ANNUAL MEDICINES & OTHER ITEMS · 2014. 5. 7. · nutrikit cv 3,000 nos. list of injections 102...

30
1 TENDER DOCUMENT FOR PROCUREMENT OF ANNUAL MEDICINES & OTHER ITEMS FOR THE YEAR 2012-13

Transcript of ANNUAL MEDICINES & OTHER ITEMS · 2014. 5. 7. · nutrikit cv 3,000 nos. list of injections 102...

  • 1

    TENDER DOCUMENT FOR

    PROCUREMENT

    OF

    ANNUAL MEDICINES &

    OTHER ITEMS

    FOR THE YEAR 2012-13

  • 2

    Not Transferable

    TENDER DOCUMENT “FOR PROCUREMENT OF

    ANNUAL MEDICINES & OTHER ITEMS.”

    No. 14(14-4)/ANNUAL MEDICINES/2012-13/Advt. No. 27/716 Date 14.05.2012

    This Tender Document Contains 30 Pages Tender Documents is Sold to:

    M/s

    Address

    Details of Contact person in SPMCIL regarding this tender:

    Name, Designation : Rajkumar R.

    Officer (Material)

    Address : Security Paper Mill

    Hoshangabad – 461005 (M.P)

    Phone : 07574-279847

    Fax : 07574-255170

    Email : [email protected]

    mailto:[email protected]

  • 3

    CONTENTS OF TENDER

    CHAPTER CONTENT PAGE NO.

    SECTION-I NOTICE INVITING TENDER 04

    SECTION-II GENERAL INSTRUCTIONS TO TENDERERS 06

    SECTION-III SPECIAL INSTRUCTIONS TO TENDERERS 07

    SECTION-IV GENERAL CONDITIONS OF CONTRACT 08

    SECTION-V SPECIAL CONDITIONS OF CONTRACT 09

    SECTION-VI LIST OF REQUIREMENTS 10

    SECTION-VII TECHNICAL SPECIFICATIONS 17

    SECTION-VII I QUALITY CONTROL REQUIREMENTS 18

    SECTION-IX QUALIFICATION/ELIGIBILTY CRITERIA 19

    SECTION-X ACCEPTANCE OF TERMS & CONDITIONS 20

    SECTION-XI PRICE SCHEDULE 21

    SECTION-XII QUESTIONNAIRE 22

    SECTION -XIII BANK GUARANTEE FORM FOR EMD 23

    SECTION-XIV MANUFACTURER‟S AUTHORIZATION FORM 24

    SECTION-XV BANK GUARANTEE FORM FOR PERFORMANCE SECURITY 25

    SECTION XVI CONTRACT FORM 26

    SECTION XVII LETTER OF AUTHORITY FOR ATTENDING A BID OPENING 28

    SECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES 29

    SECTION XIX PROFORMA OF BILLS FOR PAYMENTS 30

  • 4

    (SECTION – I)

    NOTICE INVITING TENDER

    No. 14(14-4)/ANNUAL MEDICINES/2012-13/Advt. No.27/716 Date 14.05.2012

    1. Sealed tenders are invited from eligible and qualified tenderers for supply of following

    Items.

    Schedule

    No.

    Brief Description of Medicines/

    Materials

    Earnest Money

    (in Rs.)

    1.

    Procurement of Annual Medicines

    & Other Items. Rs. 36,000/-

    (Thirty Six Thousand Only.)

    Type of Tender Single bid, National Competitive Bid.

    (OpenTender)

    Dates of sale of tender documents: From 14.05.2012 to 14.06.2012 during

    office hours

    Place of sale of tender documents Security Paper Mill, Hoshangabad

    Closing date and time for receipt of tenders Up to 17.00 Hrs till 14.06.2012

    Place of receipt of tenders Security Paper Mill, Hoshangabad

    Time and date of opening of tenders 15.00 Hrs on 15.06.2012

    Place of opening of tenders Security Paper Mill, Hoshangabad

    Nominated Person/ Designation to Receive

    Bulky Tenders

    Officer (Material)

    2. Interested tenderers may obtain further information about this requirement from the Office of The General Manager, Security Paper Mill, Hoshangabad.

  • 5

    3. Tender documents may be purchased on payment of non-refundable fee of Rs.250/- per set in the form of account payee demand draft/ cashier‟s cheque/ certified cheque, drawn in favour

    of the General Manager, Security Paper Mill, payable at Hoshangabad (M.P.)

    4. If requested, the tender documents will be mailed by registered post/speed post to the domestic Tenderers and by international air-mail to the foreign Tenderers, for which extra

    expenditure per set will be Rs. 100/- (Rupees One Hundred) for domestic post and Rs. 500/-

    (Rupees Five Hundred) for international air-mail. The tenderer is to add the applicable

    postage cost in the non-refundable fee mentioned in para 3 above.

    5. Tenderer may also download the tender documents from the website http://spmhoshangabad.spmcil.com or http://eprocure.gov.in/cppp/ and submit tenders by

    utilizing the downloaded document, along with the required non-refundable fee as mentioned

    in para 3 above.

    6. Tenderers shall ensure that their tenders, duly sealed & signed complete in all respects, as per instructions contained in this tender document are dropped in the tender box located at the

    address given below on or before the closing date and time indicated in the Para 1 above,

    failing which the tenders will be treated as late and rejected.

    ADDRESS

    The General Manager,

    Security Paper Mill,

    Hoshangabad - 461 005 (M.P.) India.

    7. In the event of any of the above mentioned dates being declared as holiday/ closed day for the purchase organization, the tenders will be sold/ received/ opened on the next working day

    at the appointed time.

    8. The Tender Documents are not transferable.

    (Rajkumar R.)

    Officer (Material)

    For General Manager

    http://spmhoshangabad.spmcil.com/http://eprocure.gov.in/cppp/

  • 6

    (SECTION – II)

    GENERAL INSTRUCTIONS TO TENDERER

    Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf for further details.

    http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf

  • 7

    (SECTION-III)

    SPECIAL INSTRUCTIONS TO TENDERERS

    The following Special Instructions to Tenderers will apply for this purchase. These special

    instructions will modify/ substitute/ supplement the corresponding General Instructions to

    Tenderers (GIT) incorporated in Section II.

    The corresponding GIT clause numbers have also been indicated in the text below. In case of

    any conflict between the provision in the GIT and that in the SIT, the provision contained

    in the SIT shall prevail.

    Sl. No. GIT Clause No. Topic SIT Provision

    1 10.1 d) Earnest Money Deposit 1

    2 19 Tender Validity 2

    3 34 Comparison on CIF Destination basis. 3

    1. Earnest Money Deposit:

    Tender should be accompanied with Earnest Money Deposit (Non-interest bearing) of

    Rs. 36,000/- (Rupees Thirty Six Thousand Only) in the form of FDR/ Crossed non-interest

    bearing Demand Draft from any scheduled commercial Bank in India, payable at SPM

    Branch, Hoshangabad(M.P.). No other mode of deposit shall be accepted. Please note that

    without EMD the offer will be summarily rejected.

    2. Tender Validity:

    The tender shall remain valid for acceptance for a period of 120 days after the date of tender

    opening prescribed in the tender document. Any tender valid for a shorter period shall be

    treated as unresponsive & rejected.

    3. Comparison on F.O.R. SPM Hoshangabad (CIF) Basis.

    The Comparison of the responsive tenderers shall be on Total Price quoted F.O.R. SPM

    Hoshangabad basis as per Price Schedule in Section – XI of this Tender Document. The

    tenders received and accepted will be evaluated to ascertain the best and lowest evaluated

    tender in the interest of the purchaser for the complete scope of supply as per Technical

    Specifications covered in the document.

  • 8

    (SECTION-IV)

    GENERAL CONDITIONS OF CONTRACT

    Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf for further details.

    http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf

  • 9

    (SECTION-V)

    SPECIAL CONDITIONS OF CONTRACT

    The following Special Conditions of Contract (SCC) will apply for this purchase.

    The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC

    stipulations have also been incorporated below. These Special Conditions will

    modify/substitute/supplement the corresponding (GCC) clauses. Whenever there is any conflict

    between the provision in the GCC and that in the SCC, the provision contained in the SCC shall

    prevail. (Clauses of GCC listed below include a possibility for variation in their provisions

    through SCC. There could be other clauses in SCC as deemed fit)

    S.No GCC Clause No. Topic SCC Provision

    1 19.3 Option clause 1

    2 22.1 Payment Terms 2

    3 10 Terms of delivery 3

    4 ---- Medicines Life 4

    1. Option Clause:

    The General Manager SPM reserves the right to increase the ordered quantity by 25% at any

    time, till the final delivery date of the contract, by giving reasonable notice even though the

    quantity ordered initially has been supplied in full before the last date of expiry of Delivery

    period.

    2. Payment Terms:

    100% Payment shall be done within 30 days on receipt and acceptance of goods by the

    purchaser and on production of all required documents by the supplier.

    Payment shall be made through RTGS/NEFT. The firm may give their E-payment details

    accordingly.

    3. Terms of Delivery:

    The entire Medicines & Other Items supply should be completed within 2 Month or earlier.

    4. Terms of Medicines Life:

    The life of Medicines supplied should be for minimum One-year period from the date of

    supply for consumption.

  • 10

    (SECTION-VI)

    LIST OF REQUIREMENTS MEDICINES

    Schedule

    No. Name of Medicines & Other Items

    Required Quantity

    1 TAB. RIOMET TRIO (1 mg) 5,000 Nos.

    2 TAB. METRIDE - 1 5,000 Nos.

    3 TAB. GLYNACE - MF 5,000 Nos.

    4 TAB. GLYMET - DS 5,000 Nos.

    5 TAB. DAONIL - M 2,000 Nos.

    6 TAB. LIVOGEN 2,000 Nos.

    7 CAP. AQUASOL 5,000 Nos.

    8 CAP. EVION - 600 5,000 Nos.

    9 CAP. BECOSULES – Z 5,000 Nos.

    10 TAB. XYTRIL (0.25) 2,000 Nos.

    11 TAB. AVIL 25 5,000 Nos.

    12 CAP. ECOSPRIN GOLD - 10 3,000 Nos.

    13 TAB. BETNESOL 3,000 Nos.

    14 TAB. DORAN - O 1,000 Nos.

    15 TAB. COLITAB 2,000 Nos.

    16 TAB. DERIPHYLLINE - ® 2,000 Nos.

    17 TAB. SNEEZY 2,000 Nos.

    18 TAB. NIMACT - P 10,000 Nos.

    19 TAB. CINOF - OZ 5,000 Nos.

    20 TAB. CALTER PLUS 5,000 Nos.

    21 TAB. FIXACT 200 5,000 Nos.

    22 TAB. DIACT 5,000 Nos.

    23 TAB. ALRAB DSR 10,000 Nos.

    24 TAB. PACTOPIN - 5 5,000 Nos.

    25 TAB. MAXAGE - XS 5,000 Nos.

    26 TAB. CEFOPAC - 100 3,000 Nos.

    27 TAB. ZEPH - 630 5,000 Nos.

    28 TAB. ALLEBEST - A 5,000 Nos.

    29 TAB. CO2 5,000 Nos.

    30 TAB. QUICK - 200 5,000 Nos.

    31 TAB. MAXIGAN - D 10,000 Nos.

    32 TAB. LOMOFEN 7,000 Nos.

    33 TAB. DOM DT 6,000 Nos.

    34 TAB. BRUPAL FORTE 5,000 Nos.

  • 11

    35 TAB. COZEN 5,000 Nos.

    36 TAB. CETERAZEN 5,000 Nos.

    37 TAB. ZITHROX -PLUS 6,000 Nos.

    38 TAB. CLID VL (VAGINAL) 500 Nos.

    39 TAB. DISPRIN 3,000 Nos.

    40 TAB. ACINIL 5,000 Nos.

    41 TAB. VERTIN - 16 1,000 Nos.

    42 TAB. NIMUTOL COLD 5,000 Nos.

    43 TAB. STREPCIL'S 5,000 Nos.

    44 TAB. BETABIST FORT 5,000 Nos.

    45 TAB. SNIZOF 5,000 Nos.

    46 TAB. CEFO - AZ 3,000 Nos.

    47 TAB. AZIWIN (500 mg) 3,000 Nos.

    48 TAB. DIGINE 5,000 Nos.

    49 TAB. METROGYL (200 mg) 3,000 Nos.

    50 TAB. ELTROXIN (50 mg) 100 TAB. / BOTT. 50 Bott.

    51 TAB. ELTROXIN (100 mg) 100 TAB. / BOTT. 50 Bott.

    52 TAB. SUPERMET (50 mg) 5,000 Nos.

    53 TAB. MEFLONG 5,000 Nos.

    54 TAB. VENIM - P 5,000 Nos.

    55 TAB. WIN BP AM - 40 5,000 Nos.

    56 TAB. T.G. GOAL 10,000 Nos.

    57 TAB. PERCIN (200 mg) 2,000 Nos.

    58 TAB. M. CIN 2,000 Nos.

    59 TAB. CIFADIN CLV 3,000 Nos.

    60 TAB. BALPOD CV 5,000 Nos.

    61 TAB. PANTOCARE- 40 5,000 Nos.

    62 TAB. GLOFER 10,000 Nos.

    63 TAB. LEXCORT 2,000 Nos.

    64 TAB. CAAT - 40 2,000 Nos.

    65 TAB. LYCOBEXIN 15,000 Nos.

    66 TAB. TELPRESI MT 10,000 Nos.

    67 TAB. RUTIN 3,000 Nos.

    68 TAB. TRU ZEE – 500 2,000 Nos.

    69 TAB. GLIZID - M OD 10,000 Nos.

    70 TAB. MYLOGEN FORTE 15,000 Nos.

    71 TAB. TENORMIN - 100 15,000 Nos.

    72 TAB. SIMI - 200 5,000 Nos.

  • 12

    73 TAB. CORCIUM PLUS 15,000 Nos.

    74 TAB. XYTRIL (0.5 mg) 5,000 Nos.

    75 TAB. GLYCOMET GP1 20,000 Nos.

    76 TAB. DUOTRD (5mg) 10,000 Nos.

    77 TAB. VOTIX – 2 5,000 Nos.

    78 TAB. STORFIB 5,000 Nos.

    79 TAB. IPOC 20,000 Nos.

    80 TAB. METZOC (25 mg) 5,000 Nos.

    81 TAB. FLUGESIC 10,000 Nos.

    82 TAB. PANCRE VAT 20,000 Nos.

    83 TAB. NIMPAR 20,000 Nos.

    84 TAB. ISOKIN 2,000 Nos.

    85 TAB. OFLOMAX TZ 10,000 Nos.

    86 TAB. KIMET XL 5,000 Nos.

    87 TAB. MIGRACEF 5,000 Nos.

    88 TAB. MEGA POSE 5,000 Nos.

    89 TAB. DAYO OD 5,000 Nos.

    90 TAB. NOREP 10,000 Nos.

    91 TAB. RCIFAC 400 10,000 Nos.

    92 TAB. TONACT TG 10,000 Nos.

    93 TAB. REMISTAR (5 mg) 10,000 Nos.

    94 TAB. CLOPI TAB A 10,000 Nos.

    95 TAB. TRIKA 0.25 5,000 Nos.

    96 CAP. DRISE 5,000 Nos.

    97 CAP. VITAFIL 5,000 Nos.

    98 CAP. OXYNE 5,000 Nos.

    99 CAP. PANTOSAP-D 10,000 Nos.

    100 CAP. OMEPARAZOLE 5,000 Nos.

    101 CAP. NUTRIKIT CV 3,000 Nos.

    LIST OF INJECTIONS

    102 INJ. PCM (30 ml) 50 Vial

    103 INJ. DICLOFENAC SODIUM 2,000 Amp.

    104 INJ. ANAFORTAN (20 ml) 20 Vial

    105 INJ. DERIPHYLLINE 500 Amp.

    106 INJ. DECADRAN (2 ml) 2000 Vial

    107 INJ. MEFATALSPAS 1,000 Amp.

    108 INJ. ELDERVIT 1,000 Amp.

    109 INJ. GENTAMYCIN 1,000 Amp.

  • 13

    110 INJ. AVOMIN (10 ml vial) 30 Vial

    111 INJ. POLYBION (2 ml) 500 Nos.

    112 INJ. ACILOC (2 ml) 1000 Nos.

    113 INJ. FEPANIL (2 ml) 500 Amp.

    114 INJ. VIT CO FOL 500 Vial

    115 INJ. MACAL VIT 500 Vial

    116 INJ. ZONACT (1 gm) 1,000 Nos.

    117 INJ. DOLO KIND 500 Amp.

    118 INJ. MACMIKA (500 ml) 2000 Vial

    119 INJ. CALMPOSE 100 Nos.

    120 INJ. SIGMA CHROME (10 ml) 10 Vial

    121 INJ. MELEX 500 Nos.

    122 INJ. XOBACT (1.5 gm) 200 Nos.

    123 INJ. HIBOL 50 200 Nos.

    124 INJ. EXENERV 300 Amp.

    125 INJ. ETHAM - IN 100 Amp.

    126 INJ. TORSA 50 Amp.

    127 INJ. REBELOC 100 Amp.

    128 INJ. 5% BOTTAL (GLUCOSE) 1000 Nos.

    LIST OF SYRUP

    129 SYP. CEFOPAC 500 Bott.

    130 SYP. CETAPAR 500 Bott.

    131 SYP. ONCET CF 500 Bott.

    132 SYP. DIGIMAX 500 Bott.

    133 SYP. ARISTOZYME 2,000 Bott.

    134 SYP. ORISTAR (200 ml) 500 Bott.

    135 SYP. PEPTICA GEL 500 Bott.

    136 SYP. CYPON -N 500 Bott.

    137 SYP. R.B.TONE 500 Bott.

    138 SYP. GENOFEX-Z 1000 Bott.

    139 SYP. HEPAREAD 500 Bott.

    140 SYP. SORBOLINE 500 Bott.

    141 SYP. OXIFER XT 500 Bott.

    142 SYP. TRI SOLIV 500 Bott.

    143 SYP. MAXAGE - XS 500 Bott.

    144 SYP. COREX. T 1500 Bott.

    DRESSING ROOM MEDICINES

    145 OINT. SILVER SULPHADIZINE 100 G 500 Nos.

  • 14

    146 OINT. CLOBELAC 30 G 1,000 Nos.

    147 MYALOGIN S SPRAY (100 ml) 1000 Spray

    148 OINT. FUSIWAL (100gm) 500 Nos.

    149 OINT. AGX CREAM (100gm) 1,000 Nos.

    150 OINT. DREZ (100 gm) 4,000 Nos.

    151 OINT. CIPLOX EYE OINTMENT (5gm) 1,500 Nos.

    152 OINT. BRITE (100 gm) 100 Nos.

    153 DROP GENTAMYCIN EYE DROP (10 ml) 2,000 Nos.

    154 DROP. CIPROFLOXACIN EYE/EAR (10 ml) 1,500 Nos.

    155 DROP DESOL (EAR DROP) (10 ml) 1,000 Nos.

    156 DROP. MOXIBLU EYE DROP (10 ml) 1,000 Nos.

    157 OINT. ROXIDIN- M (100 gm) 200 Nos.

    158 CHOLOROPHENICAL EYE APPLICAP 100 CAP./BOTT. 50 Bott.

    159 DETTOL (5 LITRE)PACK 20 Pack

    160 PHENOL (5 LITRE) PACK 24 Pack

    161 ACID (5 LITRE) PACK 24 Pack

    162 G.I. PAINT (500 ml) 10 Bott.

    163 NEOSPORIN POWDER (10 gm) 100 Nos.

    164 DOLONEX GEL (10 gm) 2000 Nos.

    165 GAMA BENEGINE LOTION(100 ml) 200 Nos.

    166 MAXEL (400 ml) 10 Pack

    167 XYLOCCUINE JELLY 2% (30 ml) 10 Vial

    168 DROP ITONE (10 ml) 300 Nos.

    169 TURPINTINE LINIMENT (250 ml) 100 Bott.

    170 CREP BANDAGE (7.5 c.m.) 100 Nos.

    171 CREP BANDAGE (15 c.m.) 100 Nos.

    172 POP (10 c.m.) 20 Nos.

    173 POP (15 c.m.) 20 Nos.

    174 MICROPORE (4 c.m.) 100 Nos.

    175 MICROPORE (7.5 c.m.) 100 Nos.

    176 COTTON THAN GAUGE (20/60) / Pack 300 Packed

    177 ROLLEZ BANDAGE (10 c.m.) (12 Roll each Packed) 100 Nos.

    178 G.I.V. Paint (500 ml) 10 Bott.

    179 THROAT PAINT (MANDALS) (5 ml/Bott.) 500 Bott.

    180 DISPOSSIBLE NEEDLE 23” NO 3,000 Nos.

    181 DISPOSSIBLE NEEDLE 22” NO 3,000 Nos.

    182 DISPOSSIBLE NEEDLE 18” NO 3,000 Nos.

    183 DISPOSSIBLE GLOVES (7.5 c.m.) 1,000 Nos.

  • 15

    LAB ITEMS

    184 GROUP SERA (10 ml vial set A+B+D) 02 Set

    185 BIO-CLEAN TM (1000 ml) 30 Nos.

    186 RA FACTOR KIT (Device) 50 Nos.

    187 SODIUM CITRATE (3.8%) (500 ml) 06 Bott.

    188 URISTRIX (100 Strip/Bott.) (Bio-tron) 12 Nos.

    189 PREGNANCY TEST CARD (Prega News- Mankind) 100 Nos.

    190 HCL N/10 (500 ml/Bott) 06 Nos.

    191 WIDAL TEST GEL (Agapec 4x5 ml/set) 04 Nos.

    192 LEVER MED (1000 ml/Bott.) 10 Bott.

    193 EMMERSION OIL 10 Bott.

    194 S D CHEK (50 Strip/Pkt) (With Instrument Free) 40 Pack

    195 BARIEM CHLORIDE 10% (500 ml/Bott.) 06 Bott.

    196 FOUCHET’S REAGENT (150 ml/Bott.) 06 Bott.

    197 PARACHEK KIT (Malasia kit) Device 100 Nos.

    198 LIESH MAN’S STAIN (500 ml/Bott.) 06 Nos.

    199 WBC FLUID (500 ml/Bott.) 06 Nos.

    200 BRUSHE (Short size) 100 Nos.

    201 BRUSHE (Big size) 100 Nos.

    202 GLASS COVER SLIP 50 Nos.

    203 CENTRIFUSE TEST TUBE (BROCIL) 100 Nos.

    204 DROPPER LONG MOUTH 60 Nos.

    205 FILTTER PAPER (Put) 50 Pack

    206 HEAMOGLOBIN TUBE (Square) 04 Nos.

    207 HAND BLET TURNICATE 12 Nos.

    208 GLASS SLIDE BOX (Microscopic) (50 Slide/Box) 60 Box

    209 RUBBER BULB FOR PIPETTE USE 20 Nos.

    210 TEST TUBE (12 x75”) 100 Nos.

    211 TEST TUBE (12X100”) 100 Nos.

    212 WINTROP TUBE (GLASS) 60 Nos.

    213 W.B.C. (PIPETTE) 02 Nos.

    214 HB PIPETTE 06 Nos.

    215 DISPOSSIBLE PLASTIC (Container for Urine Sample use) 1,000 Nos.

    216 HAEMOGLOBIN METER WITH MACHING STAND WITH SQUARE SIZE

    02 Nos.

    217 VARI FIX MICRO PIPETTE (05 ml to 100 ml) 02 Nos.

    218 VARI FIX MICRO PIPETTE (100 ml to 500 ml) 02 Nos.

    219 B.P. INSTRUMENT (Digiter DR. More pen made) 04 Nos.

  • 16

    220 STETHO SCOPE (DR. More pen) 04 Nos.

    221 PHENOL (5 Litre/Pack) 50 Pack

    222 ACID (5 Litre/Pack) 24 Pack

    223 CLINICAL THERMAMETER (DR. More pen) 06 Nos.

    224 VIEW BOX 04 Nos.

    225 NEEDLE CUTTER (Burner with cutter) (Electric) 02 Nos.

    226 EMERJENCY LIGHT (with charger) Best quality 02 Nos.

    227 HOT PLAT 02 Nos.

    228 ROOM HEATER (Best quality) 04 Nos.

    X-RAY UNIT

    229 X-Ray FILM 12” x15” 10 Pkts.

    230 X-Ray FILM 12” x12” 10 Pkts.

    231 X-Ray FILM 10” x12” 10 Pkts.

    232 X-Ray FILM 8” x10” 10 Pkts.

    233 DEVELOPER POWDER (1.37 kg)/Pkts. 10 Pkts.

    234 FIXER POWDER (3.28 kg)/Pkts. 10 Pkts.

    235 INTENSIFYING SCREENS ULTRA -200, 12” x 15” 2 Pair

    236 INTENSIFYING SCREENS ULTRA - 200, 12” x 12” 2 Pair

    237 INTENSIFYING SCREENS ULTRA- 200, 10” x 12” 2 Pair

    238 INTENSIFYING SCREEN ULTRA-200, 8” x 10” 2 Pair

    HEALTH UNIT

    239 PARAFFIN WAX (1 Kg./Pack) 10 Kgs.

    240 INFRA – RED BULBS (150 wat) 02 Nos.

    241 ULTRA SOUND GEL (200 gm/Pack) 10 Tubes

    242 TISSUE PAPER NAPKIN (50 Paper/Pack) 10 Pkts.

    Amount of EMD : Rs. 36,000/-(Rupees: Thirty Six Thousand Only.)

    Required Delivery Schedule : Within 2 Months (Tentatively)

    (Delivery shall commence immediately after

    issue of NAC/ Purchase order whichever is

    earlier)

    Required Terms of Delivery : F.O.R SPM, Hoshangabad

    Destination : Security Paper Mill, Hoshangabad

    Preferred mode of Transportation : Road

  • 17

    (Section-VII)

    TECHNICAL SPECIFICATIONS

    NOT APPLICABLE FOR THIS TENDER

  • 18

    (Section-VIII)

    QUALITY CONTROL REQUIREMENTS

    NOT APPLICABLE FOR THIS TENDER

  • 19

    (Section-IX)

    QUALIFICATION/ELIGIBILITY CRITERIA

    NOT APPLICABLE FOR THIS TENDER

  • 20

    (SECTION – X)

    Tender Form

    ACCEPTANCE OF TERMS & CONDITIONS

    Date……….

    To

    ……………………………….

    ……………………………….

    ………………………………. (complete address of SPMCIL)

    Ref: Your Tender document No. …………………………dated …………

    We, the undersigned have examined the above mentioned tender enquiry document, including

    amendment No. --------, dated --------- (if any), the receipt of which is hereby confirmed. We

    now offer to supply and deliver………. (description of goods and services) in conformity with

    your above referred document for the sum of (total tender amount in figures and

    words), as shown in the price schedule(s), attached herewith and made part of this tender.

    If our tender is accepted, we undertake to supply the goods and perform the services as

    mentioned above, in accordance with the delivery schedule specified in the List of Requirements.

    We further confirm that, if our tender is accepted, we shall provide you with a

    performance security of required amount in an acceptable form in terms of GCC clause

    6, read with modification, if any, in Section V – “Special Conditions of Contract”, for due

    performance of the contract.

    We agree to keep our tender valid for acceptance for a period up to -------, as required in the GIT

    clause 19, read with modification, if any in Section-III – “Special Instructions to Tenderers” or

    for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide

    by this tender up to the aforesaid period and this tender may be accepted any time before the

    expiry of the aforesaid period. We further confirm that, until a formal contract is executed,

    this tender read with your written acceptance thereof within the aforesaid period shall constitute

    a binding contract between us.

    We further understand that you are not bound to accept the lowest or any tender you may receive

    against your above-referred tender enquiry.

    ……………………….. (Signature with date)

    ……………………….. (Name and designation)

    Duly authorized to sign tender for and on behalf of

    ……………………………………….

    ……………………………………….

  • 21

    (SECTION – XI)

    PRICE SCHEDULE

    No……………………………………………… Date: …………...

    Note: Levies/Taxes would not be paid on forwarding and freight charges.

    Signature of Bidder

    S.No. Details of heads Quantity in Nos Rate Per Nos.

    01 Basic Price

    02 Packing Charges

    03 Forwarding Charges

    04 Excise Duty in percentage (%) only

    05 CST (With and Without “C”

    from)/ VAT in percentage (%) only

    06 Freight charges (Approximate/Actual) + Service Tax on Freight

    07 Unloading charges

    08 Others if any, (Please specify)

    09 Total Price (FOR-SPM Hoshangabad) (in figures only)

    Rs……………………………………………………………………

    .………………………………………………………………..……

    10 Total Price (in words Only) Rs……………………………………………………………………

    ………………………………………………………………………

  • 22

    (SECTION – XII)

    QUESTIONNAIRE

    The tenderer should furnish specific answers to all the questions/ issues mentioned below. In

    case a question/ issue does not apply to a tenderer, the same should be answered with the

    remark “not applicable”.

    Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary

    proof/ evidence to substantiate the corresponding statement.

    In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned

    question/ issues, its tender will be liable to be ignored.

    1. Brief description and of goods and services offered: 2. Offer is valid for acceptance upto ……………………………………………. 3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of

    Government of India

    Please attach certified copy of your latest/ current Income Tax clearance certificate

    issued by the above authority.

    4. Status : a. Are you currently registered with the Directorate General of Supplies & Disposals

    (DGS&D),

    New Delhi, and/ or the National Small Industries Corporation (NSIC), New Delhi, and/

    or the present SPMCIL and/ or the Directorate of Industries of the concerned State

    Government for the goods quoted? If so, indicate the date up to which you are

    registered and whether there is any monetary limit imposed on your registration.

    b. Are you currently registered under the Indian Companies Act, 1956 or any other similar Act?

    Please attach certified copy(s) of your registration status etc. in case your answer(s) to

    above queries is in affirmative.

    5. Please indicate name & full address of your Banker(s) 6. Please state whether business dealings with you currently stand suspended/ banned by any

    Ministry/ Deptt. of Government of India or by any State Govt.

    ………………………. (Signature with date)

    ……………………….

    ……………………….

    (Full name, designation & address of the person duly authorized sign on behalf of the tenderer)

    For and on behalf of

    …………………………..

    …………………………..

    (Name, address and stamp of the tendering firm)

  • 23

    (SECTION – XIII)

    BANK GUARANTEE FORM FOR EARNEST MONEY DEPOSIT

    NOT APPLICABLE FOR THIS TENDER

  • 24

    (SECTION – XIV)

    MANUFACTURER’S AUTHORIZATION FORM

    NOT APPLICABLE FOR THIS TENDER

  • 25

    (SECTION – XV)

    BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

    ____________________ [insert: Bank‟s Name, and Address of Issuing Branch or Office]

    Beneficiary: [insert: Name and Address of SPMCIL] Date:

    PERFORMANCE GUARANTEE No.:

    WHEREAS …………………………………………………………………………….……

    (name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in

    pursuance of contract no……………………………. dated …………. to supply (description

    of goods and services) (herein after called “the contract”).

    AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish

    you with a bank guarantee by a scheduled commercial bank recognized by you for the sum

    specified therein as security for compliance with its obligations in accordance with the contract;

    AND WHEREAS we have agreed to give the supplier such a bank guarantee;

    NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf

    of the supplier, up to a total of ……………… …… ……… …… …………………. (amount of

    the guarantee in words and figures), and we undertake to pay you, upon your first written

    demand declaring the supplier to be in default under the contract and without cavil or argument,

    any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing

    to prove or to show grounds or reasons for your demand or the sum specified therein.

    We hereby waive the necessity of your demanding the said debt from the supplier before

    presenting us with the demand. We further agree that no change or addition to or other

    modification of the terms of the contract to be performed thereunder or of any of the contract

    documents which may be made between you and the supplier shall in any way release us from

    any liability under this guarantee and we hereby waive notice of any such change, addition or

    modification.

    We undertake to pay SPMCIL up to the above amount upon receipt of its first written demand,

    without SPMCIL having to substantiate its demand.

    This guarantee will remain in force for a period of forty five days after the currency of this

    contract and any demand in respect thereof should reach the Bank not later than the above date.

    …………………………….

    (Signature of the authorized officer of the Bank)

    …………………………………………………………. Name and designation of the officer

    ………………………………………………………….

    Seal, name & address of the Bank and address of the Branch

    …………………………………………………………. Name and designation of the officer

    ………………………………………………………….

    ….……………………………………………………….

    Seal, name & address of the Bank and address of the Branch

  • 26

    (SECTION – XVI)

    CONTRACT FORM

    (Address of SPMCIL‟s office issuing the contract) Contract No…………. dated…………….

    This is in continuation to this office‟ Notification of Award No……………..….. dated …….

    1. Name & address of the Supplier: ……………………………………..

    2. SPMCIL‟s Tender document No……… dated…………. and subsequent

    Amendment

    No.…………., dated……… (If any), issued by SPMCIL

    3. Supplier‟s Tender No……… dated…….. and subsequent communication(s) No…………

    dated

    …….. (If any), exchanged between the supplier and SPMCIL in connection with this tender.

    4. In addition to this Contract Form, the following documents etc, which are included in the

    documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and

    be read and construed as part of this contract:

    i. General Conditions of Contract;

    ii. Special Conditions of Contract;

    iii. List of Requirements;

    iv. Technical Specifications;

    v. Quality Control Requirements;

    vi. Tender Form furnished by the supplier;

    vii. Price Schedule(s) furnished by the supplier in its tender;

    viii. Manufacturers‟ Authorization Form (if applicable for this tender);

    ix. SPMCIL‟s Notification of Award

    Note: The words and expressions used in this contract shall have the same meanings as are

    respectively assigned to them in the conditions of contract referred to above. Further, the

    definitions and abbreviations incorporated under Section –V - „General Conditions of Contract‟

    of

    SPMCIL‟s Tender document shall also apply to this contract.

    5. Some terms, conditions, stipulations etc. out of the above-referred documents are

    reproduced below for ready reference:

    1. Brief particulars of the goods and services which shall be supplied/ provided by

    the supplier are as under:

    Schedule

    No.

    Brief description of

    goods/ services

    Accounting

    unit

    Quantity to

    be supplied

    Unit Price

    (in Rs.)

    Total price

    Any other additional services (if applicable) and cost thereof: ………………………..

    Total value (in figure) (In words)

  • 27

    (ii) Delivery schedule

    (iii) Details of Performance Security

    (iv) Quality Control

    (a) Mode(s), stage(s) and place(s) of conducting inspections and tests.

    (b) Designation and address of SPMCIL‟s inspecting officer.

    (v) Destination and despatch instructions

    (vi) Consignee including port consignee, if any

    (vii) Warranty clause

    (viii) Payment terms

    (ix) Paying authority

    ……………………………….

    (Signature, name and address of SPMCIL‟s authorized official)

    For and on behalf of……………………………………………………………….…….

    Received and accepted this contract ……………………………………………………..

    (Signature, name and address of the supplier‟s executive duly authorized to sign on behalf of the

    supplier)

    For and on behalf of

    …………………….……………………… (Name and address of the supplier)

    ……………………. ……………………….(Seal of the supplier)

    Date:

    Place:

  • 28

    (SECTION – XVII)

    Letter of Authority for attending a Bid Opening

    (Refer to clause 24.2 of GIT)

    The General Manager

    Security Paper Mill

    Hoshangabad

    M.P – 461 005

    Subject: Authorization for attending bid opening on ……….(date) in the Tender of ………

    Following persons are hereby authorized to attend the bid opening for the tender mentioned

    above on behalf of (Bidder) in order of preference given below.

    Order of Preference Name Specimen Signatures

    I.

    II.

    Alternate Representative

    Signatures of bidder or

    Officer authorized to sign the bid

    Documents on behalf of the bidder.

    Note:

    1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be

    permitted when regular representatives are not able to attend.

    2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not produced.

  • 29

    (SECTION – XVIII)

    SHIPPING ARRANGEMENTS FOR LINER CARGOS

    NOT APPLICABLE FOR THIS TENDER

  • 30

    (SECTION – XIX)

    PROFORMA OF BILLS FOR PAYMENTS

    (Refer Clause 22.6 of GCC)

    Name and Address of the Firm..........................................................................................................

    Bill No...................................................................Dated.................................................................

    Purchase order.............................................No...................................Dated....................................

    Name and address of the consignee.................................................................................................

    S.No Authority for

    purchase

    Description of

    Stores

    Number or

    quantity

    Rate

    Rs. P.

    Price per

    Rs. P.

    Amount

    Total

    1. C.S.T./Sales Tax Amount 2. Freight (if applicable) 3. Excise Duty (if applicable) 4. Packing and Forwarding charges (if applicable) 5. Others (Please specify) 6. PVC Amount (with calculation sheet enclosed) 7. (-) deduction/Discount 8. Net amount payable (in words Rs.)

    Despatch detail RR No. /other proof of despatch..................................................

    Dated................................................................................................................. (enclosed)

    Inspection Certificate No............................................Dated................... (enclosed)

    Mod vat Certificate No ........................................................................... (enclosed)

    Excise Duty Gate pass……...................................................................... (enclosed)

    Place:

    Date:

    Received Rs................................... (Rupees).............................................................

    I hereby certify that the payment being claimed is strictly in terms of the contract and all the

    obligations on the part of the supplier for claiming that payment has been fulfilled as required

    under the contract.

    Revenue stamp Signature and of Stamp Supplier