gvk emergency management and research institute · 2020. 10. 7. · invitation of tender for...
TRANSCRIPT
1 | P a g e
GVK Emergency Management and Research Institute (A Public Private Partnership between GVK Group and Government of Karnataka)
S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance,
Opp. To Govt. Unani Medical College, G.M.S. Compound,
Magadi Road, Bangalore-560 079.
INVITATION OF TENDER FOR PROCUREMNET OF NON MEDICAL AMBULANCE SUPPLY
(HOUSEKEEPING, PACKING MATERIALS & UNIFORMS) for 2017-18 THROUGH E-PROCUREMENT
PORTAL.
NON TRANSFERABLE
Date: 12-07-2017
Tender No: GVK-EMRI/KAR/ TENDER/27/17-18
1. General brief about GVK EMRI:
GVK Emergency Management and Research Institute (GVK EMRI) was established as a not-for-profit
Organization. GVK EMRI is a Society, registered under the provisions 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) frame work. Vision of GVKEMRI 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 10years in
providing Emergency Response Services across the country and presently operate over 11000 state-of-
the-art ambulances in 16 States and 2 Union Territories viz Andhra Pradesh, Telangana, Tamil Nadu,
Karnataka, Goa, Gujarat, Dadra Nahar Haveli Daman & Diu, MadhyaPradesh, Chhattisgarh, Assam,
Meghalaya, Uttarkhand, Himachal Pradesh, Uttar Pradesh,Rajasthan and Arunachal Pradesh to provide
pre-hospital care covering a population of 750 million. Everyday GVK EMRI is serving on an average 24,000
emergencies (41 million emergencies attended since inception) and saving over 750 lives every day and
cumulatively have saved more than 15 lakh lives since the launch of the services and provide direct
employment to over42,000 associates while continuing to be a not-for-profit organization.
GVK EMRI’s innovative approach has revolutionized the concept of Emergency Services in India. The
organization to its credit has pioneered the first of its kind inventions in India such as providing a Single
Toll-Free number (108) for initiating the emergency response and a comprehensive coverage of
emergencies involving Medical, Police and Fire departments, In-ambulance Pre-hospital care to mitigate
the effects of medical emergency of the victim under the guidance of a specially trained Emergency
Physician, Research and Training. Today “108” is synonymous with the best-in-class emergency service
2 | P a g e
and has been acknowledged as the most efficient, speedy, reliable and professional service provider in
the category.
With increased focus on research and analytics and collaborations with internationally renowned
institutions like Stanford School of Medicine, GVK EMRI has plans to significantly enhance the overall
emergency management scenario - further reducing individual suffering.
2. 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 GVK EMRI), 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 procurement of Housekeeping & Stationery Items.
3. The list and detailed specifications of the material to be purchased along with formats for furnishing
the information required from bidders participating in tender are as per annexure attached.
a) Annexure -1 - List of Tender Items Qty & Specification
b) Annexure -2 – Format for Sales Tax Clearance Certificate
c) Annexure -3 – Format for Annual Turnover Statement
d) Annexure -4 – Format for No Conviction Certificate
e) Annexure-5 – Format for Tender Form
f) Annexure-6– Format for Submission of samples Enclosed with Quantity of Sample to Submit
g) Annexure-8- Manufacture Authorization form
h) Annexure-9 –Format for financial bid
4. The above mentioned tender document is available in the E procurement website
(https://eproc.karnataka.gov.in )Any supplier who is interested to supply in accordance with the
requirements stated in the attached annexure should carefully read the tender document before
filling, signing and uploading the same to the e-procurement portal.
5. Schedule of Events:
Commencement of download of e-Tender Form
from website- https://eproc.karnataka.gov.in 12.07.2017
Pre-Bid Meeting 20.07.2017, 11:00 am
Last Date for Queries on or before 21.07.2017 up to 5.00 pm
Last Date for Sample Submission 26.07.2017 up to 5.00 pm
Last Date for Uploading of Tender in
e-procurement platform on or before 28.07.2017 up to 5.00 pm
EMD Reconciliation and Opening of Technical Bids 29.07.2017 at 11.00 am
3 | P a g e
Address for Communication
GVK Emergency Management and Research Institute
(Department of Supply Chain Management)
S.T.D.C Housing Board Colony,
Basaveshwaranagar Entrance, Opp. To Govt. Unani
Medical College, G.M.S. Compound,
Magadi Road, Bangalore-560 079.
T - +91 080 23280161- Ext - 961
6. Address for communication, receipt and venue of the bid opening:
GVK Emergency Management and Research Institute
(Department of Supply Chain Management)
S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance,
Opp. To Govt. Unani Medical College, G.M.S. Compound,
Magadi Road, Bangalore-560 079.
T - +91 080 23280161, Ext – 961, F - +91 080 23003951
7. In the event of the last date specified for receiving and opening the bids being declared as a closed
holiday for GVK EMRI’s office, the last date for submission of bids and opening of bids will be the
following working day at the same venue and time.
8. Bids will be evaluated separately for each item.
9. Validity of Contract – will be not more than 12 months (1 Year) from the date of award of Tender:
10. The bids shall remain valid for 180 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
11. Opening of Financial Bid/Commercial Bid:-
Commercial bids of only responsive Bidders of Technical bid will be decrypted.
12. For any technical support regarding e-procurement portal please contact e – procurement help desk.
Supports Timings: (9.00 am to 9.00 pm)
Help Desk: 080- 23010900/ 23010901
OR
E-mail: [email protected]
Head, Supply Chain Management
For and on behalf of
GVK Emergency Management and Research Institute,
Karnataka-HOO
4 | P a g e
GENERAL TERMS AND CONDITIONS OF THE TENDER
13. 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
(https://eproc.karnataka.gov.in). 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. Items required are listed with specification in Annexure 1
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. Earnest Money Deposit
1. A 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.
2. EMD amount will have to be submitted by the bidder taking into account the following
conditions:
a. EMD will be accepted only the in form of electronic cash at ICICI Bank.
b. EMD shall not be accepted in the form of Bank Guarantee.
c. The entire EMD amount for a particular tender has to be paid through a single
transaction. Failure to do so shall result in automatic rejection of the bid.
d. Partial payment of EMD shall result in automatic rejection of the bid.
e. The EMD money received for all the tenders floated through the e-
Procurement platform will be collected and maintained in a central pooling
account at ICICI Bank until the tender process is completed.
3. Refund of EMD.
a. The EMD money will be kept in the central pooling account until the tender
is awarded to the successful bidder.
b. Based on the instructions of Tender Accepting Authority (TAA) the EMD
amount of the bidders shall be refunded to the respective Bank A/cs of the
bidder as registered in the e-Procurement system.
5 | P a g e
Process involved in Tender
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 process of validation will be under two stages.
1) Preliminary evaluation (first cover)
Includes Eligibility Criteria(A) and Sample verification ( technical specifications) (B).
2) Commercial evaluation. (Second cover)
Includes only the commercials as per annexure – 7
14. Eligibility Criteria
A. Earnest Money Deposit/ Bid security
A bidder, submitting bids for any items/items listed, shall pay an Earnest Money Deposit (EMD)
amount as follows. In the e-Procurement portal using any of the following payment modes:
Sr
No Item Name
Estimated
Qty EMD (in Rs.)
Annual
Turnover of
Bidder (in
Rs.)
1 Cleaning Cloth 14400
59,776.00
35,00,000
2 Glass Cleaner 7200
3 Liquid Hand Wash 7200
4 Mosquito Repellant Liquid 7200
5 Air freshening Cake 14400
6 Washing Powder 4600
7 Tissue Paper 7200
8 Towel /Napkin 14400
9 Rubber Wiper 7200
10 Polypropylene Bag 14400 18,720.00
11 5 Ply Corrugated Boxes 14400
12 EM Care Magazine 12000 10,500.00
6 | P a g e
13 Apron with Reflector 7000
144,438.00 14 Shoes 3500
15 Socks 3500
16 Rain Coat 1500
1. Credit Card
2. Direct Debit
3. National Electronic Fund Transfer (NEFT)
4. Over the Counter (OTC)*
*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.
B. Latest Sales Tax Clearance Certificate of the Commercial Tax Department for preceding 3 financial
years and Tax cleared up to 31-03-2015, 31-03-2016 and 31.03.2017 issued by the authorities
concerned as per Annexure-2 or in a valid format.
C. Annual Turnover Statement for preceding three financial years ending on 31-03-2015, 31-03-
2016 and 31.03.2017 i.e. for the years 2014-15, 2015-16 and 2016-17 certified by Charted
Accountant As per Annexure-3
D. Copies of Balance Sheet, Profit and Loss Account & IT returns for proceeding three financial years
ending on 31-03-2014, 31-03-2015 and 31.03.2016 i.e. for the years 2013-14, 2014-15 and 2015-
16 duly certified by a Charted Accountant / Auditor.
E. Relevant manufacturing/trading licenses, PAN, GST with Latest 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.
F. 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 – 4
G. Tender Form: Duly signed by Authorized Signatory along with the seal as per Annexure – 5
7 | P a g e
H. Latest Purchase order and Invoice copies: Bidders are requested to furnish 3 different Vendors
latest (April 2016 onwards) purchases orders /work orders and Invoice copies.
I. Manufacture Authorization (Authorization letter will be rejected if more than one Authorization
letter is issued to the agency)
General Conditions in respect of Technical Qualification Criteria:
1. In order to technically qualify a bidder should qualify against each of the technical
2. qualification criteria. Failure to qualify in even one technical qualification criteria shall result
in disqualification of the bid.
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 evaluation. However, without prejudice to the above,
the tendering authority reserved the right to seek clarifications on uploaded documents by
way of additional documents.
4. The Documents uploaded should be clearly legible, failing which such documents may not be
considered.
5. The documents uploaded in general documents should be named individually.
6. The originals of all the documents uploaded under Technical Bid should be produced for
verification within 7 (Seven) days after the opening of the Technical Bid. At the time of
verification bidder are suppose to produce original documents for verification failing to do so
will lead to disqualification of the bid.
15. Financial/Commercial Bid shall contain the documents listed hereunder:
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 Excise duty, packing forwarding
charges, duty and 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.
8 | P a g e
c) The Bidders are required to furnish the break up details of landed price as per the e-procurement
platform format. The landed price which shall include all the above components shall be the criteria for
evaluation of price bid / financial bid under e procurement of this tender.
d) 2 Both the Technical Bid & Commercial Bid for supply of ITEMS shall have to be uploaded under
appropriate headings.
e) In the event of any discrepancy with respect to the rates quoted the Purchaser reserves the right to
accept the lowest rate.
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.
4. Technical Bids will be opened by the Tender Scrutiny Committee constituted by the Government.
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. 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.
16. Submission of Samples
a) The bidder shall submit the samples to the SCM Dept, GVK EMRI Karnataka as per Quantity indicated in
Enclosure to Annexure-6 for item within the time schedule prescribed.
9 | P a g e
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.
17. 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.
100-00 (Rupees 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 the GVK EMRI ® 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) Stamp duty in case of documents to be executed by the Government or on behalf of Government is
exempted under Section 3 of the Karnataka Stamp duty Act, 1957 (As per Government Letter No. HFW
152 HPC 2000 Dated: 12-01-2001).
c) The Successful Bidder whose offer is accepted as lowest shall be required to pay a Security Deposit as
detailed below:
Security Deposit
The Security Deposit shall be 10% (Ten percent) of contract value. The SD should be furnished in respect of
each contract on or before the due date, in the form of Demand Draft drawn in favor of GVK EMRI payable at
10 | P a g e
Bangalore, along with the agreement or in the form of Performance Bank Guarantee
The agreement along with specified “Security Deposit” should be submitted within TEN DAYS 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 Black
Listed 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 goods concerned
by the GVK EMRI. Such damages shall be assessed by the 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 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.
18. Tender Evaluation
c. 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: -
First Preference
L-I
Second Preference
L-II
Third Preference L-
III
11 | P a g e
d. 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.
e. GVK EMRI will issue the list of successful bidders after getting the agreements and the Security
Deposit from the successful bidders.
f. 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. Payment terms:
Payment will be made within 45 days from the date of receipt of Original Bill from the Vendor and shall follow
by receipt, inspection and acceptance of goods. The bidder should submit the bills/invoices with copies of
delivery challans duly acknowledged by the Purchaser and also purchase order copy. Three copies of each
document should be made and one copy handed over to the authority at delivery site. Tenderers
must clearly mention their Sales Tax Registration, Excise Control Code Number, (ECC) & TIN/ SRIN etc in their
invoices. In case if there is a decrease in the Statutory Taxes/Duties/ Levies, the same has to be passed to the
Purchaser.
20. Liability of GVKEMRI
It is expressly understood and agreed by, between the SUPPLIER and the GVK EMRI that the GVK EMRI is
entering into this Agreement solely on behalf of respective State Government. In particular, it is expressly
understood and agreed that the though respective State Governments / Government of India are not a party
to this Agreement and have no liabilities, obligations or rights hereunder, any delay in the release of vendor
payments, for the supplies made under this TENDER, solely depend on timely receipt of funds for the same
from the respective state governments. The SUPPLIER expressly agrees, acknowledges and understands that
the GVK EMRI is not responsible for any delays in the release of funds from respective state governments for
what so ever reason it may be and shall not hold GVKEMRI responsible for delayed payments and GVKEMRI
shall not be liable for any acts, commissions, breaches or other wrongs arising out of the contract.
12 | P a g e
Accordingly, the SUPPLIER hereby, expressly waives, releases and foregoes any and all actions or claims,
including cross claims, impleader claims or counter claims against the GVKEMRI arising out of this Agreement
and not to sue GVKEMRI for any reason, as to any manner, claim, cause of action or thing whatsoever arising
of or under this Agreement
21. Failure to comply with the Contract: provisions will entail disqualification of the Contractor and his firm
from participating in any of the tenders of this Dept. 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, not withstanding 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.
Black-Listing of Defaulting Contractors:
a) 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.
b) Such blacklisted contractor and his establishment will not be eligible to participate in any of the
Departmental Tenders for subsequent 5 years.
c) In the event of tendered supplies
(i) If two / more than two products of a firm fails in the quality tests then that firm will be
blacklisted.
The Purchaser reserves the right to BLACK LIST any bidder for the following reasons:
a. Abnormal under-quoting to sabotage the process.
b. Non-executing of agreement and the Security deposit when his offer/s is/are accepted.
c. Submission of false documents to get declared as responsive.
d. Canvassing through whatever means to get his tender approved.
e. Indulging in corrupt practices likes offering incentives / inducements / coercion etc. to seek favor of
approval.
13 | P a g e
f. Interfering in the process of evaluation through submission of false documents on other bidder/s.
g. Bringing extraneous pressure on the officers or officials to get his tender declared responsive.
h. Any other activity which would affect / interfere with the evaluation process.
i. Supply of spurious drugs.
j. Supply of items of substitute make other than that mentioned in the tender and uploaded tender as
sample with the tender.
k. Recurrent supply of Not of standard items.
l. Recurrent delay in supplies.
m. Indulging corrupt practices either to get supply order/s or to get the payment for supplies.
n. Bringing extraneous pressure on officers / officials to place supply orders.
o. Recurrent supply of items in packing materials of poor quality.
p. Supply of quantity less than that claimed on the label.
q. Canvassing to generate indents.
Tender should not be submitted for the product / products for which the concern company has been black
listed by GVK EMRI during the currency of blacklisting.
a. 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 the KDLWS and such firms will be liable
for Blacklisting.
b. GVK EMRI reserves the right to reject the tender 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.
22. 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.
23. 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.
24. 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 any
person for anything which is done in good faith or intended to be done in pursuance of this Tender
14 | P a g e
including the tendered quantity of the items notified.
1. Quantity Allocation To Successful Bidders - Each Delivery Schedule of Requirement incorporated in
the tender enquiry document will be ordered from Lowest Responsive Bidder (L1). However, it is
purchaser’s decision to assess the capacity of the L1 bidder to support the requirement. In case, if the
purchase feels that the entire quantity cannot be allocated to L1, it may happen that, the rest of the
business will be dealt with L2 and so forth, in the order of Price Bids.
2. Authorization For Signing Documents
a. The person who is signing the tender document should be an authorized signatory of the
respective supplier’s organization and shall carry an authorization letter on company’s letter
certified by a person not below the rank of a General Manager/CEO/Director/Other Senior
level position.
b. All agents who are participating in the tender on behalf of a manufacturer shall have valid
“Authorization letter” in original duly signed by the supplier.
3. Responsibility For Performance Of Contract - The Supplier shall be entirely responsible for the
performance of the contract in all respects in accordance with the terms and conditions as specified
in the Contract.
4. Delivery
a. Timely delivery is the essence of the contract and must be completed as per the dates
specified therein.
b. The Supplier shall deliver items in strict accordance with the delivery terms indicated therein.
c. In case if the L1 defaults or if only one bidder participates in the tender, the decision of tender
committee whether to proceed with L2 or to re-tender is final.
5. Penalty Clause - Should the Supplier fail to deliver the items/Service or any consignment thereof,
within the period prescribed for such delivery, the Purchaser shall be entitled at his/ her option, to
the following value of material not delivered.
Delayed Penalty:
Upto 7 Days from Delivery Due Date 0.25% Per Unit value Per Day
From 8th day to 15th Day 0.50% Per Unit Per value Day
From 16th day to 22nd Day 0.75% Per Unit Per value Day
From 23rd day to 30th Day 1.00% Per Unit Per value Day
Above 30 Days 5.00% Per Unit Per value Day
15 | P a g e
Beyond 30 days PO may be cancelled and PBG will be forfeited at the sole Discretion of GVKEMRI and
Govt. of Karnataka. However, there will be a CAP on delayed penalty which shall be 10% of the
undelivered portion.
6. Ethics - Any attempt by a Tenderer to obtain confidential information, enter into unlawful agreements
with competitors or influence the committee or the Contracting Authority during the process of
examining, clarifying, evaluating and comparing tenders shall make the tender submitted by that
tenderer liable for rejection/disqualification.
7. Quantity Of Delivered Items
a. If the Quantity received by the Target Delivery date is less than the PO Scheduled quantity,
then the Physical quantity received will be the quantity certified by the Purchaser.
b. If the quantity received is more the PO quantity, the excess quantity shall not be paid for, by
the Purchaser. In such a case, it is left to the discretion of the purchaser to adjust the
differential quantity of excess, against future supplies.
c. In case of any supply quantity with upper and lower tolerance of over 5%, GVK EMRI will have
the right to accept or reject the material immediately.
25. Taxes, Duties and Levies
a. Tenderers must clearly mention their Sales Tax Registration, Excise Control Code Number (ECC) &
TIN/ SRIN in their offers and invoices.
b. Sales Tax / VAT, Excise Duty, Countervailing Duty (CVD), Entry Tax, Service Tax (ST), etc. shall be
clearly mentioned in the offer indicating the applicable rates.
c. In case if there is a decrease in the Statutory Taxes / Duties / Levies, the same has to be passed to
the Purchaser.
26. Indemnity
• The Supplier shall at all times indemnify the Purchaser against all claims which may be made in
respect of the items, for infringement of any right protected by Patent, Registration of design or
• Trade Mark and shall take all risk of accidents and/or damage which may occur or failure of the
supply from whatever cause arising. The Supplier shall be entirely responsible for the sufficiency
of all the means used by them for the fulfillment of the contract.
• Supplier agrees to indemnify, defend and hold GVK EMRI and its officers, directors, employees,
agents, its parent, partially or wholly owned subsidiaries, franchisees, successors and assigns
harmless from and against any and all liability, losses, damages, claims, liens, expenses or causes
of action including, but not limited to reasonable legal fees and expenses that may be incurred by
GVK EMRI, arising directly or indirectly out of, or in connection with, Supplier’s violation or breach
of any of the terms of this Agreement or any act or omission to act by Supplier in violation of this
16 | P a g e
Agreement. GVK EMRI shall provide Supplier with prompt written notice of any claim for which
indemnification is sought and shall have the right to participate in the defense of any such claim.
• GVK EMRI agrees to indemnify, defend and hold Supplier and its officers, directors, employees,
agents, its parent, partially or wholly owned subsidiaries, franchisees, successors and assigns
harmless from and against any and all liability, losses, damages, claims, liens, expenses or causes
of action including, but not limited to reasonable legal fees and expenses that may be incurred by
Supplier, arising directly or indirectly out of, or in connection with, GVK EMRI’s violation or breach
of any of the terms of this Agreement or any act or omission to act by GVK EMRI in violation of
this Agreement. Supplier shall provide GVK EMRI with prompt written notice of any claim for
which indemnification is sought and shall have the right to participate in the defense of any such
claim.
27. Quality Assurance:
a. Supplier represents and warrants that it shall fully comply with all written quality assurance
requirements or instructions of GVK EMRI, and as they may be amended from time to time in
the sole discretion of GVK EMRI. Supplier further represents and warrants that the
Product shall be produced, manufactured, stored and shipped by Supplier in strict compliance
with all applicable central, state and local laws.
b. GVK EMRI reserves the right to check the product supplied by you from reputed laboratory.
In case the product supplied by you is found to be substandard / spurious we may black list
such vendor and initiate legal action as per rules. EMD and outstanding amount of such a
vendor as on that date will be forfeited.
c. Supplier agrees to permit GVK EMRI or its agent to inspect the facilities where the Product is
being produced and packaged at all times, without prior notice, and in GVK EMRI’s sole
discretion.
d. At delivery, GVK EMRI in its sole discretion may reject any Product produced or manufactured
by Supplier for any reason, including, but not limited to defects, or failure to meet GVK EMRI’s
quality standards, etc.
e. Supplier shall assemble the parts of kit as authorized in writing by GVK EMRI. Any proposed
changes to either quality or number of parts of kit by Supplier must be made in writing to
f. GVK EMRI and GVK EMRI, in its sole and absolute discretion, may accept or reject any
proposed ingredient changes.
28. Compliance of the Laws of the land
g. Supplier shall comply with all state and local laws and regulations regarding the Product
manufacture and production, shall obtain all necessary licensing for the operation of its
business and the production and manufacture of the Product, and shall further comply with
all quality control standards promulgated by GVK EMRI from time to time.
17 | P a g e
29. Documentation requirements
Supplier has to send the following documents along with the shipment.
h. Invoice in original along with one additional copy, both duly signed and stamped by Supplier.
i. A copy of Purchase order raised by GVK EMRI
30. Product Withdrawal
j. If it is deemed necessary at any time by either GVK EMRI or Supplier or any local, state, or
central governmental agency or other authority to recall or withdraw the Product produced
by Supplier and being supplied to GVK EMRI, either as a result of failure of the Product or
Supplier to strictly comply with GVK EMRI’s quality standards or any governmental health
rule or regulation, or shall fail to comply with any other governmental authority or agency
having jurisdiction, supplier shall bear all costs and expenses incurred by it and/or in
complying with the recall or withdrawal procedures, unless (and only then to the extent) such
recall or withdrawal is solely the result of the negligence or misuse by GVK EMRI.
k. If Supplier fails or refuses to promptly comply with the recall or withdrawal of the product
upon request by the GVK EMRI or any federal, state or local authority, GVK EMRI shall take
such action as it deems necessary to recall or withdraw the product from field (Ambulances
in the field) and Supplier shall immediately reimburse for the costs and expenses incurred.
31. Trademarks
l. Supplier shall not, without prior written consent of GVK EMRI use the trademarks or service
marks or sales marks of GVK EMRI in any manner whatsoever, unless, and then only to the
extent, such use is authorized by GVK EMRI in writing and then only in accordance with GVK
EMRI’s directions or specifications.
32. Intellectual Property, Proprietary Knowledge and Confidential Information (Excluding the
information in the Public Domain)
m. Supplier acknowledges that in connection with this Agreement, GVK EMRI may disclose to
Supplier, or Supplier may otherwise obtain or develop knowledge of certain confidential and
proprietary information of GVK EMRI, including, but not limited to, trade secrets, intellectual
property, future business plans and services, financial, sales, Supplier, customer, employee,
investor, or other business information related to the business and activities of GVK EMRI.
n. All such information is hereby designated by GVK EMRI to be Confidential and Proprietary
Information. Supplier acknowledges and agrees that Confidential and Proprietary Information
shall not be disclosed by Supplier or any of Supplier’s
employees, representatives, agents or contractor’s without the express written permission
of GVK EMRI. Notwithstanding the foregoing, Supplier, during the term of this Agreement,
and in order to carry out its obligations under this Agreement may disclose Confidential and
Proprietary Information to its EMPLOYEES solely for the purpose of performing its obligations
under this Agreement, and only on a “need to know” basis. Supplier agrees that all of its
employees receiving any Confidential and Proprietary Information shall enter into a separate
written confidentiality agreement with Supplier that ensures the employee will comply with
18 | P a g e
the confidentiality provisions of this Agreement. A copy of each such confidentiality
agreement shall be provided to GVK EMRI.
o. All Confidential and Proprietary Information shall remain confidential until GVK EMRI
designates it as non-confidential or until the information becomes public through no fault of
the Supplier.
p. Supplier shall not be liable for the disclosure of Confidential and Proprietary Information if
made in response to a valid order of a court or authorized agency of government; provided
that fifteen (15) days notice first be given to the GVK EMRI so a protective order, if
appropriate, may be sought by GVK EMRI.
q. Supplier agrees that in the event Supplier or any of its employees, contractors,
representatives, or agents breach the provisions of this Article, such breach or threatened
breach would cause irreparable harm to GVK EMRI, and in such instance, GVK EMRI shall be
entitled to injunctive and other equitable relief to prevent such breach or to remedy any
actual breach.
33. Termination
a. GVK EMRI’s Right to Terminate for Cause.
i. GVK EMRI shall have the right to immediately terminate this Agreement by giving a
written notice to Supplier in the event that Supplier does any of the following:
1. Fails to continuously produce and supply the Product for four consecutive
weeks from the date of target delivery date.
2. Files a petition in bankruptcy or is adjudicated bankrupt or insolvent, or
makes an assignment for the benefit of creditors or an arrangement pursuant
to any bankruptcy law, or Supplier discontinues its business or a receiver is
appointed for Supplier or for Supplier’s business and such receiver is not
discharged within thirty (30) days;
3. Fails to obtain or maintain product liability insurance in the amount and type
provided for herein
4. Breaches any provision of this Agreement, and fails to cure such breach
within seven (7) days after it receives a written notice of breach from GVK
EMRI.
ii. GVK EMRI’S Right to Terminate without Cause.
1. GVK EMRI shall have the right to terminate this Agreement upon thirty (30)
days written notice to Supplier.
iii. Supplier’s Right to Terminate.
19 | P a g e
1. Supplier shall have the right to terminate this Agreement at any time after
the first 6 months of the Term on Sixty (60) days prior written notice to GVK
EMRI.
34. Infringements
a. Supplier agrees to fully cooperate with GVK EMRI in the prosecution of any such suit against
a third party and shall execute all papers, testify on all matters, and otherwise cooperate in
every way necessary and desirable for the prosecution of any such lawsuit. The GVK EMRI
shall reimburse the SUPPLIER for any reasonable expenses incurred as a result of such
cooperation.
35. Governing Law; Dispute Resolution
a. This Agreement shall be governed by, and construed in accordance with, the laws in India;
without regard to conflict of law principles, and under jurisdiction of Karnataka and language
shall be English.
36. Notice
a. Any notice required to be given in
b. pursuant to this Agreement shall be in writing and delivered personally or by a nationally
recognized overnight courier service, or mailed by certified or registered mail, return receipt
requested, to the other party at its address as set forth at the top of this Agreement.
c. All such notices shall be effective upon delivery or upon refusal to accept delivery.
d. Either party may change the address to which notice is to be sent by written notice to the
other in accordance with the provisions of this paragraph.
37. Miscellaneous
a. The parties to this Agreement are independent contractors. Nothing contained herein shall
constitute this arrangement to be employment, a joint venture, a partnership, a franchise or
an agency between the parties. Neither party has the authority to bind the other or to incur
any obligation on its behalf.
b. No waiver by either party of any default shall be deemed as a waiver of prior or subsequent
default of the same or other provisions of this Agreement.
c. If any term, clause or provision hereof is held invalid or unenforceable by a court of competent
jurisdiction, such invalidity or unenforceability shall not affect the validity or operation of any
other term, clause or provision, and such invalid or unenforceable term, clause or provision
shall be deemed to be severed from the Agreement.
d. This Agreement constitutes the entire understanding of the parties, and revokes and
supersedes all prior agreements between the parties, and is intended as a final expression of
their agreement. It shall not be modified or amended except in writing signed by the parties
hereto and specifically referring to this Agreement.
e. Bidders or employees of bidder cannot claim or construed as employees of GVK EMRI.
38. Force Majeure
20 | P a g e
a. If either the Supplier or GVK EMRI be prevented from discharging its or their obligation under
this Agreement by reason of arrests or restraints by Government or people, war,
b. blockade, revolution, insurrection, mobilization, strikes, civil commotions, Acts of God, Plague
or other epidemics, destruction of the product by fire or flood or other natural calamity
interfering with the production, loading or discharge, the time for delivery shall be extended
by the time or times not exceeding two months, during which production, loading or
discharge is prevented by any such causes as hereinabove mentioned. The party invoking
protection under this clause shall within 2 (two) days of the occurrence of force majeure
causes put the other party on notice supported by self certificate and documentary evidence
of such incident and shall likewise intimate the cessation of such causes. The delivery shall be
resumed by the Party/Parties within 15 (fifteen) days from the cessation of the force majeure
causes.
c. Should there be any interruptions in the delivery of the product due to force majeure
circumstances hereinabove, it is hereby mutually agreed between GVK EMRI and the Supplier
that the period of off take of the Product by GVK EMRI /period of delivery of the Product by
the Supplier may be, at the sole discretion of GVK EMRI, extended by a period not exceeding
two months, equal to the actual duration of the causes interrupting the off take by the GVK
EMRI and/or delivery of the product by the Supplier PLUS a period of one week to enable the
affected party to make suitable arrangements for normalization of shipments.
39. Liability of GVKEMRI
It is expressly understood and agreed by and between the SUPPLIER and the GVK EMRI that
the GVK EMRI is entering into this Agreement solely for supporting the operations of 108
ambulances which are owned by the Government of Karnataka. The funds required for
purchase of material under this contract are paid by GVKEMRI from the Operational
Expenses that are released by the Government of Karnataka from time to time. The SUPPLIER
expressly agrees, acknowledges and understands that the GVK EMRI is not directly
responsible for any unexpected delays in release of payments due to delay in receipt of
operational funds from Government of Karnataka. Accordingly, the SUPPLIER hereby,
expressly waives releases and foregoes any and all actions or claims, including cross claims,
impleader claims or counter claims against the GVKEMRI arising out of this Agreement and
covenants not to sue the GVKEMRI as to any manner, claim, and cause of action or thing
whatsoever arising of or under this Agreement.
40. Dispute Redressal Committee:
All disputes can be addressed by amicable settlement by committee constituted by COO /
State Head –GVK EMRI, Bangalore.
41. Declaration by the Tenderer
The Tenderer shall be required to declare whether the proprietor or any partner of the firm
or Director of their company as the case may be, has any relation with any employee working
with the Purchaser and if so, give the name of the employee and the relationship
21 | P a g e
42. Waiver
Failure to operate or to enforce any condition under this Contract shall not operate as a
waiver of the condition itself or any subsequent breach thereof.
43. Payment Terms
100% payment will be made 45 days of submission of invoice. Payment shall be made subject
to funds released by the respective state Government to GVK EMRI Operating unit.
44. Fall Clause
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
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.
Power of Cancellation: GVK EMRI and Govt. of CG reserve the right to cancel the tender notification and reject
any or all the tenders, at any time during the process of receipt, evaluation, and finalization of tenders, without
assigning any reason what-so-ever.
45. I/We conveys unconditional acceptance to all the terms and conditions specified herein.
46. For any technical support regarding e-procurement portal please contact e – procurement help desk.
Supports Timings: (9.00 am to 9.00 pm)
Help Desk: 080- 25501216/ 25501227
OR
E-mail: [email protected]
22 | P a g e
ANNEXURE – 1
List of Tender Items Qty & Specification
Ref Tender No: GVK-EMRI/KAR/ TENDER/27/17-18
Serial
No Item Description UOM Estimated Requirement Specification
1 Cleaning Cloth Each 14400 length 25.” width 26”
2 Glass Cleaner Each 7200 Net 500 ml - Colin Brand only
3 Liquid Hand Wash Each 7200 Net 200 ml -Dettol Brand only
4 Mosquito Repellant Liquid Each 7200 45 ml - ALL-out Brand only
5 Air freshening Cake Each 14400 50 gms Pack -odonil Brand only
6 Washing Powder Each 4600 Net 500 gms , wheel Brand only
7 Tissue Paper Each 7200 100 Pcs Pack , Scott 1268
8 Towel /Napkin Each 14400 (length 24.” width 18”)
9 Rubber Wiper Each 7200 Rubber Sizes in Cm ,L 18 X W 5,
(Thickness 8 mm )with Handle
10 Polypropylene Bag Each 14400 (length 34” width 24”) with 108 Logo
printing
11 5 Ply Corrugated Boxes Each 14400 5 Ply , Sizes in Cm ( L 39.0 X W 28.0 X
H 21.5) with 108 logo printing
12 EM Care Magazine Each 12000
Printing for English with 170 GSM Art
Card Cover, 130 GSM Art paper Inner
pages.
13 Apron with Reflector Each 7000
1. Half sleeves apron
2. 3 inches logo embroidery on pocket
3. 6 inches single color printing rear
side
4. White color
5. Quality Cotton 67% / 33% pv fabric
6. Stitching: standard durable apron
stitching construction; two waist-level
patch pockets, one pen pocket as in
seen in standard apron quality
7. Different Sizes Required ( 36 to 44
) Depending on the requirement of
the Purchaser
14
Shoes (size-07-to 12)
required for Ladies and
Gents
Pair
Ladies – …….
Gents –………
Total = 3500
Best Quality Branded Sports Shoes ,
Flexible , comfortable , Soft Insole
with Anti skid sloe .Different Sizes
Required ( 7” to 12” ), Depending on
the requirement of the Purchaser
15 Socks Pair 3000 Material: 75% Cotton 25% Covered
Spandex, Free Size
23 | P a g e
16 Rain Coat Each 1500
Rain Cap, Rain Jacket, Rain Pant, Outer
side should be synthetic coated and Inner
side should be Rubber coated fabric )
water Repellent , Non Toxic & High
Quality Zips,
Depending on the requirement of the
Purchaser
24 | P a g e
ANNEXURE – 2
Ref. Section No. 14.B
SALES TAX CLEARANCE CERTIFICATE
This is to certify that M/s ………………………………………………………who is a registered dealer under VAT Act
with regarding …………………………… having VAT TIN NO.…………………………& CST TIN NO. ………………………………has
fixed Sales Tax return and tax cleared for the year 2014-15, 2015-16 and 2016-17 i.e., for 31-03-2015, 31-03-
2016 & 31-03-2017. No dues are outstanding for the said period.
Signature & Seal
of the Commercial Tax Authority.
25 | P a g e
ANNEXURE -3
Ref. Section – No.14.C
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)
_____________________________________________________________
2014- 2015 (31-03-2015) -
2015 – 2016 (31-03-2016) -
2016 – 2017 (31-03-2017) -
______________________________________________________________
Total - Rs. _________________ Lakhs.
_______________________________________________________________
Date:
Signature of Chartered Accountant
Seal:
(Name in Capital)
26 | P a g e
ANNEXURE - 4
Ref. Section No.14.F
NO CONVICTION CERTIFICATE
This is to certify that I/We/Mr……………………………………………residing at……………………………………………………..
…………have been holding the position of ……………………… in this company / concern declare that I/we are
not convicted by any court for breach of law
Signature
Seal of the certifying authority.
Place:
Date:
27 | P a g e
Annexure-5
Tender Form
Tender No: GVK-EMRI/KAR/ TENDER/27/17-18, Dt. 10.07.2017.
To
Head – Supply Chain Management Date: …………………
GVK Emergency Management & research Institute, Bangalore-79
Dear Sir,
Having examined the tender documents in connection with the Supply of below goods called in this
tender to your department for the year __________ called by you, I / We, the undersigned offer to supply and
deliver the above said items in conformity with the terms and conditions of the tender at the rates quoted in
the price bid if the contract is awarded in my / our favour.
I / We undertake if our quotation is accepted, I / We will enter into contract to deliver the goods in
accordance with the delivery schedule. I / We agree to abide by this tender for the specified period.
I / We undertake to deposit Security Deposit amount in accordance with the terms and conditions of
the tender if our offer is accepted. I / We understand that you are not bound to accept the lowest or any
quotations you may receive. We undertake, if our tender is accepted, to deliver the goods in accordance with
the delivery schedule specified in the Schedule of requirements.
If our tender is accepted, we will obtain DD towards performance security, a sum equivalent to 5
percent of the Contract Price for the due performance of the Contract, in the form prescribed by the
Purchaser. We agree to abide by this tender for the Tender validity period as specified and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.
Until a formal contract is prepared and executed, this tender, together with your written acceptance thereof
and your notification of award, shall constitute a binding Contract between us. We undertake that, in
competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the
laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest or any tender you may receive. We
clarify/confirm that we comply with the eligibility requirements of tender documents.
Date: Signature:
Place: Name:
Company Seal: Designation:
Sl. Equipment Quoted Make and Model Remarks
1.
2.
28 | P a g e
ANNEXURE- 6
FORMAT FOR SUBMISSION OF SAMPLES.
Ref Tender No: GVK-EMRI/KAR/ TENDER/27/17-18
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.
29 | P a g e
ENCLOSURE TO ANNEXURE – 6
QUANTITY OF SAMPLES TO BE SUBMITTED:
S.l.
No. Form / Category Quantity of samples
1 Cleaning Cloth (wet Mopping) 1 Unit
2 Glass Cleaner 1 Unit
3 Liquid Hand Wash 1 Unit
4 Mosquito Repellant Liquid 1 Unit
5 Air freshening Cake 1 Unit
6 Washing Powder 1 Unit
7 Tissue Paper 1 Unit
8 Towel /Napkin 1 unit
9 Rubber Wiper 1 unit
10 Polypropylene Bag 1 unit
11 5 Ply Corrugated Boxes 1 Unit
12 E M Care Magazine Not Applicable
13 Apron with Reflector 1 Unit
14 Shoes 1 pair
15 Socks 1 pair
16 Rain Coat 1 pair
30 | P a g e
ANNEXURE – 7
FINANCIAL BID SECTION
Format for Quoting Prices (Price Bid) Ref Tender No: GVK-EMRI/KAR/ TENDER/27/17-18
Signature of the Tenderer with Designation & Office Seal
Date:
S.No Item Description Make UOM
Basic Unit
Price
(Rs.) C-GST ( Rs)
S-GST (
Rs)
Total
Price inclusive
of GST (Rs)
Brand
Name
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16