Page of - OSMCL Document...Distribution Plan of LLIN 22 II Format for Turnover Certificate 31 III...

39

Transcript of Page of - OSMCL Document...Distribution Plan of LLIN 22 II Format for Turnover Certificate 31 III...

Page 1 of 38

ODISHA STATE MEDICAL CORPORATION LIMITED

(A GOVT. OF ODISHA UNDERTAKING)

BID DOCUMENT

FOR

TRANSPORTATION OF LONG LASTING INSECTICIDE-

TREATED NETS (LLIN)

Reference No. OSMCL/2016-17/LOGISTICS/01 Date: 02.12.2016

Convent Square, Bhubaneswar – 751007, Odisha, Ph. No. (0674) 2380660, 2380950

Website: www.osmcl.nic.in, E-Mail: [email protected]

Page 2 of 38

CONTENT

Section Clause Component Page No.

Section – I

General

Information About

Tender

1 Background 5

2 Description & Directives 5

Section – II

Specific

Information for

Bidders

1 Eligibility Criteria 9

2 Tenure of the Contract 9

3 Important Notes for Bidders 10

4 Bidding Process 10

5 Award of Contract 12

6 Performance Security 13

Section – III

Conditions of

Contract

1 Scope of Work 15

2 Contract Management 16

3 Payment Terms 20

4 Resolution of Disputes 21

Annexure

I Source District/ Regional Locations with CHC-wise

Distribution Plan of LLIN

22

II Format for Turnover Certificate 31

III Format for Submission of Clientele

(Details of Present and Past Clients)

32

IV Format for Declaration 33

V Format for General Details of the Organization 34

VI Agreement Format 35

VII Format of Bank Guarantee for Performance Security 37

Page 3 of 38

NOTICE INVITING BID

Odisha State Medical Corporation Limited (OSMCL) Convent Square, Unit – III,

Bhubaneswar -751 007

Tel.: (0674) 2380950, Website: www.osmcl.nic.in, E-mail: [email protected]

Bid Reference No. : OSMCL/2016-17/LOGISTICS/01 Date: 02.12.2016

Bids are invited from eligible transporters to transport Long Lasting Insecticide-Treated Nets

(LLINs) from Regional Warehouses to the Community Health Centers (CHCs) of Odisha as per the

details in Annexure I and as per the particulars mentioned below:

Sl. No.

Particulars Date and Time

1. Date & time of release of bid 02.12.2016

2. Date & time of Pre-bid meeting 08.12.2016, 11 A.M. Venue: Tender Hall, OSMCL

3. Last date & time for submission of bid

23.12.2016, 4 P.M. OSMCL Office

4. Date & time of Technical bid opening

23.12.2016, 4.30 P.M. Venue: Tender Hall,

OSMCL 5 Date of opening of Price Bid

To be informed to the technically qualified bidders

The bid document with all information relating to the bidding process including cost of bid

document, EMD, Eligibility criteria and terms & conditions are available in the website:

www.osmcl.nic.in. The Authority reserves the right to accept/ reject any part thereof or all the

bids without assigning any reason thereof.

Sd/

Managing Director

OSMC

Page 4 of 38

SECTION – I

GENERAL INFORMATION ABOUT TENDER

Page 5 of 38

1. Background

Odisha State Medical Corporation Limited - OSMCL (Tender Inviting Authority) is a Govt. of

Odisha Enterprise for providing services to the various health care institutions under the

Department of Health & Family Welfare.

Odisha State Medical Corporation Limited (OSMCL) is inviting bids for engagement of

commercial transport vehicles for transportation of Long Lasting Insecticide-treated Nets

(LLINs) to the Community Health Centers (CHCs) of Odisha (see Annexure I for CHC-wise

details) on behalf of Director Health Services, Odisha. This agreement describes the terms and

conditions under which the agency (successful bidder to whom contract is awarded) agrees

upon to transport and deliver LLINs with its vehicles, for and on behalf of Director Health

Services, Odisha.

Note:

All products shall be owned by NVBDCP Wing and provided to the agency (successful bidder to

whom contract is awarded) for delivery under the terms and conditions of this contract.

2. DESCRIPTION & DIRECTIVES

The Managing Director, Odisha State Medical Corporation Limited, Convent Square, Janpath,

Bhubaneswar, Odisha (hereinafter referred as Tender Inviting Authority unless the context

otherwise requires) invites bids/tenders for engagement of commercial transport vehicles for

transportation of Long Lasting Insecticide-treated Nets (LLINs) to the Community Health

Centers (CHCs) of Odisha as per Annexure I from Regional Warehouses.

Bids are invited for 5 (Five) Source Districts/ Regional Warehouses in this bid document. A

bidder can quote for one Source District/ Regional Warehouse or for more than one Source

District/ Regional Warehouse.

The details are given below –

Sl. No.

Source District/ Regional

Warehouse/ Place

Recipient District Quantity of LLIN (Single Size)

(Nos.)

Quantity of LLIN

(Double Size)

(Nos.)

Total Quantity of LLIN (Nos.)

Cost of Tender Paper

including Odisha

VAT (Rs.)

EMD (Rs.) Remarks

1.

Koraput* (Central Warehouse Corporation, Jaipur)

Koraput, Malkangiri and Nabarangpur 6,09,650 12,34,435 18,44,085

5,250/-

1,00,000/- CHC-wise

details are given

in Annexure

I 2.

Rayagada* (Central Warehouse Corporation, Rayagada)

Rayagada, Nuapada, Kalahandi and Gajapati

7,05,013 14,27,529 21,32,542 1,00,000/-

3. Keonjhar* Keonjhar, Deogarh 7,38,483 14,95,300 22,33,783 1,00,000/-

Page 6 of 38

(O/o CDMO, Keonjhar)

and Mayurbhanj

4. Sambalpur* (O/o CDMO, Sambalpur)

Sambalpur, Bargarh, Bolangir, Jharsuguda, Sonepur and Sundargarh

9,01,204 18,00,581 27,01,785 1,00,000/-

5.

Khurda* (Central Drug Store, Bhubaneswar & Odisha State Warehouse Corporation, Bhubaneswar)

Khurda, Ganjam, Boudh, Angul, Balasore, Bhadrak, Jajpur, Cuttack, Dhenkanal, Puri, Kendrapada, Jagatsinghpur, Kandhamal and Nayagarh

8,26,844 16,04,546 24,31,390 1,00,000/-

Total 37,81,194 75,62,391 1,13,43,585 5,250/- 5,00,000/-

Note: * Exact location within the city or periphery will be intimated before signing of

contract.

A bell/ pack of dimension (72 x 44 x 36) cm contains 40 pcs. of LLINs. Approximate weight

of a bell/ pack is 26 kg. However, the size of the bell/ pack may vary.

3. The information to bidders for all the Source Districts are contained in a single bidding

document. Bidders need not purchase more than one bid document even if they want to

bid for more than one Source District.

4. OTHER RELEVANT INFORMATION

a) Tender Type : Manual Tender, 2 envelop System - one labeled as Technical

Bid and the other one as Financial Bid.

b) Vehicles Required : Goods Carrier Vehicles of various capacity as per ordered quantity

for transportation

c) Mode of Operation : As and when required

d) Nature of work : Transportation of LLINs

e) EMD : In form of Demand Draft/ Pay Order in favour of Odisha State

Medical Corporation Limited, payable at Bhubaneswar

f) Cost of Tender Paper : Rs. 5,250/- (inclusive of Odisha VAT) in form of Demand Draft/

Pay Order in favour of Odisha State Medical Corporation

Limited, payable at Bhubaneswar

g) Important Dates : Tender Release: 02.12.2016

Pre-bid meeting: 08.12.2016, 11 A.M. in OSMCL Office

Last date for Bid Submission: 23.12.2016, 4 P.M.

Bid Opening: 23.12.2016, 4.30 P.M. in OSMCL Office

h) Validity of Bid : 180 days from date of bid submission

Page 7 of 38

i) Address for communication : Odisha State Medical Corporation Limited

& bid submission Convent Square, Janpath,

Bhubaneswar – 751007

e-mail: [email protected]

Note:

The bidders shall be solely responsible for checking OSMCL website for any

addendum/amendment issued subsequently to the release of bid document and take into

consideration the same while preparing and submitting the bids.

Page 8 of 38

SECTION – II

SPECIFIC INFORMATION FOR BIDDERS

Page 9 of 38

1. ELIGIBILITY CRITERIA

The interested Bidders shall have to comply to the following criteria to participate in the

tendering process -

a. Should be registered for under "Carriage by Road Act, 2007” and “Carriage by Road Rules, 2011”. (Self-attested copies of Registration Certificates to be furnished.)

b. Must have either its registered office or operating office in Odisha. (Self-attested copy of

documentary evidence in this respect to be furnished.)

c. Should have all relevant statutory documents such as registration certificate of firm, PAN

card, service tax registration certificate, etc.

d. Should have minimum 5 (five) number of heavy vehicles with capacity of 6 tonnes or more

to carry drugs/ pharmaceuticals/ perishable items/ consumable goods, etc. The heavy

vehicle like tipper shall not be considered as a vehicle carrying drugs/ pharmaceuticals/

perishable items/ consumable goods, etc. for the purpose of this tender. (Copies of R.C.

Books along with copies of Fitness Certificates to be furnished)

e. Average annual turnover in last 3 financial years i.e. 2013-14, 2014-15 & 2015-16 should

be at least Rs.10 lakh if the bidder participates for One Source District and Rs.30 lakh if the

bidder participates for more than One Source District. (Report on financial standing of the

Bidder such as Turnover Statement, duly certified by a Chartered Accountant as in

Annexure II for the past three (3) Financial Years i.e. 2013-14, 2014-15 & 2015-16 to be

furnished. Provisional Turnover shall not be considered.)

f. Must have executed similar work (transportation of drugs/ pharmaceuticals/ perishable

items/ consumable goods, etc.) during any of the last three (3) Financial Years i.e. 2013-14,

2014-15 & 2015-16. (A list of clients in Annexure III along with self-attested copies of Work

Orders/ Contracts/ Completion Certificates/ Performance Certificates from the Employers

as proofs of successful completion of the Contract are to be enclosed as supporting

evidences.)

g. Should neither be convicted by any court of law nor be blacklisted/ debarred on

financial/administrative/techno-legal ground by any appropriate authority. A declaration

regarding this should be submitted in Rs. 100/- stamp paper in format prescribed at

Annexure IV. The bidder should not be involved in any criminal or civil suit. If so, then

details of all such suits should be submitted. Tender committee of OSMCL reserve the right

to consider/ not consider any offer based on gravity/implication of suits pending against

the bidder.

2. TENURE OF THE CONTRACT

a. The contract shall be awarded for a period of one year from the date of signing of contract,

which may be renewed for another six months subject to satisfactory performance of the

Agency and with the mutual consent of both the parties.

Page 10 of 38

b. In the event of the contract being terminated by OSMCL before the completion of the

contract period for reasons of unsatisfactory performance or breach of contractual

conditions, the full Performance Security Deposit of the agency shall be liable to be forfeited.

3. IMPORTANT NOTES FOR BIDDERS:

a. Vehicles Required: Goods Carrier Vehicles of various capacity as per ordered quantity for

transportation.

b. Payment will be made only for one side i.e. only the distance covered from the Regional

Warehouse to the destination i.e. Community Health Centers/ identified locations of CHCs.

c. EMD will be refunded to the unsuccessful bidders once the successful bidder submits the

Performance Security and signs the Contract.

d. EMD will be refunded to the successful bidder after submission of required Performance

Security.

e. In case of unwillingness of L1 bidder to enter into contract or bid withdrawal in any form, the

EMD submitted by the bidder will be liable for forfeiture and OSMCL will have the right to

proceed for a contract with the next lowest responsive bidder.

4. BIDDING PROCESS

The bidder should submit its proposal in two envelops - “Envelop A” and “Envelop B”.

Envelop A should include qualification documents and Envelop B should contain financial

offer. Documents to be submitted in the respective envelops are as follows:-

A. TECHNICAL BID - ENVELOP A:

The Bidders have to submit following documents in their technical bids with page references-

Sl. No. Particulars Page No.

1. Cost of Tender Paper

2. EMD

3. Copies of Registration Certificates under “Carriage by Road Act,

2007” and “Carriage by Road Rules, 2011

4. Copy of Service Tax Registration Certificate

5. Copy of PAN card

6. Turnover Certificate as per Annexure II

7. Declaration as per Annexure IV

8. Copies of R.C. Books along with copies of Fitness Certificates of

owned heavy vehicles

Page 11 of 38

9.

Documentary evidence showing execution of similar work

(transportation of drugs/ pharmaceuticals/ perishable items/

consumable goods, etc.) during the last three (3) Financial Years

i.e. 2013-14, 2014-15 & 2015-16 as per Annexure III.

10.

Bank Details of the bidder as follows –

a. Name of the Bank and Branch b. Savings/ Current Account c. Bank Account No. d. IFS Code

B. FINANCIAL BID - ENVELOP ‘B’

The Bidders have to submit the Financial Bids in the format prescribed below. This format

should be put into a separate envelop, sealed properly and clearly marked as “Envelop B:

Financial Bid for Long Lasting Insecticide-Treated Nets (LLINs) to the Community

Health Centers (CHCs) of Odisha”.

Sl. No.

Source District/ Regional

Warehouse/ Place

Distance No. of

Places

to be

covered

Approx.

km. To be

covered

Rate per

pc./ km.

(including

all charges

like fuel,

lubricants

& oils,

insurance,

loading &

unloading,

etc. and

excluding

Service

Tax)

(In Paisa)

Approx.

No. of

LLINs to

be

transporte

d

Total

Cost**

(Rs.)

1 2 3 4 5 6 7 8 (=5x6x7)

1.

Koraput* (Central

Warehouse Corporation,

Jaipur)

0 – 50 kms. 10 309 4,42,848

51 to 100 kms. 17 1152 8,76,327

Above 100 kms. 10 1426 5,24,910

Total (in Figure)

Total (Rs.....................................................................................................................................) only

2.

Rayagada* (Central

Warehouse Corporation,

Rayagada)

0 – 50 kms. 7 164 3,25,961

51 to 100 kms. 6 438 3,30,612

Above 100 kms. 26 4188 14,75,969

Total (in Figure)

Total (Rs.....................................................................................................................................) only

Page 12 of 38

3. Keonjhar* (O/o CDMO,

Keonjhar)

0 – 50 kms. 9 237 5,30,243

51 to 100 kms. 15 1096 7,95,929

Above 100 kms. 17 2413 9,07,611

Total (in Figure)

Total (Rs.....................................................................................................................................) only

4. Sambalpur* (O/o CDMO, Sambalpur)

0 – 50 kms. 5 78 3,12,993

51 to 100 kms. 14 1130 4,22,384

Above 100 kms. 34 5642 19,66,408

Total (in Figure)

Total (Rs.....................................................................................................................................) only

5.

Khurda* (Central Drug

Store, Bhubaneswar &

Odisha State Warehouse

Corporation, Bhubaneswar)

0 – 50 kms. 3 72 4,60,843

51 to 100 kms. 13 1041 5,65,983

Above 100 kms. 29 5896 14,04,564

Total (in Figure)

Total (Rs.....................................................................................................................................) only

* Exact location within the city or periphery will be intimated before signing of contract.

** The Total Cost as at Column 8 above is for evaluation purpose only. However, contract

will be per piece per km. basis.

Note: 1) Rate to be quoted for one side i.e. distance from source place to the destination.

2) a) If there is a discrepancy between the rate and the line item total that is obtained by

multiplying the rate by the quantity and km., the rate shall prevail and the line item total shall

be corrected.

b) If there is an error in a total corresponding to the addition of subtotals, the subtotals shall

prevail and the total shall be corrected accordingly.

c) If there is a discrepancy between words and figures, the amount in words shall prevail,

unless the amount expressed in words is related to an arithmetic error, in which case the

amount in figures shall prevail subject to (a) and (b) above.

3) A bell/ pack of dimension (72 x 44 x 36) cm contains 40 pcs. of LLINs. Approximate weight

of a bell/ pack is 26 kg. However, the size of the bell/ pack may vary.

Both Envelop A and Envelop B should be put into a bigger envelope and sealed. The

envelope should be superscripted on top with the tender reference number and addressed to

MD, OSMCL. Bid can be submitted through postal/courier services in office hours. OSMCL

will not be responsible for any postal delays.

Page 13 of 38

5. EVALUATION AND SELECTION

a) The bids shall be evaluated for each Source District separately in two stages i.e. technical

evaluation and financial evaluation.

b) The Financial Bids shall be opened of those bidders who will qualify in the technical

evaluation.

c) Financial Bids shall be opened in the presence of the technically qualified bidders’

representatives, who choose to attend in person at the address given below –

Odisha State Medical Corporation Ltd.

Convent Square, Bhubaneswar – 751007.

Date of Opening of Financial Bids shall be communicated to the technically qualified

bidders.

6. AWARD OF CONTRACT:

a) Contract for a Source District shall be awarded to the bidder whose bid will be determined to

be substantially responsive and who has quoted the lowest evaluated total cost for that

particular Source District (Total of Col. 8 of Financial Bid).

b) The Total Cost as at Column 8 above is for evaluation purpose only. However,

contract will be per piece per km. basis.

c) In case more than one bidder has quoted lowest total cost for a particular Source District,

then the bidder having highest average annual turnover among them will be considered

for award of contract.

d) Intimation of offer for contract will be given by letter/ e-mail. The concerned bidder should

acknowledge the same and submit the acceptance with agreement document and performance

security within 10 days of intimation. In case of non-acceptance of agreement, OSMCL may

proceed to the next lowest evaluated Bidder.

7. PERFORMANCE SECURITY:

Performance Security acts as a safeguard against unsatisfactory performance or violation of

contract agreement by the agency on the contract. Performance Security for an amount of Rs.2

Lakh per Source District shall be furnished in form of a Demand Draft/ Bank Guarantee. Format

for Bank Guarantee is attached at Annexure VII. Performance Security is to be furnished within 10

days after Notification of Award/ Letter of Intent and it should remain valid for a period of 90 days

beyond the date of completion of all contractual obligations of the agency.

In case of breach of contract by the agency, the Performance Security will be forfeited. If the

agency duly performs and completes the contract in all respect, the Performance Security shall be

returned without any interest, on completion of all such obligations under the contract.

Page 14 of 38

SECTION – III

CONDITIONS OF CONTRACT

Page 15 of 38

1. SCOPE OF WORK

a. Transportation of Long Lasting Insecticide-Treated Nets (LLINs) to the Community Health Centers

(CHCs) of Odisha. List of the delivery locations is at Annexure I.

b. LLINs are highly sensitive commodities; therefore, the transporter should carefully and timely

execute its work.

c. Work Orders for transportation will be given mentioning the destination and no. of LLINs to be

delivered. The invoices should be raised by the agency accordingly for payment process.

a. Responsibilities of Agency

i. Transportation of Products

1. Provide transport for carrying of Long Lasting Insecticide-Treated Nets (LLINs) to the Community

Health Centers (CHCs) of Odisha listed in Annexure I.

2. Loading of materials in the trucks from the Depots, unloading of materials from the trucks at the

CHCs/ identified locations of the CHCs and keeping the materials in the space assigned are the

responsibilities of the agency.

3. The agency will use utmost care and precaution, while transporting the products.

4. The agency’s responsibility with respect to the goods and materials which it has agreed to

accept and transport shall attach as to each portion of the goods and materials when such goods

and materials are being loaded upon the agency’s vehicle and shall terminate when the goods

and materials are unloaded at their destination and a delivery voucher is signed without

reference to any loss or damage by the recipient.

5. The agency will not overload any vehicles.

6. Any penalty incurred as a consequence of any overloading will be to the agency’s account.

7. The vehicles should be completely covered and secured to prevent from rain, wind, etc. while

transporting the materials to the destinations.

8. The agency is responsible to provide fuel, oil, tiers and other parts, supplies and equipments

necessary or required for the safe and efficient operation and maintenance for all his vehicles

for transport of the products allocated.

9. The operators of the agency’s vehicles will be equipped with an operational cellular phone and

be contactable at all times.

10. The agency shall pay all expenses of every nature, including the Insurance Charges, expense of

road service and repair in connection with the use and operation of the vehicles and shall, at its

sole cost and expense, at all times during the term of this Agreement, maintain the vehicles in

good mechanical condition and appearance.

11. The agency shall provide roadworthy vehicles in very good conditions and well maintained for

transportation of products to the designated locations.

12. The agency agrees that the agency shall be prohibited from utilizing and operating any unsafe

vehicles, equipment/machinery and/or articles by the agency and its employees in medical

center’s premises.

13. The agency should be able to provide the required vehicles within twenty four (24) hours of

receiving intimation from the concerned Source District.

Page 16 of 38

14. The agency should be able to provide vehicles for transportation of goods to the tune of 30

tons on any given day within twenty four (24) hours of receiving intimation from the

concerned Source District.

15. In case of emergency, the agency may be required to provide vehicles with a short notice.

16. The agency shall commence loading of the vehicles in warehouse immediately they receive

instructions from the Warehouse personnel on ground. Delay to load would lead to penalization

or termination of the Contract (see Penalty & Termination Clause).

17. All efforts must be made to complete transportation without transshipment. In the event that

transshipment becomes unavoidable, it may only take place with the knowledge and approval of

the concerned Nodal Officers of the Source Districts.

18. The agency acknowledges that time is of essence and that all efforts of the agency are to be

focused to ensure the expeditious delivery of the product.

ii. Reports

The performance of the agency will be evaluated on its timeliness, speed of execution and

accuracy of delivery. To evaluate the agency on these parameters, the agency needs to submit

the following reports for review on a monthly basis -

Trip Record – A summary of trips along with Trip Records, Closing Kms., Acknowledgement

against receipt of goods, duly signed by the CHC In-Charge or his authorized Officer, needs to be

submitted along with the bills.

2. CONTRACT MANAGEMENT

a. Risk and Ownership

i. Liability of damages and losses

1. OSMCL and the agency acknowledge and agree that the risk of loss to goods during transit

shall be borne by the agency once the agency's truck leaves the warehouses. The driver/

representative of the agency shall have the right to inspect each transport for damage prior

to leaving the loading bay and shall have the right to refuse damaged goods tendered for

delivery. In addition, the agency's driver shall note and bring to the attention of the store in-

charge at the location any damage detected prior to leaving the loading dock where it is

receiving goods under this tender. In the event that damage occurs to goods prior to delivery

at the ultimate destination, the driver shall note such damage on the delivery voucher and

further shall so advise the party receiving the shipment of damaged goods.

2. The agency bears the risk of loss for goods while in transit. The agency shall arrange for

appropriate insurance for such goods in transit, the cost of which shall be deemed to be

included in the rates set forth in the financial Bid.

3. In case of loss or damage to the goods in transit, amount equivalent to value of such goods

will be deducted from the payment to be made to the agency. If value of damaged goods is

more than 10 % of total consignment, then additional penalty of 20 % on value of damaged

goods will also be levied.

Page 17 of 38

4. The agency shall not be liable for any loss or damage to the extent such is due to a force

majeure event, as defined in “FORCE MAJEURE” section of this agreement or an act or default

of OSMCL/ NVBDCP Wing/ Source District.

ii. Force Majeure

If through "Force Majeure" (Government embargo, war, blockages, revolution, insurrection,

mobilization, strikes, lockouts, riots, other extra ordinary civil disturbances, and/or an act of

God) where one or both of the contracting parties are unable to perform their obligations

under the terms of this contract; then it shall be considered cancelled and no penalties

attached to the parties.

iii. Indemnity

The agency agrees that it shall protect, defend, indemnify and hold harmless to OSMCL, from

and against all liabilities, losses, costs, damages, expenses, claims, attorneys' fees and

disbursements of any kind or of any nature whatsoever imposed upon OSMCL, whether

incurred directly or indirectly by OSMCL, by virtue of, or in connection with, or arising out of

any:

1. Failure of the agency to maintain appropriate licenses to carry out the purposes of this

agreement, resulting in the inability to, among other things, ship products for OSMCL;

2. Claims made by any employee or agent of the agency or by any operation of the agency

related to agency’s provisions of transportation services to OSMCL under the terms of this

agreement, including any claim by agency’s personnel that they are OSMCL employees for

any purpose;

3. Claims arising from the negligence of the agency in performing transport services pursuant to

the terms of this agreement; or

4. Other claims arising directly or indirectly out of the transportation of goods on behalf of

OSMCL by the agency, including but not limited to claim arising from accidents involving

vehicles used to transport goods.

b. Penalty & Termination

i. Penalty Clause:

1. In case of non-reporting within the stipulated time, a penalty of 20% of the projected

transportation cost for the quantity of goods which could not be dispatched against any

Work Order.

2. The vehicles and the drivers shall provide satisfactory service at all times during the entire

contract period as per the provisions of this contract. Failure to comply with the provisions

of this tender document will be considered as unsatisfactory performance.

3. Penalty for an amount of Rs.500/- per case per day will be deducted from the due amount in

the following situations -

a. Any undisciplined behavior by the staff of the agency, which includes taking alcohol,

using foul language, getting involved in objectionable activities, etc.;

b. Discourteous behavior towards any officer or manpower of the Source District/ CHC;

c. Not carrying out the duties in a satisfactory manner; and

Page 18 of 38

d. Damage or stealing of any asset or property or officers and manpower of the Source

District/ CHC.

In case of‘d’ above, cost of such asset or property damaged or stolen shall also be

recovered from the agency.

4. OSMCL may also terminate the contract in case of prolonged/ frequent unsatisfactory

service, breach of Terms & Conditions and non-compliance by the agency of the instructions

given by OSMCL/ NVBDCP/ DHS officials. In case of termination of the contract, Performance

Security deposited by the agency shall be forfeited.

ii. Termination

Without prejudice to any other remedies that OSMCL and its designated agents may have

against the agency and its agents, OSMCL shall have the right at any time by giving notice in

writing to the agency to terminate the agreement forthwith in any of the following events:

1. On breach

In case of non-compliance of prescribed quality norms, breach of contractual terms and

repeated concerns regarding service quality.

2. On liquidation or insolvency of the Agency

If at any time the agency becomes insolvent or files an application for insolvency or any

creditor of his moves the court for adjudicating him as an insolvent or if he is convicted by

any court of law, OSMCL will have the absolute option of terminating the contract forthwith

and he shall have no right for damage or compensation on this account.

3. On prevention of performance of duties

OSMCL shall have the right to terminate this Agreement immediately on notice to agency, if,

in the reasonable judgment of OSMCL, the agency has failed to provide transport services in

accordance with the required standards.

4. On Prejudicial conduct

If the agency is guilty of any conduct which in the opinion of OSMCL is prejudicial to OSMCL’s

interests.

5. On Termination by notice given by either party

Either party may terminate this agreement by giving to the other party 7 (Seven) days notice

in writing sent by registered post or recorded delivery service to the registered office of

OSMCL or of the agency as the case may be.

c. Operations

1. All operations of the agency are to be conducted in a safe manner and in compliance with all

central, state and local laws, statutes, ordinances, standards, rules and regulations.

2. The vehicles shall remain in sound running condition and be dust proof. Its emissions shall

comply with pollution control norms. The Source District reserves the right to decide upon

Page 19 of 38

the sound running condition of the vehicles. All the expenses incurred in the maintenance of

the vehicles or otherwise shall be borne solely by the agency.

3. All related and relevant documents of the vehicles should be available in the vehicles while

on duty.

4. The vehicles and the drivers shall report when called for, duly fuelled and in sound running

conditions. Any delay or shortcoming will be viewed seriously and may be dealt with

imposition of fine as per the provision of “Penalty and Termination”.

5. The drivers shall possess valid Driving Licenses, should be well behaved and while on duty,

they should never be in an intoxicating state or smoking. The agency shall be required to

change/replace the driver/s in case not found suitable by the Source District.

6. The drivers shall not be reluctant to or deny or refuse to go to any place including various

destinations as listed in the Scope of Work. In case of stay anywhere, they shall be required

to make their own arrangements for food and stay. OSMCL shall not provide any additional

remuneration monetary or otherwise in any such situation.

7. In case the vehicle is not available for whatsoever reason, the Source District shall be free to

make its own arrangement at the sole risk and cost of the agency. Any expenses thus incurred

shall be deducted from the amount payable to the agency or Performance Security in

addition to any penalty that may be imposed as per “Penalty & Termination” clause.

8. The agency shall ensure immediate replacement of a vehicle due to its being involved in

accidents, mishaps, detention and/or impounding by authorities concerned, becoming out of

order or road unworthy, etc. In such eventualities, the agency shall inform the Nodal Officer

of the concerned Source District without any loss of time.

9. In the event of such breakdowns, the Source District may decide in its sole and absolute

discretion to carry the products to their destination and the agency agrees that the agency

shall pay to the Source District’s reasonable costs in so doing if the agency fails to make

alternative arrangement.

d. General Provisions

i. Subletting

The agency shall not sublet, transfer or assign the contract or any part thereof, without the

previous written approval from OSMCL. In case the agency contravenes this condition,

OSMCL shall be entitled to place the contract elsewhere at the risk and cost of the agency and

all expenses borne on this account shall be recovered from the agency.

ii. Illegal Gratification

1. Any bribe, commission, gift or advantage taken or promised to be taken by or on behalf of

the agency or his partner or agent or servant or any one of his authorized representative

from the users of OSMCL shall in addition to any criminal liability that the agency may incur,

entitle OSMCL rescind this contract and all other contracts with him, and to take any other

action as may be deemed fit by OSMCL.

Page 20 of 38

2. The agency shall not lend to or borrow from or have or enter into any monetary dealings or

transactions either directly or indirectly with any employee of OSMCL and if he shall do so,

OSMCL shall be entitled forthwith to rescind the contract.

3. Any question or dispute as to the commission of any offence or compensation payable to

OSMCL under these clauses shall be settled by the designated officer of OSMCL in such a

manner as he shall consider fit and sufficient and his decision shall be final and conclusive.

3. PAYMENT TERMS

1. Work Orders for transportation will be given mentioning the destination and no. of LLINs to

be delivered. The invoices should be raised by the agency accordingly for payment process.

2. The agency shall issue an invoice to the NVBDCP Wing, Bhubaneswar at the end of each

month for the services rendered under this agreement along with the requisite documents

duly signed by the authorized Officers of the Source Districts as well as the concerned CHCs/

delivered destinations.

3. Payment will be made to the agency for transport of products at the rates agreed through the

tendering process.

4. The payment will be made only for the distance covered from the Regional Warehouses to

the CHCs i.e. one side only.

5. No advance payment shall be made to the agency. Full payments will be made upon

presentation of original signed and stamped Invoices along with monthly summary of trips

and copies of Work Orders of the Source Districts and Trip Records, duly signed by the

authorized Officers of the Source Districts as well as the concerned CHCs.

6. The agency will invoice the NVBDCP Wing on the first business week of the month for the

transportation charges for the previous month.

7. Payment shall be made through RTGS/ Cheque/e-payment system for which the following

details shall be provided by the agency immediately after commencement of the contract:-

e. Name of the Bank and Branch f. Savings/ Current Account g. Bank Account No. h. IFS Code

4. RESOLUTION OF DISPUTES

If dispute or difference of any kind shall arise between OSMCL and the successful bidder in

connection with or relating to the contract, the parties shall make every effort to resolve the

same amicably by mutual consultations.

If the parties fail to resolve their disputes or differences by such mutual consultation within

twenty-one days of its occurrence, then, unless otherwise provided in the bid document,

either OSMCL or the successful bidder may give notice to the other party of its intention to

commence arbitration, as provided and the applicable arbitration procedure will be as per

the Arbitration and Conciliation Act, 1996 of India.

Page 21 of 38

Venue of Arbitration: The venue of arbitration shall be the place from where the contract has

been issued, i.e. Bhubaneswar, Odisha.

Applicable Law and Jurisdiction of Courts

The contract shall be governed by and interpreted in accordance with the laws of India for

the time being in force.

All disputes arising out of this bid will be subject to the jurisdiction of courts of law in

Bhubaneswar/ High Court of Odisha.

Page 22 of 38

ANNEXURE I

Source District/ Regional Locations with CHC-wise Distribution Plan of LLIN

Name of Source District

Name of District

Name of the CHC

Quantity of LLIN

(Single Size) (No.)

Quantity of LLIN (Double

Size) (No.)

Total Quantity of LLIN (No.)

Approximate Km. from

Source Place

Koraput

Koraput

Bandhugaon 10903 22076 32978 120

Narayanpanta 8105 16411 24516 103

Laxmipur 12115 24531 36646 121

Dasmantpur 15050 30474 45524 44

Mathalput 14080 28510 42590 55

Kunduli 15321 31022 46344 61

Pottangi 12455 25219 37674 70

Nandapur 18162 36775 54938 68

Lamtaput 10930 22132 33062 43

Boipariguda 21374 43278 64651 21

Kundra 13433 27199 40633 7

Rabanaguda 22178 44907 67086 73

Borigumma 28661 58033 86693 23

Kotpad 20111 40721 60831 55

DHH Koraput 8221 16646 24867 33

SDH Jeypore 17545 35525 53070 5

GH Sunabeda 12240 24785 37025 43

Koraput Total 260884 528244 789128 937

Malkangiri

DHH Malkangiri 5753 11649 17402 100

CHC Korukonda 26496 53650 80146 110

CHC Mathili 18752 37969 56721 56

CHC Podia 10519 21298 31817 249

CHC Khairput 8011 16221 24232 79

Page 23 of 38

CHC Kalimela 23318 47214 70532 213

CHC Pandripani 13082 26489 39571 47

CHC K.Gumma 12619 25551 38169 76

Malkanagiri Total 118549 240041 358590 930

Nawarangapur

Sanmosigam 14621 29606 44227 60

Nandahandi 11256 22792 34048 54

Tentulikhunti 15913 32222 48135 68

Kosagumuda 30737 62238 92975 90

Papadahandi 24873 50364 75237 55

Dabugam 12531 25373 37903 74

Jharigam 29132 58988 88120 106

Chandahandi 13173 26674 39847 140

Hatbharandi 34636 70132 104768 158

Pujariguda 32337 65477 97814 66

DHH,Nawrangpur(U) 5869 11883 17752 43

Umerkote(U) 5137 10403 15540 106

Nawarangapur Total 230217 466150 696367 1020

Rayagada

Kalahandi

Pastikudi 25433 51498 76931 127

Th Rampur 13720 27781 41501 110

M Rampur 15389 31160 46548 220

B.N.Pur 17209 34846 52056 280

Borda 32056 64908 96964 157

Chapuria 25491 51615 77106 194

Koksara 22360 45274 67634 160

Jaipatna 23549 47682 71231 147

Chiliguda 36013 72921 108934 81

Kalampur 11419 23121 34540 127

Karlamunda 10991 22255 33246 179

Page 24 of 38

Narla 22843 46253 69095 126

Parla 24014 48624 72638 187

Kalahandi Total 280487 567938 848425 2095

Rayagada

Bissam Cuttack 17994 36434 54428 46

Chandrapur 7705 15600 23305 110

Gudari 9563 19363 28926 82

Jagannathpur 15398 31179 46577 9

Jemadeipentho 23260 47098 70358 20

K.Singhpur 11842 23978 35820 22

Kashipur 28380 57465 85845 72

Kolnara 13525 27386 40912 14

Muniguda 17529 35493 53022 61

Padmapur 10369 20996 31366 67

Ramnaguda 9614 19466 29080 48

Gunupur (U) 7445 15074 22519 75

Rayagada (U) 16129 32657 48786 5

Rayagada Total 188753 382191 570944 631

Nuapada

Kharar Road 31937 64668 96605 264

Komna 28606 57922 86527 214

Khariar 23860 48313 72173 187

Sinapali 22554 45667 68221 210

Boden 16327 33060 49387 209

Nuapada Total 123284 249629 372913 1084

Gajapati

MOHANA 26990 54650 81641 136

R.UDAYAGIRI 11815 23923 35738 126

B.K.PADA 11174 22626 33800 110

RAYAGADA 13781 27905 41686 128

GURANDI 13387 27106 40492 146

Page 25 of 38

KASHINAGAR 12177 24656 36832 102

GUMMA 14911 30192 45103 103

DHH, PKD 8254 16714 24968 129

Gajapati Total 112489 227771 340260 980

Keonjhar

Deogarh

Bamparda 19895 40283 60178 81

Chhatabar 19034 38540 57573 158

Tileibani 14073 28495 42568 137

DEOGARH 4023 8146 12169 5

Deogarh Total 57024 115464 172489 381

Keonjhar

Basudevpur 22781 46128 68910 15

Bhanda 23016 46604 69621 53

Jhumpura 22287 45126 67413 24

Padmapur 29865 60471 90336 12

Banspal 18588 37637 56225 53

Telkoi 18216 36884 55100 47

Udayapur 17659 35757 53417 43

Patna 21149 42823 63973 40

Ghatagaon 22929 46427 69356 57

Harichandanpur 27982 56658 84639 46

Sainkul (K.D.Pal) 29433 59597 89030 93

Fakirpur 21073 42670 63743 98

Salania 32168 65135 97303 129

KJR Urban 11335 22952 34287 5

ADP Urban 7417 15018 22435 96

Babil Urban 11131 22538 33669 74

Joda Urban 8185 16574 24760 69

Keonjhar Total 345215 699000 1044216

954

Page 26 of 38

Mayurbhanj

Badampahar 17753 35946 53699 108

Bangriposi 20353 41211 61563 128

Bijatala 12565 25443 38008 118

Dukura 14274 28902 43175 173

Gorumahisani 15797 31987 47784 122

Jamda 11997 24291 36287 121

Jashipur 19972 40440 60412 69

Jharadihi 16695 33805 50501 134

Kaptipada 28790 58295 87086 148

Khunta 13971 28289 42260 164

Manada 14843 30054 44896 75

Rangamatia 15284 30948 46232 166

Raruan 12773 25863 38637 59

S.Ch. Pur 17009 34440 51449 161

Sirsha 18795 38057 56853 145

Sukruli 10678 21621 32299 55

Tato 22455 45467 67921 66

Thakurmunda 20744 42004 62748 98

Tiring 11067 22409 33476 137

Baripada Town 20429 41365 61794 164

Mayurbhanj Total 336244 680835 1017079 2411

Sambalpur

Sambalpur

Jujumura 15800 31992 47791 26

Themra 17833 36109 53941 12

Debeipali 16573 33558 50131 10

Loida 15575 31537 47112 25

Kuntra 13036 26396 39432 98

Fashimal 17040 34503 51542 62

Garposh 17504 35442 52946 99

Page 27 of 38

Naktideul 12051 24401 36452 99

Charmal 10535 21331 31865 52

Sambalpur Urban

37694 76324 114018 5

Sambalpur Total 173640 351591 525231 488

Sundergarh

Hemgiri 15622 31631 47253 95

Sargipali 14006 28359 42365 87

Mangaspur 12860 26040 38901 78

Majhapara 13075 26474 39548 84

Kinjirikela 16584 33579 50163 116

Subdega 12719 25753 38471 108

Bargaon 13767 27875 41641 108

Kutra 14602 29567 44170 125

Laing 19802 40095 59897 143

Birkera 25546 51727 77273 159

Bisra 19753 39996 59749 186

Kuarmunda 19705 39900 59605 168

Hatibari 19334 39147 58481 277

Lahunipara 17985 36416 54401 172

Koira 15514 31413 46927 207

Gurundia 15029 30431 45460 129

S. Bolang 12762 25841 38604 205

Sundargarh 8944 18111 27055 85

Rajgangpur 9944 20134 30078 140

Rourkela 90006 182246 272252 175

Biramitrapur 7069 14314 21384 169

Sundergarh Total 394626 799049 1193676 3016

Bolangir Agalpur 18661 37786 56447

104

Belpada 25644 51924 77568 193

Page 28 of 38

Chudapali 18958 38386 57344 150

Deogaon 18957 38385 57342 128

Ghasian 26131 52911 79043 143

Gudvela 11515 23316 34830 162

Jamgaon 20075 40648 60724 122

Khaprakhol 20905 42329 63234 173

Kholan 22566 45693 68260 205

Loisingha 18506 37471 55976 112

Muribahal 20476 41460 61936 213

Saintala 21684 43907 65591 164

Sindhekela 21266 43060 64327 233

Tureikela 19358 39196 58554 211

Kantabanji 3402 6889 10292 207

Badmal 1016 2058 3074 97

Patnagarh 3858 7811 11669 170

Titilagarh 5949 12047 17996 195

Balangir 22058 44663 66721 170

Bolangir Total 320986 649941 970928 3152

Bargarh 5526

5526 71

Jharsuguda 4966

4966 51

Sonepur 1459

1459 72

Khurda

Boudh

Adenigarh 23822 48236 72059 180

Baunsuni 30982 62733 93714 266

Manamunda 27574 55833 83407 282

Boudh Total 82378 166802 249180 728

Kandhamal

Khajuripada 9943 20134 30077 207

Gumagarh 7116 14409 21525 211

DHH,Phulbani 7441 15067 22509 208

Page 29 of 38

Phiringia 15405 31192 46597 233

Tikabali 9944 20134 30078 209

Brahmanpad 8956 18135 27092 185

G.Udaygiri 8556 17325 25881 253

Raikia 10514 21289 31803 272

Daringibadi 20223 40948 61171 247

Nuagaon 10237 20728 30965 179

Barkhama 10811 21891 32702 300

SDHBalliguda 3718 7527 11245 283

Tumudibandh 8513 17237 25750 322

Subarnagiri 9690 19620 29309 304

Kandhamal Total 141067 285636 426703 3413

Ganjam 4466

4466

Angul

Khamar 25507 51648 77155 169

Kaniha 27305 55288 82593 188

Banarpal 37772 76481 114253 168

Godibandha 32294 65390 97684 127

Kosala 31550 63882 95432 104

Madhapur 23419 47419 70838 150

R K Nagar 20701 41917 62618 73

Bantala 41338 83702 125040 195

Angul Total 239886 485727 725613 1292

Nayagarh

Badapandusar 28092 56882 84975 77

Bhapur 19748 39986 59733 65

Gania 7590 15369 22959 95

Madhyakhanda 19841 40175 60017 109

Mahipur 17656 35750 53406 97

Nuagadiasahi 21099 42721 63820 75

Page 30 of 38

Rajsunakhala 31852 64494 96346 61

Sarankul 30080 60907 90988 97

DHH Nayagarh 3178 6435 9613 94

Nayagarh Total 179136 362720 541856 770

Balasore 7850

7850 196

Bhadrak 578

578 127

Cuttack 2444

2444 26

Dhenkanal 4974

4974 76

Jagatsinghpur 919

919 64

Jajpur 5993

5993 98

Kendrapara 994

994 104

Khurda 3938

3938 46

Puri 1420

1420 69

Buffer Stock of Headquarters 150800 303661 454461 0

State Total 3781194 7562391 11343585

Page 31 of 38

ANNNEXURE II

TURNOVER CERTIFICATE

To

The Managing Director

OSMCL, Bhubaneswar, Odisha

We hereby certify that M/s.________________________________ (name of the participant in the

tender), having office at____________________________________ (Address of office), who is

participating in the tender for transportation of Long Lasting Insecticide-Treated Nets (LLINs) to the

Community Health Centers (CHCs) of Odisha, called by OSMC, Bhubaneswar, Odisha, has turnovers

as given below -

Turnover for the Financial Year 2013-2014: Rs.---------------------------- (Rupees-----------------------------)

only

Turnover for the Financial Year 2014-2015: Rs.---------------------------- (Rupees-----------------------------)

only

Turnover for the Financial Year 2015-2016: Rs.---------------------------- (Rupees-----------------------------)

only

The above information is correct and true.

Date:

Place:

Signature of Chartered Accountant

Name in Capital Letter

Membership No.

Page 32 of 38

ANNEXURE III

Details of Present and Past Clients

Sl. No.

Name of the Client with complete Postal Address

Nature of service provided

Name and Designation of the Contact Person with Telephone/ Mobile No. and E-Mail id

Period of Contract

No. of Vehicles Deployed by your Firm on site

Makes & Models of the Vehicles Deployed

Monthly Basis/ Call Basis

Page 33 of 38

ANNEXURE IV

Declaration

To

The Managing Director

OSMC, Bhubaneswar, Odisha

I/We ________________________________ have carefully read the tender document and confirm

my/ our eligibility as required. I/ We solemnly declare that I/ we have never been convicted by any

court of law or blacklisted/ debarred on financial/administrative/techno-legal ground by any

appropriate authority. By submitting this bid, I/ we assure my/ our agreement to the terms and

conditions of tender and will abide by the same if contract is awarded to me/ us.

Currently running criminal/civil suits against my/ our firm are:

(Write “NIL” if no court case pending otherwise give the list and enclose case details)

Signature of the bidder:

With seal

NOTE: To be given in Rs. 100/- stamp paper.

Page 34 of 38

ANNEXURE V

General details of the Organization

Sr. No Header Details

1. Name of the Company/ Organization/ Firm/ Agency

2. Nature of Business

3. Year of Inception

4. Name and Details of the Proprietor, Director of Company/Organization/ Firm/ Agency Mobile No: Email Address:

5. Full Address of Regd. Office Telephone Number Fax. No. E-Mail Address

6. Website of the Company/Organization/Firm/ Agency

7. PAN

Page 35 of 38

ANNEXURE VI

AGREEMENT

This agreement is made on this______ day of December 2016.

BETWEEN

Odisha State Medical Corporation Ltd. (OSMCL), having its registered office at Convent Square,

Bhubaneswar-751007 and represented through its General Manager (Logistics & Supply Chain)

(Herein after “The Corporation”)

AND

M/s. ---------------------------------, having its registered office at -----------------------------------------------------

----, represented through its --------------------------------------------------, duly authorized for the purpose

(Herein after “The Agency”).

Whereas The Corporation has invited tender for “Transportation of Long Lasting Insecticide-Treated

Nets (LLINs) to the Community Health Centers (CHCs) of Odisha” vide tender reference no.

OSMCL/2016-17/LOGISTICS/01 dt. ______.12.2016. The Agency submitted its bid as per tender

requirement and being the L1 bidder, the Corporation have finalized the tender in favor of the

agency for transportation of transport Long Lasting Insecticide-Treated Nets (LLINs) to the

Community Health Centers (CHCs) of Odisha at the prices/rates indicated against various

components (herein after “Contract Price”) on the terms and condition set forth in this agreement.

The letter of award was issued vide LOA No. -------/OSMCL/____/---- dated ____ inviting to execute

the contract. And whereas the 2nd Party has deposited the Performance Security of Rs.__________

vide Account Payee Demand Draft/ FDR No.__________________________dt.____.

NOW THIS AGREEMENT WITNESSES AS FOLLOWS:

1. The following documents shall be deemed to form and be read and construed as integral part of

this Agreement, viz.:

a) Conditions of Contract

b) Submissions and Declaration as part of the Proposal submitted

c) Notification of Award issued by OSMCL

2. In consideration of the payments to be made by the TIA/ NVBDCP to the Agency, the Agency

hereby covenants with the TIA/ NVBDCP to provide the agreed Services uninterrupted in all

respects as per the provisions of this Contract.

3. The Corporation hereby covenants to pay the Agency in consideration of the provision of the

agreed services, the Contract Price or such other sum as may become payable under the

provisions of the Contract at the times and in the manner prescribed in the Contract.

Page 36 of 38

4. TENURE OF CONTRACT

a. The contract is for a period of one (1) years from the date of signing of contract.

b. In the event of the contract being terminated by OSMCL before the completion of the

contract period for reasons of unsatisfactory performance or breach of contractual conditions,

the Performance Security of the agency shall be liable to be forfeited.

For and on behalf of the Agency

Authorised Signatory

(Name with Signature)

For and on behalf of the Corporation

Odisha State Medical Corporation Ltd.

In Front of Ram Mandir,

Convent Square, Bhubaneswar-751007

Date: Date:

1.Witness 1. Witness

2.Witness 2. Witness

Page 37 of 38

ANNEXURE VII

MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY [Refer Para 6]

To

The Managing Director

Odisha State Medical Corporation Ltd.,

Convent Square, Unit-III, Bhubaneswar-751007

WHEREAS .................................................................................................. ( Name and

address of the Service Provider) ( here in after called “the Service Provider”) has undertaken, in

pursuance of Tender Reference No. .............. dated................. for engagement of commercial

transport vehicles for transportation of Long Lasting Insecticide-treated Nets (LLINs) to the

Community Health Centers (CHCs) of Odisha (herein after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the Service Provider

shall furnish you with a bank guarantee by a scheduled commercial bank recognised by you for

the sum specified therein as security for compliance with its obligation in accordance with the

contract.

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

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

behalf of the Service Provider, 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 Service Provider 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 Service

Provider 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 there under or of any of the contract documents which may be made

between you and the Service Provider shall in any way release us from any liability under this

guarantee and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until the ......day of ...........20.........

Page 38 of 38

We the ......................................................Branch.......................................... undertake not to

revoke the guarantee during its currency expect with the previous consent of the ODISHA STATE

MEDICAL CORPORATION LTD. in writing.

We ......................................................Branch.......................................... further agree that a

mere demand by ODISHA STATE MEDICAL CORPORATION LTD. is sufficient for us

........................................ Branch at Bhubaneswar to pay the amount covered by the Bank

Guarantee without reference to the said Agency and protest by said Agency cannot to valid

ground for us .............................................. Branch to decline payment to ODISHA STATE

MEDICAL CORPORATION LTD.

.................................

(Signature of the authorized officer of the Bank)

.....................................................................

Name and designation of the officer

.................................................................

.................................................................

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

N.B.: Bank Guarantee from Structured Financial Messaging System (SFMC) enabled Bank shall only be accepted. Our Bank details for issuing Bank Guarantee are as follows – IFS Code – UBIN0538086

Branch Code – 538086