govt. of india ministry of health & family ......1 of 21 govt. of india ministry of health &...
TRANSCRIPT
1 of 21
GOVT. OF INDIA
MINISTRY OF HEALTH & FAMILY WELFARE GOVERNMENT MEDICAL STORE DEPOT
POST BOX NO. 8, KARNAL-132 001. Phone 0184-2250233 Fax- 2252328 Mail id:- [email protected]
Bid Document For
Rate Contract for Transportation of Medicines/Medical Equipments to various destinations from GMSD-Karnal
for a Period of one Year
2 of 21
NOTICE INVITING TENDERS (NIT) GOVT. MEDICAL STORE DEPOT, KARNAL(Hr.)
Tender Reference No. : PS/2/Tender-05/Annual Transport Contract/2018-2019
1. Online bids are invited for transportation of consignments(Health Goods) of different
sizes & weight to be delivered to consignees anywhere in India (Majority of destinations in Northern States) on door delivery basis for a period of one year. The detail of vehicles required is mentioned in BOQ. Manual bids shall not be accepted.
2. Document Download: Tender documents may be downloaded from DGHS web site
www.dghs.gov.in (for reference only) and CPPP site
https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL DATE
SHEET as under.
CRITICAL DATE SHEET
Published Date 11th Sep. 2018 (04.00AM)
Bid Document Download / Sale
Start Date 11th Sep. 2018 (04.00AM)
Pre bid meeting 18th Sep. 2018 (11.00AM)
Bid Submission Start Date 19th Sep. 2018 (10.00AM)
Bid Submission End Date 03rd Oct., 2018 (12.00 Noon)
Technical Bid Opening Date 04th Oct., 2018 (12.00 Noon)
Price Bid Opening Date Will be intimated later on
Tender Opening Venue/ Address
for communication
Govt. Medical Store Depot,
Opposite Telephone Exchange/
BSNL Office
Karnal -132001
3. Bid Submission:
Bidders are advised to visit this website regularly to keep themselves updated as any change/ modification in the tender will be intimated through this website only. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app.
Tenderer/Contractor are advised to follow the instructions “Instructions To Bidder for Online Bid Submission” provided in the “Section-I” for online submission of bids - .
Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.
3 of 21
SECTION - I Instructions for Online Bid Submission
As per the directives of Department of Expenditure, this tender document has been published on the
Central Public Procurement Portal (URL: https://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.
Instruction For Searching For Tender Documents On CPP Portal 1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.
4 of 21
2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. 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. Otherwise the uploaded bid will be rejected.
5) Bidder should sign a Bid securing declaration accepting that if they withdraw or modify their bids during the period of validity, or if they are awarded the contract and if they fail to sign the contract, or to submit a performance security before the deadline defined in the request for bid document, they will be suspended for the period of three (3) years from the date of disqualification.
6) A standard BoQ format has been provided with the tender document to be filled by all the
bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.
7) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
5 of 21
8) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.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/bid openers public keys.
Overall, the uploaded tender documents become readable only after the tender opening
by the authorized bid openers.
9) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
10) Upon the successful and timely submission of bids (ie after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
11) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
3) The tenders will be received online through portal https://eprocure.gov.in/eprocure/app. In
the Technical Bids, the bidders are required to upload various documents. The bidder must
upload scanned copy of all documents which are legible and in .pdf format. The BoQ is to be
uploaded in Excel format.
4) Tenderer / Contractor are advised to follow the instructions provided in the ‘Instructions to
the Contractors / Tenderer for the e-submission of the bids online through the Central Public
Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app.
6 of 21
SECTION - II GENERAL INSTRUCTIONS TO BIDDERS
1. Not more than one tender shall be submitted by one contactor or contractors having business
relationship. Under no circumstance will father and his son(s) or other close relations who
have business relationship with one another (i.e when one or more partner(s)/director(s) are
common) be allowed to tender for the same contract as separate competitors. A breach of this
condition will render the tenders of both parities liable to rejection.
2. Tenderer who has downloaded the tender from the DGHS website www.dghs.gov.in and
Central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app shall
not tamper/modify the tender form including downloaded price bid template in any
manner. In case if the same is found to be tempered/modified in any manner, tender will be
completely rejected and EMD would be forefeited and tenderer is liable to be banned from
doing business with DGHS.
3. Intending renderers are advised to visit again DGHS website www.dghs.gov.in and CPPP
website https://eprocure.gov.in/eprocure/app regularly till closing date of submission of
tender for any corrigendum / addendum/ amendment.
4. Earnest Money Deposit(EMD) Payment
(4.1) Earnest Money Deposit worth Rs. 10000/- (Rs. Ten thousand only) is to be deposited through DD in
favour of Accounts Officer, GMSD, Karnal payable at Karnal with the Technical Bid. However its
scanned copy is to be submitted online, this EMD will be refunded immediately to the unsuccessful
Tenderer & to the successful tenderer after furnishing Bank Guarantee as per Terms &
Conditions.
(4.2) Govt. will not pay any interest on Earnest Money Deposit / Performance Security Deposit,
which would stand, credited to Govt. Accounts.
(4.3) If the contractor fails or neglects to observe or perform any of his obligations under the
contract, it shall be lawful for the purchaser to forfeit the Earnest Money Deposit /
Performance Security Deposit furnished by the contractor.
(4.4) The Micro Small and Medium enterprises (MSMEs) and the firms registered with National
Small Industries Corporation (NSIC) etc. are exempted from submitting the Bid Security/
Earnest Money Deposit as per prevailing rules. However, they have to submit the valid
documentary evidence in support of MSME/Registration with NSIC (indicating the items for
which they are registered.) along with the technical bid. Failure to submit the required
document evidence, the bid will be rejected/not considered as MSMEs/NSIC unit.
(4.5) The Hard Copy of original instruments in respect of earnest money/MSME/NSIC
supporting certificate must be delivered to the Chief Medical Officer(NFSG) Govt.
Medical Store Depot, Karnal on or before bid opening date/time as mentioned in
critical date sheet, failing which your bid will not be considered.
5. Bids will be opened as per date/time as mentioned in the Tender Critical Date Sheet. After
online opening of Technical-Bid the results of their qualification as well Price-Bid opening
will be intimated latter.
6. Validity of the Bid
7 of 21
6.1 The bid shall be valid for a period of 90 days extendable for a period of another 90 days
from the last date of submission of the bids (fixed initially in the publication of the
tender). However, the Tender Inviting Authority may request the bidders to extend the bid
validity beyond the said/above validity.
6.2 If the bidder refuses the extension of bid validity then they will lose all rights in respect of
all of their bids submitted together and all the bids will be summarily rejected without
forfeiting the Earnest Money Deposit.
6.3 The bid security of the unsuccessful bidders will be returned to them after expiry of the
final bid validity and latest within one month after the award of the contract
Submission of Tender
The tender shall be submitted online in Two part, viz., technical bid and price bid.
All the pages of bid being submitted must be signed and sequentially numbered by the bidder
in the same chronological order of the check list before uploading.
The offers submitted by Telegram/Fax/email shall not be considered . No correspondence will
be entertained in this matter.
7 Preparation and Online Submission of Bids
7.1 Technical Bid
(7.1.1) The bidders are required to upload various documents in Technical bids, as listed in `
Clause No.8.1.2
The bidders are advised to arrange all the documents to be uploaded in the same
chronological order of the checklist (Annexure-A). All these pages should be serially
numbered and signed with the rubber stamp of the firm on each page before uploading. The
Tender shall be liable to be rejected if the same are not uploaded with the Technical BID online.
(7.1.2) List of Scanned Documents to be uploaded in PDF format
(Documents as per check list – Annexure A)
(i) Copy of duly filled, Signed & Stamped Check List of documents uploaded (Annexure-A)
(ii) The Bidder Information (Annexure-B)
(iii) Copy of the valid registration certificates from State/Central Transporting Authority.
(iv) Latest Income Tax Return and GST Return (if applicable)
(v) HSN code as per GST regulation
(vi) Copy of valid NSIC Registration/MSME Certificate if any
(vii) The annual turnover statements for the last 2years
(viii) Copy of PAN Card
(ix) Copy of Goods & Service Tax Registration Certificate
(x) Bidder NEFT details
(xi) Letter of Bid (Annexure-C) along with the Contract Conditions duly ink signed and stamped
on each page.
(xii) Scan copy of D.D/ Bankers Cheque of EMD amount.
(xiii) Signed and Scanned Copy of attached Tender Acceptance Letter & Letter of authorization to
submit bid.
(xiv) An undertaking (self-certificate) that the agency hasn’t been blacklisted by a Central / State/UT
Government institution and there has been no litigation with any government department on
account of IT services.
8 of 21
(xv) No near relative certificate
(xvi) Signed and Scanned Copy of Technical data sheet
7.2 Price Bid/Bill of Quantities (BoQ)
The Price Bid will also be known as financial document and every bidder will be required
to submit its price in excel (BoQ) format attached to the respective tender document.
Please note that BoQ is to be submitted ONLINE ONLY and no copy is to be submitted
physically.
8 Prices
8.1 The Tenderer shall indicate on the Price Schedule (BoQ) the specified components of prices shown therein.
All the columns shown in the price schedule should be filled up as required. If any column does not apply
to a tenderer, same should be clarified as “NA” by the tenderer.
8.2 Rate should be quoted inclusive of Loading, Unloading in the column Basic Rate in BoQ. GST
should be quoted under the GST column of BoQ (by selecting from dropdown). Nothing will be
paid extra over the total rate calculated in the BoQ.
8.3 GST No. of this office as well as the consignees/indentors cannot be provided.
8.4.The Tender Inviting Authority reserves the right to accept in part or in full any Tender or reject any
Tender without assigning any reason or to cancel the E-Tendering process and reject all Tenders at any
time prior to award of contract, without incurring any liability whatsoever to the affected Tenderers or Bidders.
8.5 The Tender Inviting Authority may demand to see the original document or submission of attested
/certified copy of any document which has been submitted online or other document(s) requiring clarification.
8.6 All the information called for in all the BID documents should be answered, failing which, the bid shall not
be considered and is liable to be rejected without any further reference.
8.7 The Rates are not to be revealed in Technical Bid and each page of the bid documents must be Signed
& Uploaded in the prescribed format otherwise it will be liable to rejected.
9. PRICE BID
(a) Price bid undertaking should be submitted alongwith Price Bid
(b) Schedule of price bid in the form of BOQ_XXXX .xls
.PRICE BID UNDERTAKING
From: (Full name and address of the Bidder)______________________ ______________________ _______________________ To, The Chief Medical Officer(NFSG)
9 of 21
Govt. Medical Store Depot, Ministry of Health & Family Welfare Opp. Telephone Exchange Building, Karnal(Hr.) - 132001 Dear Sir, 1. I submit the Price Bid for Annual Transport Contract and related activities as envisaged
in the Bid document.
2. I have thoroughly examined and understood all the terms and conditions as contained in the Bid document, and agree to abide by them.
3. I offer to work at the rates as indicated in the price Bid, inclusive of all applicable taxes.
Yours Faithfully,
10. Opening of Technical and Price Bid
(i) The Technical Bids of the respective tender will be opened as per the bidding
schedule of the tender. The Technical bids will be scrutinized by the respective
Technical Evaluation Committee. (ii) The Price Bids of only those Bidders whose Technical bids are found
responsive on satisfying the criteria for technical evaluation will be opened
and only they shall be eligible to be present at the date and time for opening of Price Bid.
(iii) The Date and time of opening of the Price Bid will be announced on the e-
procurement portal https://eprocure.gov.in /e-procure/app after the
completion of evaluation of Technical Bids by the Technical Evaluation Committee.
11. Minor Infirmity/Irregularity/Non-Conformity If during the preliminary examination, the GMSD find any minor informality and / or irregularity and/or non-conformity in a tender, the GMSD may waive the same
provided it does not constitute any material deviation and financial impact and,
also, does not prejudice or affect the ranking order of the Tenderers. Wherever necessary, the GMSD will convey its observation on such “minor” issues to the
Tenderers by registered/speed post etc. asking the Tenderers to respond by a
specified date. If the Tenderer does not reply by the specified date or gives evasive
reply without clarifying the point at issue in clear terms, that tender will be liable to be ignored.
12. The bidders may submit their bids if the terms and conditions as prescribed are acceptable to
the bidders and they fulfil all the eligibility criteria. Therefore bidders are advised to read
Terms and conditions and Instructions of Bid Documents carefully before submitting their
quotations.
13. Award of Contract
Signature of authorized Representative
10 of 21
(i) The GMSD also reserve the rights (1) to enter into parallel Rate Contract(s)
simultaneously or at any time during the period of the Rate Contract with one or more
Bidder(s) as GMSD think fit and (2) to place ad-hoc contract or contracts simultaneously
or at any time during the period of this contract with one or more Transporter(s) /
Tenderer(s) for such destination or destinations as the GMSD (whose decision shall be
final) may determine.
(ii) The Tender Inviting Authority will initially award Rate Contract(s) with L1 only.
However if the L1-transporter fail to place/provide truck/vehicle within Five (5)
working days from the date of instruction/requisition to lift the stock/medicines, the
work will be carried out through L2 bidder and rate difference will be recovered
from L1-transporter including penalty due to non-lifting of stores.
14. Schedule of price bid in the form of BOQ_XXXX .xls The below mentioned Financial Proposal/Commercial bid format is provided as
BoQ_XXXX.xls along with this tender document at https://eprocure.gov.in/eprocure/app.
Bidders are advised to download this BoQ_XXXX.xls as it is and quote their offer/rates in
the permitted column and upload the same in the commercial bid. Bidder shall not
tamper/modify downloaded price bid template in any manner. In case if the same is
found to be tempered/modified in any manner, tender will be completely rejected and EMD
would be forefeited and tenderer is liable to be banned from doing business with DGHS .
Schedule of Requirements List of Destinations for which bids are invited, along with specification.
Sl.
No. Name of the Destination Type of Vehicle
Remarks
(if any)
1 All 58-Destinations
(as mentioned in BOQ)
Open body Trolla 32”-36”
Close body Container 32”-36”
Open body 12 Tyre Vehicle
Close body 12 Tyre container
Open body 10 Tyre Vehicle
Close body 10 Tyre container
Open body 21 ft. Vehicle
Close body 21 ft. Container
Open body 19 ft. Vehicle
Close body 19 ft. Container
Open body 17 ft. Vehicle
Close body 17 ft. Container
Open body 14 ft. Vehicle
Close body 14 ft. Container
Tata 407 open body vehicle
Tata 407 close body vehicle
Tata Ace open body vehicle
1-200 kg. Weight
201 – 1000 Kg. Weight
1001 – 2000 Kg. Weight
11 of 21
a. The rates shall be quoted in Indian Rupee only. b. The rates will be inclusive of all taxes/ GST , fees, levies, etc. and any revision in the
statutory taxes, fees, etc will be the responsibility of the Bidder. c. In case of any discrepancy/difference in the amounts indicated in figures and words the
amount in words will prevail and will be considered. d. The payment will be made to the Party at any Bank Account maintained in India by way of
ECS/RTGS after deducting the TDS as applicable. e. The quoted rates shall remain firm throughout the tenure of the contract and no revision is
permissible for any reason.
Authorized Signatory (Signature of the Authorized Person)
12 of 21
PRICE SCHEDULE
Enclosed as BoQ at .xls format to be submitted online only
Tender Enquiry Authority: Govt. Medical Store Depot, Karnal, MSO, DGHS, MoHFW
Name of the Work: Transportation of Medicines/Medical Equipments for a period of
one year from the date of conclusion of Rate Contract
Rate Enquiry No.: PS/2/Tender-05/Annual Transport Contract/2018-2019
Name of the Bidder/Bidding Firm/Company:
13 of 21
Annexure-A
Check list of List of Scanned Documents to be uploaded in pdf format
Sl.
No. Documents to be uploaded
At
Page
No.
1 Copy of duly filled, signed & stamped of Check list of
documents uploaded in Technical Bid (Annexure-A)
2 Bidder Information Form (Annexure-B)
3 Copy of Valid Registration Certificates/Trade License from
State/Central Transporting Authority.
4 Copy of latest Income Tax Return & GST Return
5 Copy of valid NSIC Registration/MSME Certificate if any
6 Annual turnover statements for the last two years
7 Copy of PAN Card
8 Copy of Goods & Service Tax Registration Certificate
9 Bidder NEFT Details
10 Letter of Bid (Annexure-C) along with Contract Terms &
Conditions duly ink signed & stamped on each page.
11 Scan copy of DD/Bankers Cheque of Tender Fee & EMD
amount
12 An undertaking that the agency hasn’t been blacklisted
(Signature of the Bidder)
Name in block letters __________________________________
Capacity in which the Tender has been signed with stamp/seal
14 of 21
Annexure-B
Bidder Information Form (For Providing Transport Services to Govt. Medical Store Depot, Karnal)
Tender Reference No. : PS/2/Tender-05/Annual Transport Contract/2018-2019
1. Name of Tendering Service Provider: ___________________________________ _ 2. Status( Proprietor /Partner/ Director): ___________________________ _
3. Names of Owner/Partner/Director:
3. Details of Earnest Money Deposit: D.D No. _________________________date________________
of Rs.___________ drawn on Bank______________________________ 4. Full Address of Registered Office: ____________________________________
_____________________________________
_______________________________ Telephone No._____________________________________ FAX No.__________________________________________ E-Mail Address_____________________________________
5. Full address of Operating / _____________________________________
Branch Office: ______________________________________ Telephone No._____________________________________ FAX No.__________________________________________ E-Mail Address____________________________________
6. Name & telephone no. of:
Authorized officer/person
to liaise with Field Office(s):________________________________ 8. PAN card Number : _____________________________________
9. Goods & Service Tax Registration No. : _____________________________________
10. Trade Licence/Registration No. : _____________________________________
from Transporting Authority.
15 of 21
11. Name of Banker with A/c Detail
Account No.: IFSC Code
Address of the Branch
12. Financial turnover of the tendering Service Provider for the last 02 financial
years.
Financial Year Amount Rs. Remarks, if any
2016-17
2017-18
13. Give details of minimum 2 such contracts executed by the tendering Service Provider during
the last two consecutive years in the following format
(if the space provided is insufficient, a separate sheet may be attached) :
Sl.
No.
Name of
Client
Address,
Telephone &
Fax No.
Transport Services
Provided Amount
of
Contract
Duration of
Contract
Remarks Type of
Services No. From To
13. If the establishment is registered with the Government as per the prevailing statute like Private Transport Agencies Rules of any other state. Please give details with document/evidence.
14. Additional information, if any (Attach separate sheet, if required)
(Signature of the Bidder)
Name in block letters __________________________________
Capacity in which the Tender has been signed with stamp/seal
16 of 21
Annexure-C TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date: To, The Chief Medical Officer(NFSG) Govt. Medical Store Depot Karnal(Hr.) Sub: Letter of undertakind and Acceptance of Terms & Conditions of Tender. Tender Reference No: PS/2/Tender-05/Annual Transport Contract/2018-2019 Name of Tender :- Invitation of rates for different type of vehicles for transportation of Health
goods anywhere in India. Dear Sir, 1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender’ from
the web site(s) namely: www.dghs.gov.in / https://eprocure.gov.in/eprocure/app. as per your advertisement, given in the above mentioned website(s).
2. I/We hereby offer to supply the stores detailed in the Tender Document, or such portion thereof as
you may specify in the order, at the price given in the Price Bid (BOQ) and agree to hold this offer
open till 90 days extendable for a period of another 90 days from the last date of submission of the
bids (fixed initially in the publication of the tender) from the date of the Tender opened or extended
date of opening.
3. I/We have read and understood the Tender Document and instruction to Bidders mentioned in
therein which form part of the contract /agreement and I / we shall abide hereby by the terms /
conditions / clauses contained therein and examine the specifications quoted in the Tender hereto
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 requirement. 4. The corrigendum(s) issued from time to time by your department/ organisation too have also been
taken into consideration, while submitting this acceptance letter. 5. I / We hereby unconditionally accept the tender conditions of above mentioned in tender
document(s) / corrigendum(s) in its totality / entirety. 6. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking. 7. I / We certify that all information furnished by the our Firm is true & correct and in the event that
the information is found to be incorrect/untrue or found violated, then your department/ organisation shall without giving any notice or reason therefore or summarily reject the bid or terminate the contract , without prejudice to any other rights or remedy including the forfeiture of the full said earnest money deposit absolutely.
7. All the Tender documents are duly filled in and signed by me/us with stamp / seal without any alteration in
17 of 21
the prescribed proformas.
Yours Faithfully,
(Signature of the Bidder, with Official Seal) GOVERNMENT MEDICAL STORE DEPOT KARNAL
TERMS & CONDITIONS
PS/2/Tender-05/ANNUAL TPT CONTRACT/2018-19
CONDITIONS FOR TRANSPORT CONTRACT This is agreement for rates (continuing /standing offer) of transportation between transporter and GMSD Karnal Ministry
of Health & F.W. for and on behalf of President of India for transportation of goods from GMSD, Karnal to stations
anywhere in India or from any station in India to GMSD, Karnal. Only those transporters who are either registered with
state Transport authority or engaged in business with any Govt. Agency having sufficient experience of Transport work
will be considered.
1. GENERAL CONDITION
1.1 The Transporter/Carrier shall be liable to deliver/hand over the Store/Goods in good condition to the
consignee/indenter at the specified place and within the specified time schedule.
1.2 The Transporter shall be liable for shortage/damage/theft or any kind of loss during transportation
whether or not covered by Insurance or fails to deliver the stores/goods to the consignee / indenter in
good condition within the stipulated period. The transporter shall be liable to pay entire cost of such
store to the GMSD Authority which includes SRCC, NDPT, all road risk like theft/pilferage/flood/fire
etc. The cost of recovery shall be worked out by the GMSD, Authority (Head of the Office) and his
decision will be final and shall be a binding. However, the Insurance Policy Cover equivalent to the
cost of store booked/handed over to the transporter will be provided by GMSD, Karnal at the time of
release of Gate Pass Out and it will be the duties of the transporter to comply with the
instructions/guidelines of the Insurance Company in case of losses during transit. The transporter shall
not shrink from the responsibility to prefer claim till its settlement. The transporter shall not take the
plea of Insurance in remittance the cost of losses. The final decision in matter will be taken by the
Govt. on settlement of final claim. In case of any loss, the GMSD authorities shall be liberty to
withhold the payment of transporter equivalent to the amount of loss from his pending bills.
1.3 He shall collect the proper acknowledgement for such delivery of store from the Indenter/Consignee
and submit the same to GMSD, Karnal Authorities immediately.
2. SPECIAL CONDITION
2.1 Tenderer should submit quotation/ rate in the Financial Proposal/Commercial bid format is provided
as BoQ_XXXX.xls along with this tender document at https://eprocure.gov.in/eprocure/app . Bidders
are advised to download this BoQ_XXXX.xls as it is and quote their offer/rates in the permitted
column and upload the same in the commercial bid. Bidder shall not tamper/modify downloaded
price bid template in any manner. In case if the same is found to be tempered/modified in any
manner, tender will be completely rejected and EMD would be forefeited and tenderer is liable to be
banned from doing business with DGHS .
2.2 The tender shall be submitted online in Two part, viz., technical bid and price bid. All the
pages of bid being submitted must be signed and sequentially numbered by the bidder irrespective of
18 of 21
nature of content of the documents before uploading. The offers submitted by Telegram/Fax/email
shall not be considered . No correspondence will be entertained in this matter.
2.3 Name & Full Address of the Firm and Owner / Partner of the Firm, along with Phone No. / FAX No. required
to be furnished in Technical Bid.
2.4 Copy of Trade License, Name of Banker with A/c No., PAN No. with copy, G.S.T No. with copy, Service Tax
Certificate, Registration No. with state Transport Authority along with a list of fleets No. owned by the Firm along with its R/C required to be uploaded as Technical Bid.
2.5 No modification is allowed once the Tender is submitted.
3. EARNEST MONEY/PERFORMANCE SECURITY
3.1 Earnest Money Deposit worth Rs. 10000/- (Rs. Ten thousand only) is to be deposited offline
through DD in favour of Accounts Officer, GMSD, Karnal payable at Karnal within the date of
opening of technical bid. However scanned copy of DD is to be submitted online along with other
documents of Technical bid failing which your bid will not be considered. This EMD will be
refunded immediately to the unsuccessful Tenderer & to the successful tenderer after furnishing Bank
Guarantee as per Terms & Conditions.
3.2 The Hard Copy of original instruments in respect of earnest money i.e Rs. 10000/-(Rs. Ten thousand
only) must be delivered to the Chief Medical Officer(NFSG) Govt. Medical Store Depot, Karnal on
or before bid opening date/time as mentioned in critical date sheet, failing which your bid will not be
considered & no plea will be considered thereto.
3.3. Govt. will not pay any interest on Earnest Money Deposit / Performance Security Deposit, which
would stand, credited to Govt. Accounts.
3.4 Successful Tenderer should furnish a Bank Guarantee for Rs. 50000/- (Rs. Fifty thousand) in favour of
Accounts Officer, GMSD, Karnal as performance Security Deposit after conclusion of Rate Contract of
transport. In case transporter fails to submit the bank guarantee, the bids security will be forfeited and
action as deemed fit shall be taken against the transporter,. which may Include blacklisting. The said
Bank Guarantee should remain valid for eighteen months from the date of acceptance of rates. In
case transporter quits the contract during the period of this Transport Contract, the penalty as deemed
fit will be imposed which includes forfeiture of Bank Guarantee, Black Listing for a period of three
years and recovery of losses if any due to termination of contract. The same as decided by the GMSD
Authority will be final and shall be binding.
3.5 The Micro Small and Medium enterprises (MSMEs) and the firms registered with National Small
Industries Corporation (NSIC) etc. are exempted from submitting the Bid Security/ Earnest Money
Deposit as per prevailing rules. However, they have to submit the valid documentary evidence in
support of MSMEs/Registration with NSIC (indicating the items for which they are registered.) along
with the technical bid.
4. TRANSPORT VEHICLES CATEGORY AND QUOTATION OF RATES (As per BOQ)
4.1 Rate should be quoted inclusive of Loading, Unloading and vehicle insurance charges under the
coloumn Basic Rate of BOQ. GST should be quoted under the GST column of BOQ. Nothing
will be paid extra over the total rate calculated. The transporter should instruct the driver not
to recover the unloading charges from the consignee.
19 of 21
4.2 Rate should be quoted for the stations mentioned in BoQ enclosed in .xls format to be submitted
online only.
4.3 Transporter may quote rate for any or all the stations & any or all the categories in the BOQ.
4.4 Due to any reason or unavoidable circumstances, if the dispatched consignment had to bring back to
GMSD Karnal (on instructions of GMSD-Karnal only) without unloading from the destination as
mentioned in the work order; the payment for bringing back the consignment will be made at the
same rate quoted to the destination.
4.5 A weightage of 15 % will be given to the actual weight of the consignment where the rates of minimum
quantity of next slab comes lower than the rate for actual weight of the lower slab.
4.6 If the consignment is voluminous, weight condition will not apply & goods will be booked according to
volume of consignment i.e. canter & full truck trollas as applicable with minimum 2 Ft. height.
4.7 In case of Part Quantity for any particular Consignment, the same Transporter will lift the said part
consignment at the prevailing rate i.e. on the lowest Transportation Rate of proportionate Volume Rate
or Depot Awarded Half Truck /DCM/Tempo Load whichever is lowest.
5. Validity of Rates
5.1 Rate offered shall be valid up to one year from the date of commencement. However Authority shall have right to
extend or shorten the period of contract as deemed fit to the best interest of the Govt. without any further notice.
6. HANDING OVER OF STORE TO THE TRANSPORTER
6.1 Mode of handing over of store for transportation will be decided by the GMSD Authority. No request or
interference of the transporter for the above will be entertained at any circumstances.
6.2 The store/goods will be handed over to the Transporter/Authorized representative of the Transporter for
delivery either from the GMSD Campus, or from various Godowns within Karnal. For Authorized
representative, he must hold the proper identity for the above and his signature must be attested by the
transporter and attested photo must be placed to the office for record.
6.3 The transporter or his authorized representative must attend office of GMSD within three days of
issuing work order in writing and any requisition made orally for demand of vehicle, in case it is holiday,
next working day should be taken under consideration to collect instruction of delivery and relevant
document to lift store from time to time. The transporter may also keep close contact over phone with
respective ADM/Depot Supdt. in charge of Store. Vehicles will be called by issuing work order in
advance or through email mentioning period for lifting of store which will be regularized while issuing
work order within 10-15 days.
6.4 Instruction to provide truck/vehicle will be given to the Transporter and it will be the responsibility of
the transporter/authorised representative of the transporter to collect the same from the office and no plea
regarding non-receipt of intimation/requisition will be entertained in any circumstances if they fail to
attend the office and collect the same personally.
6.5 The transport/truck should be provided/placed by the transporter to lift the store from GMSD premises
or Godown within Five(5) working days from the date of issue of instruction or requisition of the
respective ADM/Store Superintendent through email or over phone. If the transporter fails to
place/provide truck within Five (5) working days without valid reason, the penalty will be imposed as
per penalty clause (See below) after the expiry of above stipulated date till the date of lifting by other
20 of 21
agency, no request in this regard will be entertained. Transporter must provide the type of vehicle
strictly as per requirement/demand, in case small size vehicle is provided against big size vehicle
requirement, the same will be returned back without any freight.
6.6 The vehicle must be provided before 11:00 AM as per requirement otherwise no haulting charges either
at Karnal or at consignee’s destination will be allowed.
6.6 If the transporter fails to place/provide truck/vehicle within Five(5) working days from the date of
instruction/requisition to lift store and the work is carried out through other agency/higher bidder. The
rate difference will be recovered from defaulter transporter including penalty due to non lifting of stores.
6.7 The transporter will be liable to lift the store from two or more different points i.e. GMSD premises and
hired godowns within the limit of Municipal Corporation area and he may be asked to deliver the store
at two different points in the same station/destinations on the same route or in vicinity only against the
transport charges of the distant destination, practicable wherever for which no extra charges will be paid.
6.8 If the L1-transporter fail to place/provide truck/vehicle within Five (5) working days from the date of
instruction/requisition to lift store, the work will be carried out through L2-bidder and rate difference
will be recovered from L1-transporter including penalty due to non-lifting of stores.
7. DELIVERY OF STORE
7.1 The Transporter should deliver the store in good condition immediately after lifting of stock from
G.M.S.D as per distance and collect the proper acknowledgement/Receipt of delivery from the
consignee/ Indentor i.e. obtain a clear receipt of store, total no. of truck & each truck Registration No.
which contain the store and must have consignee’s signature & rubber stamp. Intimation of delivery of
store should be made in writing within Five (5) days from the date of delivery and relevant documents of
such acknowledgement of delivery of store to be handed over to the officer concerned of GMSD within
Ten (10) days from the date of acknowledgement/receipt of store by the consignee. In case the
transporter failes to submit intimation or acknowledgement within the above stipulated period without
any valid and accepted reason, he shall be liable for Penalty as per ‘Penalty Clause’.
7.2 The delivery of store to the consignee/ indentor should be made from the same vehicle into which the
store was booked by GMSD, Karnal. Unloading/shifting of store from hired vehicle will not be
permissible once dispatched by GMSD premises, except under unavoidable circumstances only with
prior permission from the Head of office.
8. PENALTY CLAUSE
8.1 In case the Transporter fails to deliver/ lifting of the store in good condition within the above specified time schedule or non-compliance of point No. 7, he shall be liable to pay compensation for delay @ 0.5% on the
Transporter Bill amount for each day of delay subject to maximum @ 10% of total cost of Transport Charges, and
thereafter action will be taken as per Rules.
8.2 GMSD Authority reserves the right to impose the penalty in case of breaching of any condition as specified in the
contract. The quantum of penalty whatsoever decided by GMSD Authority will be final and shall be a binding.
9 OTHER CONDITION
9.1 In case of habitual delay of the transporter for performing the job of transportation or bad workmanship, the
agreement for transportation of store will be rescinded. In such case Work of transportation will be carried out
through other agency at the risk and cost of the Authorized Transporter and the difference of Cost of Transportation Charges will be recovered from Authorized Transporter’s Bank Guarantee/Pending Bills.
21 of 21
9.2 No Trans-shipment without valid reasons will be allowed, stores have to be delivered by same vehicle
whatsoever in which the stores are loaded since the vehicle along with the goods are insured. In case of
any dispute in respect of above it would be prior intimation to this effect shall be given to GMSD
Authority as well as Insurance Company.
9.3 Store is to be transported in closed body/covered vehicle, protected from sunlight, rain & Extremes of Temperature
to avoid damage to medical goods.
9.4 In the event of any dispute, the matter is to be decided by an Arbitrator who may be the Head of the
Office or any other competent Officer and dispute should solve in accordance with the provision of the
Arbitration Act 1996 and his decision shall be final. And for any further resolution the matter will be
subject to jurisdiction of Karnal.
9.5 As well loss/theft during the transportation the dispute in this matter whatsoever decided by the GMSD
Authority shall be final. 10. PAYMENT OF BILL
10.1 On successful completion of transportation, the transporter should submit bill along with copy of issue voucher & GR duly receipted by the consignee, and other related documents to this office for payment. Payment of bill will
be made as early as possible on receipt of confirmation of receipt of store from respective consignee to the Depot
subject to stipulated condition of rate agreement.
10.2. T.D.S. as applicable will be recovered at source from all bill/payment and certificate for such recovery will be
issued in due course.
11 Chief Medical Officer(NFSG), H.O.O, GMSD, Karnal has reserve the right to cancel/ reject the tender
without giving any reason to the bidder at any stage.
Note: The above Terms & Conditions must be submitted on Legal/Stamp Paper of Rs. 100/- duly attested by
Notary Public, which must be provided offline to GMSD, Karnal on or before opening of Technical Bid. However scanned copy of the same is to be submitted online along with other documents of
Technical bid failing which your bid will not be considered.
Signature of the Transporter
With Rubber Stamp in token of
Acceptance of above Terms & Conditions