-III.

    Medical Superintendent ESIC HOSPITAL & DENTAL COLLEGE, Sector-15, Rohini, Delhi-110089.

    (All communications must be addressed to the officer named above by title only and not by name)

  • From:

    Medical Superintendent ESIC HOSPITAL & DENTAL COLLEGE, Sector-15, Rohini, Delhi-110089.

    To M/s. _________________________________ ______________________________________ ______________________________________ Dear Sir, 1. SIGNING OF TENDER Individuals signing tender or other documents connected with the contract specify:- (i) Whether signing as a "Sole Proprietor" of the firm or his attorney. (ii) Whether signing as a "Registered Active Partner" of the firm or his attorney. (iii) The Bidder, to qualify for the tender, shall submit a written power of attorney authorizing the signatories of the bid to participate in the bid. 2. PERIOD FOR WHICH THE OFFER WILL REMAIN VALID

    The offer will remain valid up to 3 months extendable for 3 months on the same terms and conditions and rates. 3. PRICES (i) Quotations qualified by such vague and indefinite expression such as "subject to immediate acceptance" will not be considered. (ii) The prices quoted must be net per unit after factoring in discounts, concessions etc. (iii) Tenderer should clearly specify whether prices quoted are inclusive of GST (Goods and Service Tax) and other duties or levies; or whether such charges are extra. Where no specific mention is made of GST (Goods and Service Tax) or other charges etc, will be deemed to be inclusive of GST (Goods and Service Tax) and other duties. 4. TERMS OF DELIVERY

    The tenderer shall deliver the stores as F.O.R destination to the consignee in good condition (to

    be certified by Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE, Rohini Sector-15, New

    Delhi-110089 or his representative) within 15 days of the date of placing order by the Hospital,

    failing which a penalty of 5% per week will be imposed for two weeks.

    If the goods are not supplied/ Supplied goods are not as per specifications laid down in

    the tender document, Medical Superintendent has the right to forfeit the EMD and initiate

    punitive action against the firm for making it blacklisted

    The order will be automatically cancelled if the item is not delivered after two weeks

    beyond due date of delivery if will be awarded to L-2 bidder by claiming risk purchase from

    L-1 bidder.

    5. DEMONSTRATION OF SAMPLES: Sample is to be submitted in a separate well labeled envelope along with separate envelope of EMD & Tender before due date and time. a) Bidders Name and address b) Date of Opening of tender c) Any other description, if necessary, written in it. Samples received later are liable to be ignored.

  • 6. INSPECTION OF STORES Supplies will be accepted subject to inspection by Inspecting Officer nominated by Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE, Sector-15. Any defect found in the material/items will render the supplies open to rejection and decision of the Medical Superintendent will be final and legally binding. The rejected materials/items will be returned to the suppliers at their risk and cost. The Supplier shall be required to submit sample of the item quoted to be produced to technical evaluation committee for technical evaluation, failing which the item will not be considered. 7. Acceptance of tender by competent authority will be communicated by a letter of acceptance/email.

  • GENERAL CONDITIONS OF CONTRACT 1. DEFINITIONS: In the interpretation of the contract and the general and /or special condition governing it, unless the context otherwise requires:- (a) The term 'Contract shall mean the invitation to tender, the instructions to tenderer acceptance of the tender schedule, particulars" hereinafter defined and those general and special conditions that may be added. (b) The term "Contractor" shall mean the person, firm or Company with whom the order for supply is placed and shall deem to include the contractor's successor (approved by the purchaser) representatives, heirs, executors and administrators unless excluded by the contract. (c) 'Contract price' shall mean the sum accepted or the sum calculated in accordance with the prices accepted by or on behalf or of the purchaser. (d) The term "delivery" shall mean delivery by the dates specified for the acceptance of tender of stores which is found acceptable by the Inspecting officer and not merely the submission of stores which is not of required standards or which are not delivered by due dates. (e) The term "Corporation" shall mean the Employees" State Insurance Corporation. (f) The term Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE and any other officer authorized for the time being in the administration of ESI Corporation and shall mean the officer authorized to execute contract relating to the purchase and supply of stores on behalf of the purchaser. (g) The term "Purchaser" shall mean purchaser or purchasers named in the schedule to tender, his or their successors or assignees. (h) The term "Inspecting Officer" shall mean any person nominated by or on behalf of the purchaser to inspect supplies, stores etc. under the contract. (i) The term "Particulars" shall mean the following:- *Sealed patterns denoting a pattern sealed and signed by the inspecting officer. *Certified or a Sealed sample denoting a certified copy of the sealed pattern of sample sealed by the Purchaser for guidance of the Inspecting officer. *Proprietary makes denoting the product of any individual. * Any other details governing the manufacturer and/or supply as existing for the contract. * Specifications. (j) The term "Store" shall mean what the contractor agrees to supply under the contract specified in the acceptance of tender. (k)The term "test" shall mean such test or tests as are prescribed by the specification or considered necessary by the Inspector. 2. Purpose of the contract and parties to the contract:- The parties to the contract which is for the supply by the Contractor to the purchaser on the conditions set forth in the contract are the contractor and the purchaser named in the schedule to the tender. 3. Authority of person signing document: A person signing the tender Form or any documents forming part of the contract on behalf of another shall be deemed to warranty, that he has authority to bind such offer and if, on enquiry, it appears that the person so signing had no authority to do so, the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE may without prejudice to other Civil and criminal remedies cancel contract and hold the signatory liable for all cost and damages. 4. The Contractor is to be entirely responsible for the execution of the contract in all respects in accordance with the terms and conditions as specified in the acceptance of tender and the schedule annexed there-to. Any approval which the Inspector may have given in respect of the stores, material or other particulars (whether with or without test carried out by the contractor or the Inspecting officer) shall not bind the purchaser and not-with-standing any approval or acceptance given by the Inspector, it shall be lawful for the consignee of the stores on behalf of purchaser to reject the store

  • on arrival at the destination if it is found that the stores supplied by the contractor are not in conformity with the terms and conditions of the contract in all respects. 5. SUBLETTING OF CONTRACT: The Contractor shall not sublet; transfer or assign the contract or any part thereof without the written permission of the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE. In the event of the contractor contravening this condition the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE, be entitled to place the contract elsewhere on the contractors account at his risk and the contractor shall be liable for any loss or damage which the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE, may sustain in consequence of or arising out of such replacing of the contract. 6. ASSISTANCE TO CONTRACTOR: The Contractor shall not be entitled to assistance either in the procurement of raw materials required for the fulfillment of the contract or in the securing of transport facilities. 7. EARNEST MONEY: The tenderer shall have to deposit Earnest Money indicated in Schedule along with their tender failing which the tender is liable to be rejected out rightly. In the event of withdrawal/revocation of tender by the bidder before the date specified for acceptance, the Earnest Money shall stand forfeited. 8. SECURITY DEPOSIT: In case selected, security deposit has to be deposited by the tenderer (EMD conversion will not be allowed). 9. SPECIFICATIONS Etc. (i) Generally the stores shall be of the best quality and workmanship and comply with the contract and in all respects be to the satisfaction of the Inspecting officer. (ii) In particular and without prejudice to the foregoing condition and in addition thereto when tenders are called for in accordance with "Particulars" the contractor tender to supply in accordance with such “Particulars" shall be deemed to be an admission on his part that he has fully acquainted himself with the details thereof and no claim on his part that which may arise on account of non examination or insufficient examination of the particulars will in any circumstances be considered. (iii) The contractor shall supply the stores in accordance with the particulars (unless any deviation is authorized as an exceptional case and expressly specified). (iv) When neither specification nor pattern is available to govern supply, the supply must be of quality, material pattern and workmanship which the purchaser has agreed will be acceptable and contractor has undertaken to supply. And when under these circumstances, contractor's samples has been approved by the Inspectors, the stores supplied must be equal in all respects to such sample. (v) Alteration will not be allowed during period of rate contract in the specifications and the cost of the items. 10. Packing: (i) Responsibility for proper packing The contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail/road/Air so as to ensure their being free from loss or injury on arrival at their destination. The packaging of the stores will be done by and at the expense of the contractor. (ii) Free supply of Packing Material all packing cases containers, packing and other similar materials shall be supplied free by the contractor and same will not be returned unless otherwise stated in the Schedule thereto. (iii) Packing Note: Each bale or package shall contain a packaging note quoting specifically the name of the contractor the acceptance of tender and / or supply or repeat order number and date, the name of the purchase organization who placed the contract, the designation of the stores and quantity contained in the sale or package. 11. INSPECTION AND REJECTION To reject stores submitted as not being in accordance with the particulars. Medical Superintendent or his representative /Inspecting officer may reject the whole consignment tendered for inspection if after inspection of such portion thereof as he may decide in his discretion, he is satisfied that the consignment is unsatisfactory. If any stores are rejected as aforesaid than without prejudice to the foregoing provisions, Medical Superintendent shall be at liberty to:-

  • (i) Allow the contractor to resubmit stores in replacement of those rejected within time specified by Medical Superintendent or the replacement without being entitled to any extra payment; or

    (ii) Buy the quantity of the stores rejected or other of similar nature elsewhere at the risk and cost of the Contractor without affecting the contractor's liability as regards supply of any further consignments due under the contract; or

    (iii) Terminate the contract and recover from the Contractor the loss, the Medical Superintendent thereby incurs.

    12. Removal of Rejections:- (i)Any stores submitted for inspection and rejected by the Inspecting officer must be removed by the contractor within seven days from the date of receipt of intimation of rejection and it shall be the duty of the contractor to remove them accordingly. Such rejected store shall lie at the contractor’s risk from the rementioned time, the Medical Superintendent shall have the right either to return the rejected stores at the contractor's risk in such mode of transport as the Medical Superintendent may select or to dispose of such stores as he thinks fit at the contractor's risk and on his account and to retain such portion of the proceeds as may be necessary to cover any loss or expenses incurred by or on the behalf of the Medical Superintendent in connection with the said sale. Freight to destination shall be recoverable from the contractor at the Public Tariff Rate. (ii) If the stores rejected are of such a nature that its return to the contractor or disposal by selling in the market may result in any fraudulent practices and prejudicial to the interest of the ESI Scheme then the Medical Superintendent shall have the right without prejudice to his rights to recover damages according to any other provision in this contract of dispose of such rejected stores by burning and the contractor in that event shall have no right to claim any cost thereof. 13. Recovery of sums due:- Whenever any claim for the payment of a sum of money arises out of or under this contract against the contractor the purchaser shall be entitled to recover of such sum by appropriating, in part or whole the security/earnest money deposited by the contractor, if security/earnest money is taken against the contract. In the event of the security/earnest money being insufficient or if no security/earnest money has been deposited by the contractor, then the balance or the total sum to be recoverable, as the case may be shall be deducted from any sum then due or which at any time thereafter may become due to contractor under this or any other contract with the purchaser. Should this sum not be sufficient to cover the full amount recoverable, the contractor shall pay to the purchaser on demand the remaining balance due. 14. Insolvency and Breach of Contract: Medical Superintendent may at any time by notice in writing summarily terminate the contract without compensation to the contractor in any of the following events, that is to say:- (i) If the contractor being an individual or if firm, any partner in the contractor's firm, shall at any time be adjudge insolvent or shall have a receiving order or orders for administration of his estate made against him or shall take any proceedings for liquidation or composition under any insolvency Act for the time being in force or shall make any conveyance or assignment of this effects or enter into any arrangements or composition with his creditors or suspend payment or if the firm be dissolved under Partnership Act, or (ii) If the contractor being a company shall pass resolution or the courts shall make an order for the liquidation of the affairs or a receiver or Manager on behalf of the debenture holder shall be appointed or circumstances shall have arisen which entitled the court or debenture holders to appoint a receiver or Manager, or (iii) If the contractor commits any breach of this contract not herein specifically proved for: Provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the purchaser and provided also that the contractor shall be liable to pay the purchaser for any extra expenditure he is thereby put to but shall not be entitled to any gain on repurchased. 15. Arbitration:- In the event of any question, dispute or difference arising under these conditions or any special conditions of contract, or in connection with this contract, except as to any matter the decision of which is specially provided for by these on the special conditions the same shall be referred to the sole

  • arbitration of the Medical Superintendent or some other person appointed by him. It will be no objection that the arbitrator is a Government servant, that he had to deal with the matter to which the contract relates for that is the course of his duties as a Government Servant he had expressed views on all or any of the arbitration dispute or difference. The award of the arbitrator shall be final and binding on the parties to the contract. It is a term of the contract:- (a) If the arbitrator be the Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE: (i) In the event of his becoming unable to act, for any reason it shall be lawful for Medical Superintendent to appoint another person as arbitrator. (b) If the arbitrator be a person appointed by the Medical Superintendent In the event of his dying, neglecting or refusing to act, being unable to act, for any reasons in shall be lawful for the Medical Superintendent either to proceed with the reference himself or to appoint another person as arbitrator in place of the outgoing arbitrator.

    SPECIAL INSTRUCTIONS 1. Tenderers are requested to submit their quotations on firm price basis. 2. Price quoted should be for delivery F.O.R. destination in Indian Currency and should be inclusive of charges such as forwarding packing etc. Tenders not complete in this respect are liable to be ignored. 3. The suppliers shall, wherever, called upon to do so give full information with reference to the supplies in hand and shall also permit the Medical Superintendent or any other officer nominated by him to inspect the premises of the tenderer at all reasonable times and shall give all assistance and information as may be required by him in connection with the contract JURISDICTION

    4. All questions, disputes or difference arising under or out of or in connection with the contract, if included shall be settled by sole Arbitration of Medical Superintendent ESIC HOSPITAL & DENTAL COLLEGE Sector-15, Rohini or a person appointed by him on his behalf . INSPECTION AUTHORITY

    5. Medical Superintendent or his representative /Inspector nominated by him. 6. It may be noted that the unsuccessful tenderer will not be informed of the result of his tender.

  • Annexure-I

    DECLARATION FORM:- TENDERERS MUST GIVE SPECIFIC ANSWERS AGAINST EACH OF THE FOLLOWING QUESTION 1. Whether the price tendered is to the best of bidder’s knowledge and believed to be not more than the price chargeable to a private purchaser and government institutions for the same class and description of goods under the provision of any law for the time being in force, if not, state the reasons and the margin profit included (state specifically) 2. Business name and constitution of tendering firm: Is the firm registered under : (i) The Indian Companies Act, 1956. (ii) The Indian Partnership Act, 1932. (iii) Any other act (state specifically) (iv) If not governed by any act, mention the owners. (V) Photocopy of registration/incorporation/formation details issued by the concerned authority must be enclosed. SIGNATURE OF THE TENDERER WITH STAMP (Please give full names) Dated the.............

  • Annexure-II

    Forwarding letter of the firm From ________________________________ ________________________________ ________________________________ To Medical Superintendent ESIC HOSPITAL & DENTAL COLLEGE, Sector-15 , Rohini ,Delhi-110089. Sub: Supply of PPE Kits (Personal Protection Equipment kit) at the quoted rate to Medical Superintendent, for the period of 3 months extendable for 3 months. Sir, I/ we hereby undertake as follows:- 1. I/we hereby undertake to supply PPE Kits (Personal Protection Equipment kit) in areas specified by The Medical Superintendent, ESIC HOSPITAL & DENTAL COLLEGE, Sector-15, Rohini, New Delhi-110089 for the period of 3 months from the date of award of the contract, may be extended to three additional months, at the rates quoted by me/us and in the packing specified in the prescribed tender form, which is submitted herewith according to the instructions and the terms and conditions. 2. The rates quoted against each item of PPE Kits (Personal Protection Equipment kit) by me/us in the tender are inclusive of all packing charges, freight charges and duties payable during the contract period. However, GST (Goods and Service Tax) charges may be mentioned separately against each item. 3. Necessary documents as required are enclosed herewith in the order in which they are mentioned. 4. I/we understand that security deposit submitted on entering into contract, is likely to be forfeited in the event of lapse on my/our part to comply with the terms and conditions of the tender and also on the supplied items of sub-standard quality or if proven to have followed unscrupulous practices apart from the liability of penal action for violating the law of the land. 5. I/we have carefully read and understood the terms and condition to avoid any error, omission. I/we shall abide by these conditions. I/we will follow them very scrupulously. 6. My/our firm has not been blacklisted by any other Govt. Institution/ Organization during the last three years to be reckoned from the closing date of tender. 7. I/we also take cognizance of the fact that failure to furnish the information called for by the Medical Superintendent or to comply with any requirements laid down under the conditions will be considered as disqualification and the tender liable for rejection on that account. 8. I/we undertake to abide by the instructions issued by the Medical Superintendent from time to time. 9. In case of my supply declared substandard by any approved agency I/we am/are liable for appropriate action. 10. The rate quoted by me/us are not higher than the rate quoted by me/us to any Govt. Institution/agency within National Capital Region of Delhi during the last two years and contract period in that order for items of same/similar specifications

  • 11. If at any time during the execution of the contract, I/we reduce the sale price or sell or offer to sell such stores, as are covered under the contract, to any person/organization, including any Department of the associated government agency at a price lower than the price chargeable under the contract, I/we shall forthwith notify such reduction or sale or offer of sale to Medical Superintendent and the price payable under the contract for the store supplied after the date of coming into force of such deduction or sale or offer shall stand correspondingly reduced. I/we hereby undertake to abide by the terms and conditions of the contract modified from time to time and I/we have signed all the papers of terms and conditions and filled up prescribed Performa given along with the tender. Yours faithfully, (Signature of tenderer with stamp) (Authorized Signatory

  • Annexure-III

    Technical Bid The item quoted by the bidder in technical bid as per Annexure-III should also be submitted in hard copy along with EMD in sealed envelope. Each page of Technical Bid submitted should be signed and stamped by the tenderer/authorize signatory, failing which the tender will be rejected.

    1 2 3 4 5

    S.

    No.

    Item Name Specification(s) Manufacturer by/

    Brand/

    Packing (Specify No../

    Volume/

    Weight/pairs etc )

    Deviation from

    required

    specification(s) if any

    1 Manufacturer:

    Brand:

    Packing:

  • ANNEXURE-IV

    Format of undertaking to be submitted along with tender for Supply of PPE Kits to ESIC

    Hospital Rohini for a period of 3 months extendable for 3 months from the award of

    contract.

    TO BE SUBMITTED ON A STAMP PAPER OF RS.100/- :

    AFFIDAVIT / UNDERTAKING:

    1. I, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and undertake to comply with them.

    2. The rates quoted by me are valid and binding upon me for the entire period of contract.

    3. The earnest money of Rs 50,000/- deposited vides Banker Cheque/Demand Draft no. Dt. is attached herewith.

    4. The conditions herein contained shall form part of and shall be taken included in the agreement itself.

    5. The decision of the Medical Superintendent will be final and binding upon me. 6. I have never been blacklisted by any Government organization. 7. I declare that I have not sold the item to any organization/ hospital at a rate lower

    than the price quoted.

    Signature of

    Bidder Name:

    Address:

    Contact:

  • Annexure-V

    ( on letter head of Bidder’s firm)

    Date_______

    UNDERTAKING

    I/WE undersigned is /are authorized signatory/signatories of the firm M/s ______________________________________________________Address______________________________________________________ do here by undertake that 1. THE QUOTED ITEMS HAVE NOT BEEN & ARE NOT BEING SUPPLIED TO ANY OTHER ORGANISATION AT RATES LOWER THAN BEING QUOTED HERE. 2. If above information is found incorrect/false at any time the tender is liable to be rejected.

    Date: Name and signature of authorized

    signatory with seal Place:

  • Annexure-VI (on letter head of Bidder’s firm)

    Date_______

    UNDERTAKING

    I/WE undersigned is /are authorized signatory/signatories of the firm M/s ______________________________________________________Address______________________________________________________ do here by undertake that 1. THE FIRM IS NOT BLACK LISTED IN ANY GOVT. ORGANISATIONS/INSTITUTIONS. 2. If above information is found incorrect/false at any time the tender is liable to be rejected.

    Date: Name and signature of authorized

    signatory with seal Place:

  • Annexure-VII (on letter head of Bidder’s firm)

    Date_______

    UNDERTAKING

    I/WE undersigned is /are authorized signatory/signatories of the firm M/s ______________________________________________________Address______________________________________________________ do here by undertake that 1. TERMS AND CONDITIONS OF THE TENDER ARE ACCEPTABLE IN COMPLETE. 2. If above information is found incorrect/false at any time the tender is liable to be rejected.

    Date: Name and signature of authorized

    signatory with seal Place:

  • Annexure-VIII (on letter head of Bidder’s firm)

    BIDDER’S PROFILE

    Tender Reference No & Date:

    1. Name of the Bidder:

    2. Full Address:

    3. Telegraphic address/e-mail ID:

    4. Telephone no. and Mobile No.:

    5. Telex/Fax No:

    6. Date of Establishment of Firm:

    7. Please provide the detail whether your firm is registered under the Factories Act or Company Act or Micro Small and Medium Enterprises (MSME) or Any Other Act:

    8. Name & Address of your Bankers:

    Stating the name in which the account stands:

    9. Please provide complete account details (For ECS/RTGS Payment): Account Number:

    IFSC Code:

    MICR Code:

    10. Any other information which you consider necessary to furnish.

    Date: Name and signature of authorized

    signatory with seal Place:

    Note: Bidder’s Profile should be on the letter head of bidder’s firm and should be signed by a competent Authority.

  • Annexure-IX

    Price Bid (For PPE Kits (Personal Protection Equipment kit))

    1 2 3 4 5 6 7 8 9

    S.

    No.

    Item Name Specification(s) Standard

    Packing

    (Specify

    no.

    /Volume/

    Weight/p

    airs etc.)

    Name of

    Manufacturer

    and Brand

    Unit

    (Specify

    no.

    /Volume

    /Weight

    /pairs

    etc.)

    GST (Goods and Service Tax) in % (including

    GST (Goods

    and Service

    Tax) /Excise

    and others

    ,if any)

    Rate per Unitin figurementioned against (Column 6) (In Rs.) (without Taxes)

    Rate per Unit in words mentioned against (Column 6) (In Rs.) (without Taxes)

    1 Manufacturer:

    Brand::

  • Specifications of PPE Kit (Personal Protection Equipment kit)

    a) Single Use

    b) Avoid Culturally unacceptable colours e.g. black.

    c) Light colours are preferable to better detect possible contamination.

    d) Coverall shall be designed to be universal fit. (Large/Extra Large)

    e) Coverall should have inbuilt hood cap.

    f) Zipper of the coverall should be covered with a flap with double tape/ valcro to avoid accumulation

    of microbes.

    g) Soft elastic to be fitted around Front of hood, wrist and ankles and at waist

    h) Quality complaint as per Govt. of India Specifications

    i) Boot Cover – It should be attached with coverall in one piece

    j) Neck flap for complete cover of Neck Area with valcro/ double tape

    k) Seam should be Heat sealed or covered with tape for better protection from contamination.

    l) Goggles- Flexible frame, provides good seal with skin of the face covering the eye and surrounding

    area. Should accommodate prescription (power glasses)

    m) The fabric that cleared/ passed “Synthetic Blood Penetration Resistance Test” (ISO 16603) and the

    garment that passed “Resistance of penetration by biologically contaminated solid particles (ISO

    22612:2005) or any other certificate approved by Govt. Agency in India.

    Each set should contain

    I. Coverall - One piece

    II. Goggles – One piece

    III. 3 Ply mask – One piece

    IV. Nitrile Gloves – One Pair

    V. Face Shield – One piece

    VI. Bag of appropriate size for disposal of used PPE Kit – One piece.

  • Check List for Documents to be attached with Technical Bid

    Sr. No.

    List for Documents Submitted Yes/No

    Page no.

    a) EMD b) Complete Tender Documents duly signed and stamped by authorized

    signatory/ signatories properly serialled.

    c) Declaration As per Annexure-I. Full details of his Agency / Firm or, if the bidder is a Proprietorship/Partnership or a Private Limited Company, full details of ownership and name of the directors.

    d) Undertaking As per Annexure-II.

    e) Technical Bid As per Annexure III. f) Undertaking As per Annexure-IV. g) Undertaking As per Annexure-V.

    h) Undertaking As per Annexure-VI.

    i) Undertaking As per Annexure-VII

    j) Undertaking As per Annexure-VIII k) Financial Bid As per Annexure –IX (To be submitted in separate sealed

    envelope)

    l) Registration/ Incorporation/ Formation details of the bidder/firm issued by the concerned authorities (as applicable).

    m) Average annual turnover of minimum rupees one crore (Rs.100,00,000/-) per annum for any three financial years out of 2016-

    17,2017-18, 2018-19 and 2019-20.

    n) Performance Certificate/Order copy from Govt. Institution/Private Institution where the item has been supplied within the last three years.

    o) A copy of balance sheet and profit & loss account of the firm may be enclosed as the proof of turnover for any three financial years out of

    2016-17,2017-18, 2018-19 and 2019-20.

    p) Copy of PAN card issued by the Income Tax Department.

    q) Copy of the Income Tax Returns for any of the three financial years from 2016-17,2017-18, 2018-19 and 2019-20

    r) Written power of attorney authorizing the signatories of the bid to participate in the bid.

    s) Any other document for technical eligibility mentioned in tender enquiry

    t) Letter of dealership/ distributorship for quoted items

  • NOTE: -

    1) PRICE BID AS PER ANNEXURE-IX WITH ALL THE COLUMNS FILLED FOR THE ITEMS QUOTED.THE PRICES SHOULD BE INDICATED IN WORDS AND FIGURES. IN CASE OF ANY DISCREPENCY IN RATES IN WORDS AND FIGURES THE ITEM WILL NOT BE CONSIDERED.

    2) ALL THE DOCUMENTS SHOULD BE IN SERIAL AS MENTIONED IN THE CHECK LIST. IF ANY OF THE DOCUMENTS MENTIONED ABOVE IN THE CHECK LIST IS NOT ATTACHED BY THE TENDERER IN TECHNICAL BID THE TENDER SHALL BE SUMMARILY REJECTED.

    3) The sealed envelope containing the EMD and the item quoted by the bidder in technical bid as per Annexure-III must be deposited in tender box kept in the chamber of Deputy Medical superintendent, Room No.206, 2nd Floor, ESIC HOSPITAL & DENTAL COLLEGE, ESI Hospital Complex, Sector-15, Rohini, New Delhi-110089 as well as subsequent communications should be addressed and delivered to:

    Medical Superintendent ESIC HOSPITAL & DENTAL COLLEGE, Sector-15, Rohini, Delhi-110089.

    (All communications must be addressed to the officer named above by title only and not by name)

    IMPORTANT DATES:-

    - LAST DATE OF SUBMITTING THE TENDER ON OR UPTO 14.05.2020 at 1.00 P.M.

    - OPENING OF TENDER AT 2.00 PM ON 14.05.2020.