request for proposal (rfp) no 671a/ms/dglp/lte re no -19

24
1 151 BASE HOSPITAL,BASISTHA, GUWAHATI, ASSAM PIN : 781029 (Tele No +91-0361- 2304986) E-mail- [email protected] REQUEST FOR PROPOSAL (RFP) AGAINST LIMITED TENDER ENQUIRY ON TWO BID SYSTEM Online Bids are invited for Supply of Expendables for Medical Stores Request for Proposal (RFP) No 671A/MS/DGLP/LTE RE No-19/2021-22 Oct2021. 1. Online e-tenders are invited in Two bid system i.e. (a) Technical Bid and (b) Commercial/ Financial (Price) Bid, by the undersigned for the procurement of Drugs & Consumables / item(s) listed in part II of this RFP by 151 BASE HOSPITAL, BASISTHA, GUWAHATI,ASSAM PIN : 781029 for and on behalf of the President of India through Defence Procurement Portal website https://defproc.gov.in Offline tender shall not be accepted. The tender document is available on website https://defproc.gov.in Further details of the Notice Inviting e- Tender (NIe-T ) along with their terms & conditions, tender document and other specifications can be downloaded from the site. The tender reference No is 671A/MS/DGLP/LTE RE No- 19/2021-22 and can be viewed at https://defproc.gov.in 2. Last Date and time for depositing the Bids/ Tenders: The critical date sheet in r/o the tender ref No 671A/MS/DGLP/LTE RE No- 19/2021-22 are as follows:- S No Item Date Time (a) Published Date As per dates and time given on Defence Procurement Portal days from the date of publishing (b) Bid Document Download (c) Clarification Start Date (d) Bid Submission Start (e) Clarification End Date (f) Bid Submission End (g) Bid Opening start Note : (a) Closing date for submission of on-line e-tenders is _______by_______ hrs and tender will be opened on the same day at ______hrs. If due date is a declared holiday, e-tender will be opened on next working day. However, e-tender will be closed at scheduled date and time only. (b) All uploaded / submitted documents should be legible, self attested/ stamped / wherever applicable. (c) For participation in this tender through e-procurement , the bidders are required to have Digital Signature Certificate Class II b (DSC Class II b). 3. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below: (a) Bids/queries to be addressed to : OIC Procurement Cell 151 Base Hospital, Guwahati (b) Postal address for sending the Bids : 151 Base Hospital, Basistha,Guwahati,Assam-781029 (c) Name/designation of the contact : OIC Procurement Cell,151 Base Hospital, Guwahati Personnel (d) Tele No of the contact personnel : No +91-0361- 2304986 (e) E-mail id of contact personnel : [email protected] 4. This RFP is as per Defence Procurement Manual (DPM) 2009 and its supplement 2010 and divided into following Five Parts:- (a) Part I Contains general information and instructions for the Bidders/Sellers about the RFP such as time, place of submission and opening of tenders, validity period of tenders, etc. (b) Part II Contains essential details of items/services required, Such as the „Schedule of Requirements‟ (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details, etc. (c) Part III Contains Standard Conditions of RFP, which will form part of the contract with the successful Bidder. (d) Part IV Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. (e) Part V Contains evaluation criteria and format for Price Bids.

Upload: others

Post on 08-Feb-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

1

151 BASE HOSPITAL,BASISTHA, GUWAHATI, ASSAM PIN : 781029

(Tele No +91-0361- 2304986) E-mail- [email protected]

REQUEST FOR PROPOSAL (RFP) AGAINST LIMITED TENDER ENQUIRY ON TWO BID SYSTEM

Online Bids are invited for Supply of Expendables for Medical Stores

Request for Proposal (RFP) No 671A/MS/DGLP/LTE RE No-19/2021-22 Oct2021.

1. Online e-tenders are invited in Two bid system i.e. (a) Technical Bid and (b) Commercial/ Financial (Price) Bid, by the undersigned for the procurement

of Drugs & Consumables / item(s) listed in part II of this RFP by 151 BASE HOSPITAL, BASISTHA, GUWAHATI,ASSAM PIN : 781029 for and

on behalf of the President of India through Defence Procurement Portal website https://defproc.gov.in Offline tender shall not be accepted. The

tender document is available on website https://defproc.gov.inFurther details of the Notice Inviting e- Tender (NIe-T) along with their terms &

conditions, tender document and other specifications can be downloaded from the site. The tender reference No is 671A/MS/DGLP/LTE RE No-

19/2021-22 and can be viewed at https://defproc.gov.in

2. Last Date and time for depositing the Bids/ Tenders: The critical date sheet in r/o the tender ref No 671A/MS/DGLP/LTE RE No-

19/2021-22 are as follows:-

S No Item Date Time

(a) Published Date

As per dates and time given on Defence Procurement Portal

days from the date of publishing

(b) Bid Document Download

(c) Clarification Start Date

(d) Bid Submission Start

(e) Clarification End Date

(f) Bid Submission End

(g) Bid Opening start

Note:

(a) Closing date for submission of on-line e-tenders is _______by_______ hrs and tender will be opened on the same day at ______hrs. If due date is a

declared holiday, e-tender will be opened on next working day. However, e-tender will be closed at scheduled date and time only.

(b) All uploaded / submitted documents should be legible, self attested/ stamped / wherever applicable.

(c) For participation in this tender through e-procurement , the bidders are required to have Digital Signature Certificate Class II b (DSC Class II b).

3. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below: –

(a) Bids/queries to be addressed to : OIC Procurement Cell 151 Base Hospital, Guwahati

(b) Postal address for sending the Bids : 151 Base Hospital, Basistha,Guwahati,Assam-781029

(c) Name/designation of the contact : OIC Procurement Cell,151 Base Hospital, Guwahati

Personnel

(d) Tele No of the contact personnel : No +91-0361- 2304986

(e) E-mail id of contact personnel : [email protected]

4. This RFP is as per Defence Procurement Manual (DPM) 2009 and its supplement 2010 and divided into following Five Parts:-

(a) Part I – Contains general information and instructions for the Bidders/Sellers about the RFP such as time, place of submission and

opening of tenders, validity period of tenders, etc.

(b) Part II – Contains essential details of items/services required, Such as the „Schedule of Requirements‟ (SOR), Technical Specifications,

Delivery Period, Mode of Delivery and Consignee details, etc.

(c) Part III –Contains Standard Conditions of RFP, which will form part of the contract with the successful Bidder.

(d) Part IV – Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

(e) Part V – Contains evaluation criteria and format for Price Bids.

2

5. If you are in a position to quote for supply in accordance with requirements stated in the attached schedule Form „A‟ (page no 3 of RFP) , to this tender enquiry, you must also furnish all the information called for as per annexure attached with this tender. This RFP is being issued with no financial

commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become

necessary at any stage. The conditions of contract which will govern any contract made are contained in provisions of DPM 2009 and its Supplement 2010 and amendments thereof, if any. All provisions of DPM 2009, Supplement 2010 to DPM 2009 and amendments thereof, if any shall be applicable.

6. All tender documents duly filled in stamped and signed are to be scanned and uploaded along with your quotation. THIS TENDER IS NON

TRANSFERABLE. This hospital reserves the right to accept or reject any offer partially or fully without assigning any reason.

7. Any or/and all disputes whatsoever shall be settled at the courts of Guwahati (only).

( )

Tender Inviting Officer,151 Base Hospital, Guwahati For & on behalf of the President of India.

3

FORM 'A'

CONTRACTORS Full Name & Address of the Bidder

Case ReferenceNnumber should be quoted in all communication to this office.

Address :

with Telephone No : and Mail ID :

From_________________________

_________________________

_________________________ To

151 Base Hospital,

Basistha,Guwahati

Assam-781029

Sir,

1.I/We hereby offer to supply the goods/ items detailed in the schedule here to such position there of as you may specify in the supply order at the price given in

the said schedule and agree to hold the order (offer) open till _____________. I/We shall be bound by communication of acceptance within the prescribed time.

2. I/We have understood the instructions to Bidders and general conditions of contract for contract concluded as contained in Provisions of DPM 2009 and its

Supplement 2010 and have thoroughly examined Specification / Qualitative Requirements (QRs) quoted in the schedule here to and am / are fully aware of the

nature of the stores required and my / our offer is to supply stores strictly in accordance with the requirements.

3. The following pages have been added to and form part of this tender__________________________________________

___________________________________________________________

Signature of the Bidder

Address ________________________

_______________________________

Dated: _________________________

(SEAL & STAMP OF COMPANY)

Signature of the Witness and Address __________________

4

PART I – GENERAL INFORMATION

Tender Enquiry.

1. ALL TENDER DOCUMENTS ATTACHED WITH SCHEDULE TO TENDER ENQUIRY (TE) ARE SACROSANCT FOR CONSIDERING ANY OFFER

AS COMPLETE. TECHNICAL BID AND COMMERCIAL BID DULY COMPLETED & SIGNED TO BE UPLOADED IN THE DEFNECE

PROCUREMENT PORTAL BEFORE TENDER OPENING DATE (TOD) FAILING WHICH YOUR QUOTATION WILL BE TREATED AS INCOMPLETE

AND SHALL BE LIABLE FOR REJECTION.

2. PLEASE UPLOAD SCANNED COPY OF YOUR COMPLETE REGISTRATION CERTIFICATE WITH DGS&D/NSIC/DGQA/MANUFACTURER

AGENCY AGREEMENT AS APPLICABLE WHICH SHOULD BE VALID ON THE DATE OF TENDER OPENING.

3. THE TENDERING FIRM SHOULD QUOTE FOR ALL CONSIGNEES AND ONLY ONE COMMON RATE SHOULD BE QUOTED FOR ALL FAILING

WHICH THE OFFER MAY BE IGNORED.

SPECIAL INSTRUCTIONS TO THE BIDDERS :

1. Last Date and time for depositing the Bids/ Tenders: The critical date sheet in r/o the tender are as follows:-

S No Item Date Time

(a) Published Date

As per dates and time given on Defence Procurement Portal

days from the date of publishing

(b) Bid Document Download

(c) Clarification Start Date

(d) Bid Submission Start

(e) Clarification End Date

(f) Bid Submission End

(g) Bid Opening start

Note:

(a) Closing date for submission of on-line e-tenders is _______by _______hrs and tender will be opened on the same day at ______hrs. If due date is declared

holiday, e-tender will be opened on next working day. However, e-tender will be closed at scheduled date and time.

(b) All uploaded / submitted documents should be legible, self attested and notarized, wherever applicable.

(c) For participation in this tender through e-procurement solution, the bidders are required to have Digital Signature Certificate Class II b (DSC Class II b).

2. Manner of Depositing the Bids: The bids will be submitted through on-line mode of Defence Procurement Portal

(https://eprocure.gov.in/eprocure/app). These documents should be scanned and uploaded in the CPP Portal.

(a) Documents required to be submitted Online: The documents pertaining to Technical Bids (Cover I) and Commercial bid (Cover II) are

required to be submitted online prior to bid submission closing date.

(i) Technical Bids should contain the following documents and submitted as Cover -1,bidders will not upload any other documents apart from

those asked for unless specifically asked for.

S No Documents Required for Technical Bid Remarks

1. Certificate of OEM authorization as per Appx „A‟ of the RFP, with annual Turnover of One Crore of OEM with IT returns of past three years duly signed and stamped by CA or MSME certificate.

Essential

2. Tender Conditions Acceptance Certificate as per Appx „B‟. -do-

3. Certificate of Additional Charge/Discounts as per Appx „C‟ -do-

4. Undertaking that rates quoted are not more than rates quoted to any other hospital/ Institute and are also lower than MRP and

that the firm has not been black listed . (Appx „D‟)

-do-

5. Certificate of Representations as per Appendix „E‟ -do-

6. Technical compliance sheet as per Appx „F‟ -do-

7. Performance Bank Guarantee as per Appx „G‟ -do-

8. BID Security Declaration as per Appx „H‟ -do-

9. Certificate of undertaking as per Appx „J” -do-

10. Technical Literature from OEM (If applicable) -do-

11. Valid Drug License/PAN/ GST/ CST/ TIN Registration Certificate -do-

12. Bank certificate of credit worthiness as per Appx „K‟ -do-

13. Vendors will submit there respective GeM ID‟s with this tender. -do-

14. All Medicines must be WHO – GMP Certified & vendors will provide relevant certifications to that effect. -do-

5

(ii) Commercial bid will be submitted as Cover II and will consist of following and will be submitted online only:-

(a) Commercial bid in the form of “BOQ” (Bill of Quantities).

(b) Scanned copy of “Additional Charges/ Discounts” containing details of items with financial implications on the bid. The format of the same is attached as Appx „C‟

3. Time and date for opening of Bids: As per Para 1 above (Note:-If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time

or on any other day/time, as intimated by the Buyer).

4. Place of Opening of the Bids: Bids will be opened online on Defence Procurement Portal. Vendors registered with the Defence Procurement

Portal can view it online.

(Note:-The physical verification of tender documents will be done at 151 Base Hospital, Guwahati. )

5. Opening of Two Bid System: TheTechnical Bids shall be opened as per critical date sheet (para 1 above ) mentioned in this tender document. The evaluation of Technical Bid will be carried out off-line and the results of the evaluation will be uploaded on the Defence Procurement Portal

https://defproc.gov.in.The Commercial Bids of only those Bidders whose Technical Bids meet all the stipulated Technical Specifications/ Qualitative requirements (QRs) shall be opened. The date of opening will be intimated to the Bidders through DefenceProcurementPortalhttps://eprocure.gov.in/eprocure/ap.

6. Forwarding of bid: The Technical and Commercial bid will be submitted “Online only”. The Technical and the Commercial Bid should be

submitted by the bidder duly digitally signed by the legal owner of the firm or the person auth by him to do so. Instructions to bidder for Online Bid

Submission through the Defence Procurement Portal https://defproc.gov.in is attached as to this RFP.

7. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer vide mail from the official e-mail ID about the clarifications sought not later than 7 (seven) days prior to the date of opening of the Bids.

Copies of the query and clarification by the purchaser will be uploaded as corrigendum for all prospective bidders who have received the bidding documents.

8. Modification and Withdrawal of Bids:

(a) The Bidder may modify (resubmit) his bid after submission, as per the provisions available in the Defence Procurement portal. No bid shall be modified after the deadline for submission of bids.

(b) If bidder desires to withdraw tender before bid submission closing date/time, he may do so online in the Defence Procurement Portal and offline EMD would be refunded but not cost of the tender. Once with-drawn online, he cannot participate again in this tender.

(c) No Bid can be withdrawn in the interval between the deadline for submission of bids and expiry of the period of the specified bid validity. Withdrawal of a bid during this period will result in forfeiture of Bidder‟s Bid Security/ EMD.

9. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or items, of the bid will be sought, offered or permitted.

10. Rejection of Bids: Canvassing by the Bidder in any form, phone call, messages unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional Bids will not be accepted.

11. Unwillingness to Quote: Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of

the Bid, failing which the defaulting Bidder may be delisted.

12. Validity of Bids: The Bids should remain valid for 180 days from the date of opening of tenders.

13. Earnest Money Deposit:- As per GoI letter No F.9/4/2020-PPD from Ministry of Finance, Department of Expenditure Procurement Policy

Division dt 12 Nov 2020 bidder is exempted from providing EMD/Bid Security till 31 Dec 2021, but the bidder will provide Bid Security Declaration as

per Appendix „H‟. Tender documents are available for download at Defence Procurement Portal https://defproc.gov.in

6

PART II – ESSENTIAL DETAILS OF ITEMS REQUIRED

1. Schedule of Requirements: – List of items required is/ are as follows:

S

No.

PVMS/ NIV Nomenclature A/U QTY REQD

1. 160176pv Replaces Glass, cover, microscopic, rectangular PV

16442 22x50 mm made of USP No 1 glass pkt of 14 gm

Gm 300

2. 160177pv Replaces glass, cover,microscopic, rectangular PV 16446

22x40mm made of USP No 1 glass pkt of 14 gm

Gm 300

3. 160292pv Micropipettes, tips for 1 -200 ul No 15000

4. 160293pv Micropipettes, tips for 500 --1000 ul No 2500

5. 160419pv Slide, Microscope, thickness 1.15 to 1.35mm size 75mm

x 25mm

No 9000

6. 170001pv Acetone Commercial Ltr 10

7. 170053pv Blood Agar Base (Infusion Agar) Kg 0.5

8. 170054pv Brain Heart Infusion Broth with Paba & Agar Kg 0.5

9. 170069pv Cled Agar (with Thymol Blue) Kg 0.5

10. 170246pv Lithium Carbonate gm 500

11. 170192pv Keto diastix bott of 50 strips Bott 3

12. 170261pv Mac Conkey Agar gm 500

13. 170270pv Mueller Hinton Agar Kg 1

14. 170316pv Peptone Water Kg 0.5

15. 170375pv Stain Eosin, water soluble Gm 100

16. 170402pv Triple Sugar Iron Agar Kg 0.5

17. 170421pv Xylene (Xylol Pure) Ltr 6

18. 171050pv PT Reagent (kit of 25 tests) Kit 150

19. 230058pv Polythene bags 10 Kg capacity No 150

20. 230059pv Polythene bags 5 Kg capacity No 150

21. 170264pv mannitol Gm 100

22. NIV/484 Paraffin wax (56 c-62c) Kg 6

23. NIV/1015 Urine strips Bott of 100 Bott 30

24. NIV/1016 Occult Blood Test Kit (50 test) Kit 3

25. NIV/1017a Sterile Petridish (Disposable ) 09 cm Diameter No 1500

26. NIV/475 Sterile Urine sample Container No 4500

27. NIV/1019 Nutrient Agar Media (500 Gms) Gm 500

28. NIV/1020 ZN Stain (200 ml) Kit 9

29. NIV/1021 Gram‟s Stain (200 ml) Kit 9

30. NIV/1023 LJ Medium Slant (10 Bott) Kit 3

31. NIV/1028 Nicrome wire loop 4mm No 4

32. NIV/1029 Nicrome wire loop (double) No 4

33. NIV/1030 Oxidase disk CT 6

34. NIV/1 High media biochemical test kit No 200

35. NIV/886 Bio Rad Control (L2) 12 x 5 ml kit for Siemens

Dimension Exl 200 Fully automated biochemistry and

electrolyte analyser (10462904) Kit pack 12 x 5ml

Kit 6

36. NIV/887 Bio Rad Control (L1) 12 x 5 ml kit for Siemens

Dimension Exl 200 Fully automated biochemistry and

electrolyte analyser (10462921) Kit pack 12 x 5ml

Kit 6

37. NIV/888 Bio Rad Lypocheck Diabetes control kit for Siemens

Dimension Exl 200 Fully automated biochemistry and

electrolyte analyser Kit pack 6 x 0.5ml

Kit 6

38. NIV/889 Bio Rad Liqicheck Urine chemistry Control (L1) kit for

Siemens Dimension Exl 200 Fully automated

biochemistry and electrolyte analyser 12 x 10ml

Kit 6

39. NIV/890 Bio Rad Liqicheck Urine chemistry Control (L2) kit for

Siemens Dimension Exl 200 Fully automated

Kit 6

7

biochemistry and electrolyte analyser 12 x10ml

40. NIV/1017 Alkaline Phosphate (R12x44ml) and (R22x11ml)kit

compatible with Erba XL 300Biochemistry Autoanalyser

Pack 10

41. NIV/925 Gamma glutamyl transferase kit system pack (R1 2 x44

ml)(R2 2 x 11 ml) compatible with Erba XL 300

biochemistry autoanalyser

Pack 6

42. NIV/926 HDL direct kit system pack (R1 4 x30 ml)(R2 4 x 10 ml)

compatible with Erba XL 300 biochemistry autoanalyser

Pack 6

43. NIV/928 Lactate dehydrogenase kit system pack (R1 2 x44 ml)(R2

2 x 11 ml) compatible with Erba XL 300 biochemistry

autoanalyser

Pack 6

44. NIV/929 Lipase kit system pack (R1 1 x44 ml) (R2 1 x 11 ml)

compatible with Erba XL 300 biochemistry autoanalyser

Pack 3

45. NIV/930 Alpha amylase kit system pack (R1 5 x 22 ml)compatible

with Erba XL 300 biochemistry autoanalyser

Pack 2

46. NIV/934 ADA system pack R1 1 X 18 & R2 1 X 10 ml compatible

with Erba Xl 300 biochemistry autoanalyser

Pack 2

47. NIV/935 ADA Calibrator 1 X 1 ml pack 1

48. NIV/936 ADA Control 1 X 1 ml Pack 1

49. NIV/940 Multilevel Lyophilised Control (Level1) (4 x 5) kit

compatible with Erba XL 300 biochemistry autoanalyser

Pack 6

50. NIV/941 Multilevel Lyophilised Control (Level2) (4 x 5) kit

compatible with Erba XL 300 biochemistry autoanalyser

Pack 6

51. NIV/942 Sample cup (1 x 500) compatible with Erba XL 300

biochemistry autoanalyser

Pack 6

52. NIV/946 XL Auto wash (AC/AL) (R1 5 x 44 ml , R2 5x44

ml)compatible with Erba XL 300 biochemistry

autoanalyser

Pack 4

53. NIV/1115 XL washing solutions (R1 4 x 100 ml)compatible with

Erba XL 300 biochemistry autoanalyser

Pack 7

54. NIV/981 Milk Adulteration Test Kit Kit 2

55. NIV/1100 Dengue NS1 Ag Card & IGM & IgG Ab Card 150

56. NIV/1101 IgG & IgM antibodies to JE virus rapid test kit 25 tests Kit 1

57. NIV/1102 IgG & IgM Ab to Chikungunya virus rapid test kit of 25

tests

Kit 1

58. NIV/1105 RA Factor Test Kit (25 tests) Kit 10

59. NIV/1106 ANA Rapid Test Kit for 20 tests Kit 6

60. NIV/1107 CRP test kit (25 test) Kit 15

61. NIV/1108 ASO Titre Kit 5

62. NIV/655 Tissue Paper rolls No 40

63. NIV/1060 Glass cover ,Microscopic ,Sqiure shape .0.127 mm thick

,side 22 mm pkt of 14 gm

Gm 600

64. NIV/1062 L mould No 30

65. NIV/990 Cell clean (50 ml) for haematology analyser (3 part)

model sysmex KX-21

No 9

66. NIV/992 Eight Check Control (3x1.5ml) cell Counter for Model

Sysmex KX - 21

Kit 1

67. NIV/993 Calibrator SCX 1000 (1 x2) for Haematology analyzer (3

PART) model sysmex KX-21

Kit 1

68. NIV/994 CELL pack (20 ltr) for Haematoanalyser (5 PART) model

sysmex XT-2000i

No 15

69. NIV/995 STROMATOLYSER - FB { 5LTRS. } compatible with

Haematoanalyser (5 PART) Model Sysmex XT -2000i

Kit 6

70. NIV/1001 E check (Low) (1 x4.5 ml) compatible with

Haematoanalyser (5 PART) Model Sysmex XT -2000i

Kit 3

71. NIV/1002 E check (High) (1 x4.5 ml)compatible with

Haematoanalyser (5 PART) Model Sysmex XT -2000i

Kit 3

72. NIV/1003 E check (Normal) (1 x 4.5 ml) compatible with Kit 3

8

Haematoanalyser (5 PART) Model Sysmex XT -2000i

73. NIV/1004 Malaria Ag Rapid Card (Pv & Pf 30 tests) Antigen Test 700

74. NIV/1005 G6Pd Qualitative Test Kit Kit 6

75. NIV/657 Disposable ESR tube (Western green ) No 1000

76. NIV/1006 Leishman Stain (500 ml) Lit 9

77. NIV/1009 MPO Stain Kit 2

78. NIV/1010 NAP & NAC Stain Kit 1

79. NIV/1013 Part No 105652337 Multistix R 10 SG (10 parameters)

100 strips /bottle

Pack 60

80. NIV/1014 Part No 10310483 Chek stix combopack 25 (pack size

2X25)

Pack 3

81. NIV/25 Micro centrifuge Tube 1.5 ml (1x500pc)(p10202)(RNAse

and DNAse free)

Box 15

82. NIV/26 Micro centrifuge Tube 2 ml (1x500pc)(p10203) (RNAse

and DNAse free)

Box 25

83. NIV/27 Filter tip w/Rack 2-20ul (p11025)10racks of 96 tips=960

tips (RNAse and DNAse free)

Box 6

84. NIV/28 Filter tip w/Rack 20-200ul (p11033)10racks of 96

tips=960 tips (RNAse and DNAse free)

Box 6

85. NIV/29 Filter tip w/Rack 10ul 10racks of 96 tips=960 tips

(RNAse and DNAse free)

Box 6

86. NIV/30 Filter tip w/Rack 100-1000ul (p11037)10racks of 96

tips=960 tips (RNAse and DNAse free)

Box 6

87. NIV/31 Micro seal 'B' PCR plate sealing film,Adhesive Optical

100/pk

Pkt 2

88. NIV/2 Screw Capped Cryovial Capacity (2 ml) No 750

89. NIV/3 Printer Cartridge for HP Laser 108a (Cartridge No-110A)

(Printer Suppluyed with AnalyticJena, RTPCR anlyser

system)

No 3

90. NIV/4 Stain India Ink (bottle of 25 ml) Bott 2

91. NIV/5 Embedding Ring (Plastic) No 600

92. NIV/32 Embedding Cassett (SS) small No 30

93. NIV/33 Embedding Cassett (SS) Medium No 30

94. NIV/34 Embedding Cassett (SS) Large No 30

95. NIV/35 couplin jar (Plastic) No 10

96. NIV/36 HBV DNA real time PCR (Qualitative ) PCR kit, (kit of

96 test) compatible with Analytic Jena q Tower3G

Kit 1

97. NIV/37 HCV RNA real time PCR kit, (kit of 96 test) compatible

with Analytic Jena q Tower3G

Kit 1

98. NIV/38 MTB complex DNA real time PCR kit of 100 test kit

compatible with Analytic Jena qTower 3 G

Kit 1

99. NIV/39 Molecular grade absolute Ethanol alcohol 500 ml bottle Ltr 14

100. NIV/7 Albert,s Stain Kit 1

101. NIV/8 Biological indicator for autoclave No 10

102. NIV/9 Calcofluor white stain Gm 5

103. NIV/10 Dermatophyte test agar base (bottle of 100 gm) Bott 1

104. NIV/11 Lactophenol cotton blue stain (bottle of 100 ml) Bott 1

105. NIV/40 PA Coliform kit for water testing (pack of 10 test) Pkt 3

106. NIV/12 Sabourauds Dextrose agar with antibiotic

chloromphenicol (pack of 500 gm)

Pkt 1

107. NIV/13 Sabourauds Dextrose agar with antibiotic cyclohexamide

(pack of 500 gm)

Pack 1

108. NIV/14 Durhans tube No 100

109. NIV/15 Antigen MTP 64 rapid (one step identification of

mycobacterium tuberculosis complete) kit of 25 test

Kit 3

110. NIV/16 Corn meal agar 100 gm bottle Bottl 1

111. NIV/17 Thermal indicater for autoclave Pack 6

9

112. NIV/41 Rapid card test HAV IgM Test 20

113. NIV/42 Rapid typhi Dot IgM &IgG Test Test 50

114. NIV/43 PCR plate sealing film ,adhesive optical 100/pkfor 96

well plate

Pkt 2

115. NIV/1047 1% periodic acid Bott 2

116. NIV/1048 Schiff reagent Bott 1

117. NIV/1051 Cyto spray No 4

118. NIV/1057 Disposable Microtome Blade for Slee rotatory microtome Pkt 1

119. NIV/44 DNA extraction kit(Kit of 250tests) Box 1

120. NIV/478 Urine pregnancy test Test 700

121. NIV/18 Urese agar Gm 100

122. NIV/19 Citrate agar Gm 100

123. NIV/20 Glucose Phosphate media Gm 100

124. NIV/21 Tris EDTA Buffer 500 Ml Bott 1

125. NIV/1584 PT Reagent (12 X 4 ml) compatible with semi automated

coagulation analyser model -ACT-4

KIT 9

126. NIV/1585 APTT Reagent with CaCl2 (5 X 2 ml + 10ml) compatible

with semi automated coagulation analyser model -ACT-4

KIT 9

127. NIV/1586 Cuvettes (700 pcs) compatible with semi automated

coagulation analyser model -ACT-4

BOX 6

128. NIV/1587 Control Normal (5 X 1ml) compatible with semi

automated coagulation analyser model -ACT-4

KIT 3

129. NIV/1588 Control abnormal (5 X 1ml) compatible with semi

automated coagulation analyser model -ACT-4

KIT 3

2. Technical Details:

(a) Technical compliance sheet as per Appx „F‟

(b) Inspection Authority :-Inspection will be done by the Board of Officers as detailed by the Commandant of the Hospital.

(c) Requirement of Technical documentation-as asked for vide para 2a(i) of Part –I of this RFP.

3.

The bidder will ensure that the expendable stores supplied should not have passed more than 1/6th

of their useful life for Indian Goods and 1/3rd

of their useful life for Imported Goods, from the date

of manufacturing. The firm will also undertake to replace unconsumed stocks 03 months before

the date of expiry free of cost.

4. Delivery Period: Delivery period for supply of items would be 30 days including delivery installation and commissioning from the effective date

of supply order.

Note:- Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted

delivery period will be at the sole discretion of the Buyer, with/without applicability of Liquidated Damage (LD) clause.

5. Consignee details: The Commandant

151 Base Hospital

Basistha Cantt

Dist : Kamrup Metro

Guwahati

PIN Code : 781029

Assam

10

PART III – STANDARD CONDITIONS OF REQUEST FOR PROPOSAL (RFP)

1. The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the RFP mentioned below which will automatically be

considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result

in rejection of the Bid submitted by the Bidder.

a. Law: The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India.

b. Effective Date of the Contract: The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services

shall commence from the effective date of the contract.

2 . Arbitration: All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement

or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through

arbitration. The standard clause of arbitration is as per Form No DPM-7, DPM -8 & DPM-9 (Available in MoD website and can be provided on request).

Arbitrator will be appointed by DGOS / ADG OS (TS).

3. Penalty for use of Undue influence: The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration,

reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having

done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or

forbearing to show favour or 10rganiza to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the

aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission

of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of

Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the

Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the

undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on

behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any

favor in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to

termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

4. Agents / Agency Commission: The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to

recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount

been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the

Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such

person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to

consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund

all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

5. Access to Books of Accounts: In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific

request of the Buyer, shall provide necessary information / inspection of the relevant financial documents/information.

6. Non-disclosure of Contract documents: Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision,

specification, plan, design, pattern, sample or information thereof to any third party.

7. Liquidated Damages(LD): In the event of the Seller‟s failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials,

installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract.

The BUYER may also deduct from the SELLER as agreed, LD to the sum of 0.5% of the contract price of the delayed/undelivered stores mentioned above for every week of delay or part of a week, subject to the maximum value of the LD being not higher than 10% of the value of delayed stores.

8. Termination of Contract: The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases:-

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than 02 months after the scheduled date of delivery

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by more than 04 months provided Force Majeure clause is included in contract.

(d) The Buyer has noticed that the Seller has organize the services of any Indian/Foreign agent in getting this contract and paid any commission to such

individual/company etc.

(e) As per decision of the Arbitration Tribunal.

9. Notices: Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by mail or

registered courier addressed to the last known address of the party to whom it is sent.

10. Transfer and Sub-letting: The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as

to give or to let a third party take benefit or advantage of the present Contract or any part thereof.

11

11. Patents and other Industrial Property Rights: The prices stated in the present Contract shall be deemed to include all amounts payable for the use of

patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of

manufacture or use. The Seller shall be responsible for the completion of the supplies.

12. Amendments: No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an

instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract.

13. Taxes and Duties:

In respect of Indigenous bidders

i. General.

(aa). If any concessions available in regard to rate/quantum of any Duty/ tax, as mentioned by the Seller in their bids, relevant certificate

will be issued by the Buyer to enable the Seller to obtain exemptions from taxation authorities.

(ab). Any changes in levies, taxes and duties levied by Central/State /Local governments such as excise duty, GST, Service tax, Octroi / entry

tax, etc on final product upward as a result of any statutory variation taking place within contract period shall be allowed reimbursement by the

Buyer, to the extent of actual quantum of such duty/tax paid by the Seller. Similarly, in case of downward revision in any such duty / tax, the actual quantum of reduction of such duty tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions,

rebates, concession etc, if any, obtained by the Seller. Section 64-A of Sales of Goods Act will be relevant in this situation.

(ac). Levies, taxes and duties levied by Central / State /Local governments such as excise duty, GST, Service tax, Octroi/entry tax, etc on

final product will be paid by the Buyer based on relevant documentary evidence. Taxes and duties on input items will not be paid by Buyer and

they may not be indicted separately in the bids. Bidders are required to include the same in the pricing of their product.

ii. Tax/GST

(aa). If any concession is available in regard to rate/quantum of any Duty/ tax, as mentioned by the Seller in their bids, relevant certificate

will be issued by the Buyer to enable the Seller to obtain exemptions from taxation authorities.

(ab). Any changes in levies, taxes and duties levied by Central/State /Local governments such as excise duty, Service tax, Octroi / entry tax,

etc on final product upward as a result of any statutory variation taking place within contract period shall be allowed reimbursement by the

Buyer, to the extent of actual quantum of such duty/tax paid by the Seller. Similarly, in case of downward revision in any such duty / tax, the actual quantum of reduction of such duty j tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions,

rebates, concession etc, if any, obtained by the Seller. Section 64-A of Sales of Goods Act will be relevant in this situation.

(ac). Levies, taxes and duties levied by Central / State /Local governments such as excise duty, GST, Service tax, Octroi/entry tax, etc on

final product will be paid by the Buyer based on relevant documentary evidence. Taxes and duties on input items will not be paid by Buyer and

they may not be indicted separately in the bids. Bidders are required to include the same in the pricing of their product.

12

PART IV – SPECIAL CONDITIONS OF REQUEST FOR PROPOSAL (RFP)

1. The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be

considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result

in rejection of Bid submitted by the Bidder.

a. Performance Guarantee. The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank

authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 3% * of the contract value within

30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the shelf life. The specimen of PBG is given in Form DPM-15 Appx „G‟ of RFP.

3% As per MoD Finance letter No : 231(14)/2016/Buol-II (pt) dt 05 Jan 2021.

b. Option Clause: The contract will have an Option Clause, wherein the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract.

The Bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option

or not.

c. Repeat Order Clause: The contract will have a Repeat Order Clause, wherein the Buyer can order up to 50% quantity of the items under the

present contract within six months from the date of supply/successful completion of this contract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. It will be entirely the discretion of the Buyer to place the Repeat order or not.

d. Tolerance Clause: To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 50% plus/minus increase or decrease the quantity of the required goods up to that limit without any change in the terms &

conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this

tolerance limit.

2. Payment Terms for Indigenous Sellers: It will be mandatory for the Bidders to indicate their bank account numbers and other relevant ECS

e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of Model Mandate Form prescribed by RBI‟s to be submitted by Bidders for receiving payments through ECS (Form DPM-11 as per Appx „L‟ of this RFP). The

payment will be made as per the following terms, on production of the requisite documents:-

a. 100% payment on delivery and completion of installation and acceptance by the user.

3. Advance Payments: No advance payment(s) will be made.

4. Paying Authority: CDA, Guwahati

(a)Indigenous Sellers: (Name and address, contact details). The payment of bills will be made on submission of the following documents by the Seller

to the Paying Authority along with the bill:

i. Ink-signed copy of Contingent Bill / Seller‟s Bill

ii. Ink-signed copy of Commercial Invoice / Seller‟s Bill.

iii. Copy of Supply Order/Contract iv. CRV in duplicate.

v. Inspection note.

vi. Claim for statutory and other levies to be supported with requisite documents / proof of payment such as GST/Excise duty Challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as

applicable.

vii. Exemption certificate for Excise duty / Customs duty, if applicable. viii. Bank guarantee for advance, if any.

ix. Shelf life certificate.

x. Performance Bank guarantee / Indemnity bond where applicable. xi. DP extension letter with CFA‟s sanction

xii. Details for electronic payment viz. Account holder‟s name, Bank name, Branch name and address, Account type, Account number, IFSC

code, MICR code . xiii. Any other document / certificate that may be provided for in the Supply Order/Contract.

xiv. User Acceptance.

xv. Photo copy of PBG.

Note :– From the above list specific documents may be required depending upon peculiarities of the procurement being undertaken.

5. Fallclause: The following „Fall clause‟ will form part of the contract placed on successful Bidder:-

(a) The price charged for the stores supplied under the contract by the contractor shall in no event exceed the lowest prices at which the

contractor sells the stores or offers to sell stores of identical description to any persons/ organizations including the purchaser or any department of the

Central Government or any Department of the State Government or any statutory undertaking of the Central or State government, as the case may be during the period or till the performance of all Supply Orders placed during the currency of the rate contract is completed.

13

(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organization including

the Buyer or any Department of Central Govt or any department of the State Government or any Statutory undertaking of the Central or State

Government as the case may be at a price lower than the price chargeable under the contract, He/ She shall forthwith notify such reduction or sale or offer of sale to the Purchaser/ Contact concluding Authority and the price payable under the contract for the stores of such reduction of sale or offer

of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-

(i) Exports by the Seller. (ii) Sale of goods as original equipment at a price lower than the prices charged for normal replacement.

(iii) Sale of goods such as drugs which have expiry dates.

(iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Supply Orders as also under any previous Supply Orders entered into with the Central or State Govt.

Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.

6. Force Majeure clause:

(a) Neither party shall bear responsibility for the complete or partial non performance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such

Force Majeure circumstances as Flood, Fire, Earthquake and other acts of God as well as War, Military operations, Acts or Actions of State

Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of

time of action of these circumstances and their consequences.

(b) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in writing to the

other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment

of their beginning.

(c) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a

sufficient proof of commencement and cessation of the above circumstances.

(d) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to

terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate

without any liability other than reimbursement on the terms provided in the agreement for the goods received.

7. Packing and Marking: The following Packing and Marking clause will form part of the contract placed on successful Bidder –

(a) The Seller shall provide packing and preservation of the equipment and spares/goods contracted so as to ensure their safety against damage in the conditions of land, sea and air transportation, trans-shipment, storage and weather hazards during transportation, subject to proper cargo handling.

The Seller shall ensure that the stores are packed in containers, which are made sufficiently strong, and with seasoned wood. The packing cases should have hooks for lifting by crane/fork lift truck. Tags with proper marking shall be fastened to the special equipment, which cannot be

packed.

(b) The packing of the equipment and spares/goods shall conform to the requirements of specifications and standards in force in the territory of the

Seller‟s country.

(c) Each spare, tool and accessory shall be packed in separate cartons. A label in English shall be pasted on the carton indicating the under mentioned

details of the item contained in the carton. A tag in English with said information shall also be attached to samples of the item. The cartons shall

then be packed in packing cases as required. (i) Part Number: (ii) Nomenclature:

(iii) Contract annex number: (iv) Annex serial number:

(v) Quantity contracted:

(d) One copy of the packing list in English shall be inserted in each cargo package, and the full set of the packing lists shall be placed in Case No.1

painted in a yellow colour.

(e) The Seller shall mark each package with indelible paint in the English language as follows:-

(i) EXPORT

(ii) Contract No. ------------------------------------------(iii) Consignee ------------------------

(iv) Port / airport of destination ------------------------(v) Ultimate consignee -------------- (vi) SELLER -----------------------------------------------(vii) Package No. ----------------------

(viii) Gross/net weight: -------------------------------------(ix) Overall dimensions/volume: ---

(x) Seller‟s marking.

(f) If necessary, each package shall be marked with warning inscriptions:

Handle with Care, Fragile, “Do not turn over”, category of cargo etc.

(g) Should any special equipment be returned to the Seller by the Buyer, the latter shall provide normal packing, which protects the equipment and

spares/goods from the damage of deterioration during transportation by land, air or sea.

8. Quality: The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and standards valid for the

deliveries of the same stores for in Seller‟s country or specifications enumerated as per RFP and shall also include therein modification to the stores suggested by

the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. not manufactured before (Year of Contract), and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are

backward integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an inter changeability certificate

along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item.

9. Inspection Authority: The Inspection will be carried out by a Board of Officers detailed by the Commandant 151 Base Hospital. The mode of Inspection will be Departmental Inspection / User Inspection / Joint Inspection / Self-certification.

14

PART V – EVALUATION CRITERIA & PRICE BID ISSUES

1. Evaluation Criteria – The broad guidelines for evaluation of Bids will be as per provisions of DPM 2009 and its Supplement 2010 to DPM 2009 and

amendments thereof if any.

a. Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP.

b. In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the item as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in

the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

c. The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given. The consideration of taxes and

duties in evaluation process will be as follows:

i. In cases where only Indian Bidders are competing, L-1 bidder will be determined by excluding levies, taxes and duties levied by

Central/State/Local governments such as excise duty, GST, Service tax, Octroi/ entry tax, etc on final product, as quoted by bidders.

ii. In cases where both foreign and indigenous bidders are competing, following criteria would be followed-

a) In case of foreign Bidders, the basic cost (CIF) quoted by them would be the basis for the purpose of comparison of various

tenders.

b) In case of indigenous Bidders, excise duty on fully formed equipment would be offloaded.

c) Sales Tax and other local levies, i.e. octroi, entry tax etc would be ignored in case of indigenous Bidders.

d. In imported cases, all the foreign quotes will be brought to a common denomination in Indian Rupees by adopting the exchange rate as Selling rate of the State Bank of India on the date of the opening of price Bids.

e. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

f. The Lowest Acceptable Bid will be considered further for placement of contract/Supply Order after complete clarification and price negotiations as decided by the Buyer. The buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also

reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time.

Note.1. Determination of L-1 will be based on total of basic prices (not including levies, taxes and duties levied by

Central/State/Local governments such as excise duty, GST, Service tax, Octroi/entry tax, etc on final product) of all

items /requirements as mentioned above.

15

INSTRUCTIONS TO THE BIDDERS FOR ONLINE SUBMISSION OF BIDS

1. Instructions to Bidders for Online Bid Submission through Defence Procurement Portal for e- Procurement at https://defproc.gov.in are as follows:-

(a) Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the contractors/bidders on the CPP e-procurement/e-tender portal is a prerequisite for e-tendering.

(b) All bidders will register themselves on GeM and quote their GeM Id in all tenders.

2. Bidder should do the enrolment in the Defence Procurement e-Procurement Portal site using the “Click here to Enrol” option available on the

home page. Defence Procurement Portal enrolment is free of charge. During enrolment/registration, the bidders should provide correct/ true information including valid e-mail id. All the correspondence shall be made directly with the contractors/bidders through e-mail id provided.

(a) Bidder needs to login to the Defence Procurement Portal site through their user ID/ password chosen during enrolment/registration.

3. The Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by SIFY/TCS/n-Code/e-Mudra or any other

Certifying Authority recognized by CCA India on e-Token/Smart Card, should be registered.

4. The DSC that is registered only should be used by the bidder and its safety at all time should be ensured.

5. Bidder logs in to the Defence Procurement Portal site through the secured log in by giving the user id/ password chosen during enrolment/registration and

then by giving the password of the e-Token/SmartCard to access DSC.

6. In case of limited tender the Regd dealers/ the bidders invited to participate in the tender will receive a notification through e-mail wrt to tender and after

log in the bidder selects the tender and moves it to “my tenders‟ . In case of limited tenders the bidder selects the tender which she/he is interested in by using the search option & then moves it to the “my tenders‟ folder.

7. From my tender folder, the bidder selects the tender to view all the details indicated.

8. After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked,

otherwise bid will be rejected.

9. If there are any clarifications, this may be obtained online through the tender site, or through the contact details on mail or during the pre –bid meeting if

any.

10. Bidder should take into account the corrigendum published before submitting the bids online.

11. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules

carefully and upload the documents as asked; otherwise, the bid will be rejected.

12. Bidders can update well in advance, the documents such as certificates, annual report details etc., under My Space option and these can be selected as per

tender requirements and then sent along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.

13. Bidder, in advance, should get the bid documents ready to be submitted as indicated in the tender document/schedule and they can be in

PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each

document to be uploaded online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same

can be uploaded (if permitted). Bidders Bid documents may be scanned with 100 dpi with black and white option. However if the file size is less than 1

(one) MB the transaction uploading time will be faster.

14. . The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender.

Scanned copy of the document should be uploaded as part of the offer.

15. While submitting the bids online, the bidder must read the terms & conditions and accept the same to proceed further to submit the bids.

16. The bidder has to select the payment option as offline to pay the EMD as applicable and enter details of the instruments.

17. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. The submitted bid will not be acceptable, if otherwise.

18. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders must note that the very act of using DSC

for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

19. The bidder has to upload the relevant files required as indicated. In case of any irrelevant files, the bid is liable to be rejected. The tech bid acceptance will

be subject to physical receipt of specified docu at the time of tech bid opening.Further, the Tender Inviting Authority (TIA) will not be held responsible

for any sort of delay or the difficulties faced during the submission of bids physically by the bidders under anycircumstances whatsoever.

20. If the price bid format is provided in a spread sheet file like BoQ the rates offered should be entered in the allotted space only and uploaded after filling the

relevant columns. The Price Bid/BOQ template must not be modified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender.

21. The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid

submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the

submission of bids online by the bidders at the eleventh hour.

22. . After the bid submission (i.e.after Clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should

be saved and printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

16

23. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening

etc., in the e-tender system. The bidders should follow this time during bid submission.

24. All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered

will not be viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening.

25. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected

to asymmetric encryption using buyers (or the procurement officer opens) public keys. Overall, the uploaded tender documents become readable only after the

tender opening by the authorized bid openers.

26. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of

sensitive fields is done.

27. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit

option in the browser.

28. For any queries regarding e-tendering process, the bidders are requested to contact TIA as provided in the tender document. The bidders for any

further queries can also to contact over phone: 1-800-233-7315 or send a mail over to –

https://defproc.gov.in

29. All the pages of Technical Bid and unfilled Commercial should have been duly signed and stamped by the bidder/auth rep.

30. The undertaking to the effect that the terms and conditions bid stipulated in the tender docu are acceptable by the auth signatory of the Bidders/ Regd firm

will have to be submitted. The subject undertaking on a forwarding letter shall be uploaded on Defence Procurement portal during bidding by the bidders.

Note :- (Rate is to be quoted online by bidder in BOQ Excel Sheet only).

Acceptable Manufacturers :- Vendors should provide relevant certifications/ undertaking for providing Medicines/Eqpt to this hospital.

1. Any Reputed Company fulfilling the following criteria :-

(a) Following WHO-GMP criteria

Or

(b) OEM certification or authorization from OEM.

17

Appendix „A‟

CERTIFICATE FOR OEM AUTHORIZATION

To

151 Base Hospital Basistha Cantt

Guwahati

Assam 781029

Dear Sir,

Tender No: _________________________________________________________________

1. We/I___________________________________________________who are Indian subsidiary of the OEM/Authorised Distributors of__________________________________________________________________________ have been hereby authorized to bid, negotiate and conclude the

contract with you against Tender No ____________________for the above goods.

2. We/I have a valid agreement with the OEM/Indian Subsidiary of OEM from ________________ to _________________ .

3. The ex-factory cost of the equipment or stores being quoted will be provided by us whenever called for

4. We/I hereby extend our full guarantee and warranty as per relevant conditions of contract for the goods offered for supply against this invitation for bid by

the above firm and take full responsibility of the warranty.

5 . We/I certify that neither we, nor our OEM is blacklisted / debarred by any Govt Agency.

6 . We/I agree to abide by the following clauses in the contract:

(a) Penalty for use of undue influence.

(b) Access to books of accounts.

7. We/I undertake that GST registration number, Permanent Account Number (PAN), last three years turnover, Banker details of our authorized agent /

distributor will be provided at the time of submitting the tender documents.

Yours sincerely,

(Name, Signature & Stamp)

(Name of Authorized Agent / Distributor/Bidder)

Date:

Note:

(a) Certificate from OEM should be on the letterhead of the distributor concerned and should be signed and stamped by a person who is competent

authorized distr/agent of the OEM.

18

Appendix „B‟

TENDER CONDITIONS ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date: To,

______________________

SUB: ACCEPTANCE OF TERMS & CONDITIONS OF TENDER.

Tender Reference No : ________________________ Name of Tender/Work : -

____________________________________________________

______________________________

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned „Tender/Work‟ from the web site

namely: https://eprocure.gov.in/eprocure/app as per your advertisement, given in the above mentioned website.

2. I/ We hereby certify that I / we have read entire terms and conditions of the RFP/ tender documents from Page No. 1 to ALL (including all

documents like Appendices/ annexure(s)/ schedule(s), etc, which form part of the contract agreement and I/we shall abide hereby the terms

/conditions/clauses contained therein.

(a) The corrigendum(s) issued from time to time by your hospital/ institution has also been taken into consideration, while submitting this acceptance letter.

(b) I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety.

(c) The Bid and its enclosures as submitted in physical form as mentioned in part I of RFP is the true copy of the documents uploaded on the

Central Public Procurement Portal https://eprocure.gov.in/eprocure/app.

3. In case any provisions of this tender are found violated , your hospital / institution shall be at liberty to reject this tender/bid including the forfeiture

of the full Earnest Money Deposit and we shall not have any claim/right against your hospital/ institution in regards to that.

4. I/ we the undersigned hereby bind myself to 151 Base Hosital for supply of stores..

5. That the supplied stores will be of best quality and as per the requirement of the institution.

6. Should any delay/failure occur in supplies at the stipulated place and date, 151 Base Hospital may purchase those from any other sources and I will be liable to

pay the difference.

7. In case of any of the supplied stores remains unused till three months before the date of expiry of the stores, I undertake to replace the unconsumed

supplied stores free of cost.

8. It is verified that the rates offered by me are the lowest hospital/ institutional rates. I also consider to undertake to comply with the same rates in the event of

extension of the rate contract.

9. I/We declare that my/our firm has not been blacklisted / debarred by any other Govt hospital/institution.

10. I undertake that I will not submit any irrelevant documents with the tender and in doing so; I will not raise any objection if my tender is rejected on that

ground.

AFFIRMATION

I pledge and affirm that the information submitted in the tender documents is true to the best of my knowledge and belief. I further pledge and affirm that I have not concealed any information related to the subject tender and if the purchaser notices any deviation from the contents of this undertaking, 151 Base

Hospital will have full authority as deemed fit, to reject the tender without assigning any reason.

Place: Date:

(Signature of the Bidder, with Official Seal/Stamp)

(On their letter head)

19

Appendix „C‟

ADDITIONAL CHARGES/DISCOUNTS

It is hereby certified that no Additional Charges will be Levied Or Any Discounts Offered from the prices quoted in the enclosed BOQ, which will

have financial implication on the bid value quoted by me.

OR

The following additional Charges Levied / Discounts Offered over and above the prices quoted in the BOQ will have financial implication on the bid value

quoted by me

(i)

(ii)

(ii)

Signed by:

Date: Official stamp:

Note:-

1. Please strike out whichever is not applicable.

2. The certificate will be signed and stamped by the owner of the firm or any person auth to do so on behalf of the owner or company / firm letter head.

Appendix „D‟

UNDERTAKING

I, _____________________________, S/O / D/O __________________ do solemnly affirm:-

1. That I am the proprietor/ partner/agent/of M/S ____________________________________________________.

2. That the rates quoted for the items are either at par or lower than that as quoted by the firm to any other hospital/institution.

3. Rates are lower than the MRP of that item.

4. There will be no failure in delivery compliance or quality of the drug(s) supplied.

5. The firm is not Black Listed.

Place: Authorized Signatory and official Stamp

Date: Name: Address:

Telephone No:

Note: Undertaking to be submitted on Company/ Firm‟s letterhead with signature & stamp.

20

Appendix „E‟

CERTIFICATE OF REPRESENTATION

“I, Shri / Smt………………..……………………………………., authorized representative of M/S ……………………………….. who have quoted against 151

Base Hospital Tender No. ………………………………………………..… for item ……………………………………………….. hereby certify that M/S

…………………………………..…….. will not make any representations after a period of 07 days from the date of tender opening and no representations will be made after price bids have been opened on any aspect of the aforesaid Tender Enquiry”.

Date :

Signature of the authorized signatory / Rep. with official Stamp

(Name in BLOCK CAPITALS)

The above certificate is to be submitted along with bids.

No representations on any aspect of Tender Enquiry especially on preferred company shall be entertained after 10 days from the date of opening of

tenders.

151 Base Hospital will not be responsible for any delay occurring due to Postal/Courier Service.

Tenders which are incomplete or conditional in any manner will be rejected.

Tender documents will be perused as per the check list.

Against one Tender Enquiry Set, a firm can submit only one proposal for one brand only.

All bidders will submit 2 copies of the supply order for the subject item from any hospital / organization received most recently by them along with the technical bid.

Purchaser reserves the right to reject any tender without assigning any reason thereof.

Firms will specify about the admissibility of GST/ WCT/CVD/SAD/Custom clearance etc. (mandatory, Govt. levies) without which it will be presumed that

firm‟s quotation is inclusive of above.

Note: To be submitted in Company/ Firm‟s letterhead with signature & stamp.

Appendix – “F”

TECHNICAL COMPLIANCE SHEET

Quote your bid as per given Format

Sr.

No.

Item Description PVMS/NIV Name of Manufacturer MRP Quantity

Note: To be submitted in Company/ Firm‟s letterhead with signature & stamp.

21

Appendix – “G”

Form DPM-15

PERFORMANCE BANK GUARANTEE FORMAT

From:

Bank _______________

To,

The President of India

Ministry of Defence Government of India

New Delhi

Dear Sir,

Whereas we have entered into the said contract No._______ dated_________ (hereinafter referred to as the said Contract) with M/s__________________________, (hereinafter referred to as the seller) for supply of goods as per Part-II of the said contract to the said seller and whereas the

Seller has undertaken to produce a bank guarantee for 3 % of the overall anticipated annual drawl amounting to _________ to secure its obligations to the President of India.We the _______________ Bank hereby expressly, irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the

seller that, in the event that the President of India declares to us that the goods have not been supplied according to the Contractual obligations under the

aforementioned contract, we will pay you, on demand and without demur, all and any sum up to a maximum of ____________Rupees _____________ only. Your written demand shall be conclusive evidence to us that such repayment is due under the terms of the said contract. We undertake to effect payment upon receipt of

such written demand.

a. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between you and the Seller,

indulgence to the Seller by you, or by any alterations in the obligations of the Seller or by any forbearance whether as to payment, time

performance or otherwise.

b. In no case shall the amount of this guarantee be increased.

c. This guarantee shall remain valid for …… months from the date of acceptance of consignment or until all the store, spares and documentation

have been supplied according to the contractual obligations under the said contract.

d. Unless a demand or claim under this guarantee is made on us in writing or on/or before the aforesaid expiry date (as provided in the above

referred contract) or unless this guarantee is extended by us, all your rights under this guarantee shall be forfeited and we shall be discharged

from the liabilities hereunder.

This guarantee shall be a continuing guarantee and shall not be discharged by and changed in the constitution of the Bank or in the constitution of

M/s____________________________

Note: Not required for Expendibles / Consumables / Drugs / Reagents. Only required in case of Eqpts/ Non Expendibles items.

22

Appendix „H‟

BID SECURITY DECLARATION

(To be singed and submitted with the Tech Bids)(On company letter head)

No:…………………………….. Date :-

To,

The Commandant 151 Base Hospital

Basistha ,Guwahati-781029

Ref : Your RFP invitation No…………………..for the supply of ……………….

I …………………..duly authorized on behalf of M/s………………………(hereinafter called the bidder) do declare and accept that the bidder will be

suspended for the period of time specified in the RFP document from being eligible to submit Bids/Proposal for contracts with the procuring entity if the bidder :-

a. Withdraws or amends , impairs or derogates from the bid in any respect within the period of validity of this tender.

b. Having been notified of the acceptance of our tender by the buyer during the period of its validity.

i. Fails to furnish the performance security for the due performance of the contract before the deadline defined in the request for proposal/contract document.

ii. Fails or refuse to sign, accept/execute the contract.

Place:……………………………. Signature of bidders or person authorized to sign

Date:……………………………….. the bid documents on behalf of the bidder with stamp

On Company/ Firm‟s letterhead

Appendix „J‟

UNDERTAKING

This is certify that the medicines quoted for are WHO – GMP certified and if there is any discrepancy, then the stock will be exchanged at

firm‟s expense regardless of shelf life.

Place:……………………………. Signature of bidders or person authorized to sign

Date:……………………………….. the bid documents on behalf of the bidder with stamp

On Company/ Firm‟s letterhead

23

Appx „K‟

BANK CERTIFICATE OF CREDIT WORTHINESS (To be signed & stamped by Bank Manager)

1. This is certify that M/s ________________,Proprietor –_____________________, Address : ____________________ is a good

customer of our bank and is having a sound financial standing and maintaining A/C no_______________ with our bank since

past_______ years. Their dealing with the bank is satisfactory.

2. The firm has been provided with a credit limit of ____________.

3. This certificate is issued at the specific request of the customer for purpose of Bidding Tenders.

Sign & Stamp of Vendors with Stamp Sign of Bank Manager with Stamp

On Bank‟s letterhead.

24

Appx ‘L’

From DPM-11

MODEL ECS MANDATE FORMAT

Customer‟s option to receive payments through e-Payment (ECS/EFT/DIRECT CREDIT/RTGS/NEFT/Other payment mechanism as

approved by RBI)

Credit Clearing Mechanism:-

1. Customer‟s Name :-

2. Particulars of Bank Account :-

a. Bank Name :-

b. Branch Name :-

c. Address :-

d. Telephone number :-

e. IFS Code :-

f. 9 Digit code number of Bank and Branch appearing on MICR cheque issued by Bank

g. Account Type ( S.B. Account/ Current Account or Cash)

h. Ledger Number :-

i. Ledger Folio Number :-

j. Account Number as appearing on Cheque Book :-

3. Please attach a blank cancelled cheque ,or photocopy of cheque or front page of your saving bank passbook issued by your bank for

verification of the above particulars.

4. Date of effect

“ I, hereby , declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for

reasons of incompatible or incorrect information, I would not hold the user institution responsible. I have read the option invitation

letter and agree to discharge the responsibility excepted of me as a participant under scheme.”

Date :- ……………………………….

Sign of Customer

Certified that the particulars furnished above are correct as per our records.

Bank‟s Stamp :