Dated: 11/10/2019 E- Tender for Supply of Fleet Spares for “108- … · Tender No: GVK-EMRI/KAR/...
Transcript of Dated: 11/10/2019 E- Tender for Supply of Fleet Spares for “108- … · Tender No: GVK-EMRI/KAR/...
1 | P a g e
GVK Emergency Management and Research Institute S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance
Opp to Govt Unani Medical College, G.M.S Compound,Magadi Road. Bangalore 560 079.
Tender Document
Tender No: GVK-EMRI/KAR/ SCM/TENDER/33/2019-20
Dated: 11/10/2019
E- Tender for Supply of Fleet Spares for “108- AROGYA
KAVACHA” Ambulances
2 | P a g e
GVK Emergency Management and Research Institute
S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance Opp to Govt Unani Medical College,Magadi Road. Bangalore 560 079.
Ph: 080-23280161 E-mail: [email protected]
Invitation of e-Tender for Supply of Fleet Spares
Tender No: GVK-EMRI/KAR/ SCM/ TENDER/33/2019-20 Date:-11-10-2019
General brief about GVK EMRI:
GVK Emergency Management and research Institute (GVKEMRI) was established as a not –for –profit
Organization. GVK EMRI is a society, registered under the provision of Andhra Pradesh Societies Registration
Act 2001, in February 2005 and provide services free of cost through a toll free number “108” to every
citizen of our country under public private partnership (PPP) framework .Vision of GVK EMRI is to support
and build capabilities to save one Million lives per annum nationally and establish GVK EMRI as a premier
Research and Training Institute.
GVK EMRI, under the Public-private-partnership , has made substantial progress over the last 10 years in
providing Emergency Response Services across the country and presently operate over 13405 state –of –art
ambulances in 15 states and 2 union Territories Viz Andhra Pradesh , Telengana, Tamilnadu, Karnataka, Goa,
Gujarat , Dadra Nagar Haveli Daman & Diu, Chhattisgarh, Assam, Meghalaya, Uttarakhand, Himachal
Pradesh, Uttar Pradesh, Rajasthan, west Bengal , Delhi and Kerala to pre hospital care covering a
population of 840 million.72 million emergencies attended since inception and saving over 1000 lives every
day and cumulatively have saved more than 34lakh lives since the launch of the services and provide direct
employment to over 50,000 associates while continuing to be a not –for-profit organization.
Tenders are invited under e-Procurement platform in two parts system-Technical Proposal and Financial
Proposal, from the Manufactures, authorized distributors /Dealers for the supply of Fleet Sparesof “108-
Arogyakavacha” Ambulances. Tender shall be submitted only through e-portal website-
https://eproc.karnataka.gov.in.
Important dates and deadlines for tender are given below:
Note:
Tender documents shall be uploaded online at e-procurement portal.
All Tender conditions are given in the Tender Bid. Further information can be obtained from the
organization all working days.
3 | P a g e
Floating of Bid document in e-portal website
https://eproc.karnataka.gov.in.
Helpdesk: 080-25501216/25501227
Email: [email protected]
11-10-2019
Pre-Bid Meeting 21-10-2019
Last Date for Queries on or before (Online
Queries Only) 31-10-2019
Date for Submission of Samples on 07-11-2019
Last Date for Submission of e-tender through
e- portal On or before 12-11-2019 at 5.00 Pm.
Opening of Technical Bid 13-11-2019 at 10.00 Am.
If the opening date is declared Holiday, opening will be
on following working date.
Place of opening of tenders & Pre Bid Meeting GVK EMRI
S.T.D.C Housing Board Colony, Basaveshwaranagar
Entrance
Opp to Govt Unani Medical College, G.M.S
Compound,Magadi Road.
Bangalore 560 079.
The bidder should satisfy all the terms and conditions laid down hereunder in relation to the supply,
installation, integration, service clause and warranty of the above mentioned items
4 | P a g e
This Tender Document contains the following
INDEX
Sl.No Content
1. Section – I Invitation For Tenderers
2. Section – II Terms And Conditions
A. Technical Bid
B. Commercial Bid
3. General Conditions
4. Submission of Samples
5. Quotations
6. Security Deposit and contracts
7. Fall Clauses
8. Standards and Specifications
9. Packing
10. Quality, Testing & Inspection
11. Tender Evaluation
12. Orders and Delivery Schedules
13. Penalty Clause
14. STAGGERED SUPPLY
15. Payment Clause
16. Replacement of Items
17. Disqualification Criteria
18. Black- Listing of Defaulting contractors
19. Termination of Contract
20. Disputes and Jurisdiction
21. Savings Clause
22. Special Note
3 Annexure I – Latest GST Payment Receipt
4. Annexure II – Annual Turnover Statement
5. Annexure III – No Conviction Certificate
6. Annexure IV – Declaration Certificate
5 | P a g e
7. Annexure V – Description Of Items&Technical Specifications
8. Annexure VI& VI(A) – Format for submission of samples
9. Annexure VII- Supplier Information Form
10. Annexure VIII – Financial Bid Section
11. Annexure IX- Performance Security Bank Guarantee
6 | P a g e
INVITITATION OF TENDERS FOR SUPPLY OF FLEET SPARES FOR “108-
AROGYA KAVACHA” AMBULANCES.
Ref: Tender notification No: GVK-EMRI/KAR/SCM/TENDER/33/2019-20
SECTION – 1
INVITATION FOR TENDER
1. GVK Emergency Management and Research Institute, a pioneer in Emergency Management Services
in India and a not - for - profit professional organization operating in the Public Private Partnership
(PPP) mode (here in after referred as Purchaser), located at S.T.D.C Housing Board Colony,
Basaveshwaranagar Entrance, Opp. To Govt. Unani Medical College, G.M.S. Compound, Magadi
Road, Bangalore-560 079 invites bids from various suppliers operating in India for conclusion of rate
contract for the for supply of Fleet Spares of 108- Arogya kavacha” ambulances required to GVK
Emergency Management and Research Institute Karnataka as detailed in Annexure -V.
2. Primary manufacturers / distributors/dealers /traders can participate in the tender. . Whoever
participates in the tender will be solely responsible for the execution of the agreement entered into
with GVK EMRI
3. Tender should not be submitted by the Firm which has been blacklisted by Tender Inviting Authority
of GVK EMRI due to quality failure or nonperformance of tender conditions should not participate in
the tender during the currency of blacklisting.
4. Tenders of only those Bidders who fulfill the Terms and Conditions of this tender will be considered
for evaluation. The tenders will undergo evaluation at every stage of processing and any tender
found at any stage, not in conformity with the stipulated tender conditions including specifications /
found to have uploaded defective and incomplete documents / samples of the items found not in
conformity with the specifications or found defective either physically or analytically, will be
rejected.
5. Bidders who wish to participate in this tender will have to register on Karnataka e-procurement
portal .Further Bidders who wish to participate in online tender will have to procure Digital
certificate as per information Technology Act 2000 using which they can digitally sign their
electronic bids.
7 | P a g e
6. The Earnest Money shall be paid within the due date. The mode of payment of EMD shall be
payable through any of the four e-payment modes mentioned in the e-procurement portal. For
Payment of EMD through e-procurement,
7. The bid forms are not transferable.
8. It may be noted that, Fax quotation offer will not be accepted.
9. Interested eligible Bidders may obtain further information from the following address:
GVK Emergency Management & Research Institute
S.T.D.C Housing Board Colony, Basaveshwaranagar Entrance,
Opp. To Govt. Unani Medical College, G.M.S. Compound,
Magadi Road, Bangalore-560 079.
Ph: 080-23280161, Fax: 080-23003951
Head, Supply Chain Management
For and on behalf of
GVK Emergency Management and Research Institute,
SECTION-II
8 | P a g e
TERMS AND CONDITIONS
1. The Bidder shall upload the tender in the manner described here under: -
a. The bidder shall upload the bids only if he/she is agreeable to all the Terms and
Conditions of this Tender, which include compliance to Description and Specifications
of the Items mentioned therein.
b. The Bidder shall upload the bids through e-procurement system using his/her User ID
and Digital Signature Certificate for submission of both Technical and Commercial
Bids. Bidder shall upload each document in the relevant space earmarked in the e-
procurement portal. Failure to do so may lead to the Bid being considered Non-
Responsive.
c. Goods required are listed with specific Code numbers and other details in
Annexure-V
d. Conditional bids shall be rejected. Irrespective of the terms and conditions the Bidder
may have specified, only the terms and conditions specified in this tender shall be
binding on the Bidder and the Tendering authority.
e. Opening of Financial Bid/Commercial Bid:-Commercial bids of only responsive Bidders
of Technical bid will be decrypted.
f. The bids shall remain valid for 180 days from the last date for submission of bids
prescribed by the purchaser. A bid valid for a shorter period shall be rejected by the
purchaser as Non-Responsive.
g. Submission of bid documents: The bid documents should be submitted electronically
through the e-procurement system (https://eproc.karnataka.gov.in). The bidders
should use their user ID and Password to log into e-procurement system and use their
digital signature certificates to sign and digitally encrypt their bids. Bid documents
submitted through any other means like e-mail, paper documents etc. shall be
summarily rejected.
9 | P a g e
Validity of Contract
(a) This contract shall be valid for a period of 12 months from the
date of award of Tender.
(b) The Purchaser (GVK EMRI) Herby Express that in the event if
the tender/Extension of MoU for operating “108 Arogya Kavacha”
Ambulance services is not awarded to the Purchaser by the
Government of Karnataka. Then the contract for the purchase of
Fleet Items shall be deemed cancelled.
A. Technical Bid
TECHNICAL QUALIFICATION CRITERIA
1. Earnest Money Deposit/ Bid security
1. A bidder, submitting bids for any item/items listed in Annexure- V shall pay an Earnest Money Deposit (EMD) amount as follows.
2. payment can be made through e-Procurement portal using any of the following payment modes:
Sr No Item Name
EMD (in Rs.)
Annual Turnover per Year (in Rs.)
1 Package -1 ( Fleet Spares) 1,50,000 75,00,000
1. Credit Card 2. Direct Debit 3. National Electronic Fund Transfer (NEFT) 4. Over the Counter (OTC)*
*OTC Designated Bank branches listed can be obtained through website http://eproc.karnataka.gov.in
in contractors/bidders section where a bidder can make a payment.
The bidder bid will be evaluated only on confirmation of receipt of the payment (EMD) in the GOK’s
central pooling a/c held at ICICI Bank.
2. Latest GST payment receipt as per Annexure-I or in the valid format of the commercial
tax department for previous financial year issued by the concerned authorities is to be
10 | P a g e
uploaded along with GST registration certificate and GST returns for the month of march 2019.
3. Annual Turnover Statement for preceding three financial years 2016-17, 2017-18 and 2018-
19i.e. year ending on 31-03-2017, 31-03-2018 and 31-03-2019 certified by Commercial Tax
Officer / Charted Accountant as per Annexure-II.
4. Copies of Balance Sheet, Profit and Loss Account & IT returns for preceding three financial
years 2016-17, 2017-18 and 2018-19 i.e. year ending on 31-03-2017, 31-03-2018 and 31-03-2019
duly certified by a Charted Accountant / Auditor.
5. Relevant manufacturing/trading license, PAN& Commodity list copy:Primary manufacturers /
distributors/dealers /traders can participate in the tender. Whoever participates in the tender
will be solely responsible for the execution of the agreement entered into with GVK EMRI.
6.Non Conviction for any criminal or economic offences Declaration: Bidder should not have
been convicted for any criminal or economic offences by any court of Law in India or abroad or
blacklisted by State/central government departments/organization or any of GVK EMRI States
as per Annexure – III,
7. Declaration Certificate: Duly signed by Authorized Signatory along with the seal as per
Annexure– IV
8. Latest Purchase order copies: Vendors are requested to furnish 3 different latest (April 2019
onwards) purchases / work orderscopies Related to the tender items in Annexure-V.
9. Submission of Sample – Acknowledgement copy of the samples submitted to GVK EMRI in
Annexure-VI
10. Supplier Information Form-As per Annexure VII
11 | P a g e
General Conditions in respect of Technical Qualification Criteria:
1. In order to technically qualify a bidder should qualify against each of the technical
qualification criteria. Failure to qualify in even one technical qualification criteria shall
result in disqualification of the bid.
2. During technical evaluation, the sample inspection, of the samples submitted by the
bidders, shall be considered for the purpose of technically qualifying the bidders for
the quoted /items.
3. Only Documents / Certificates uploaded to e procurement portal shall be considered
for the purpose of technical evaluation of a bid. In case a bidder fails to upload a
document, that document shall not be considered for evaluation. However, without
prejudice to the above, the tendering authority reserves the right to seek clarifications
on uploaded documents by way of additional documents.
4. All Documents / certificates should be relevant to the manufacturing unit from where
items quoted are actually manufactured and supplied, failing which such documents
shall not be considered.
5. The Documents uploaded should be clearly legible, failing which such documents may
not be considered.
6. The documents uploaded in generaldocuments should be named individually.
7. The originals of all the documents uploaded under Technical Bid should be produced
for verification within 5 (FIVE) days after the opening of the Technical Bid.
B. FINANCIAL/COMMERCIAL BID SHALL CONTAIN THE DOCUMENTS LISTED
HEREUNDER:
B.1 (i) PRICE SCHEDULE
a) Price Schedule format shall be furnished in the e-procurement platform.
The rate quoted per unit for landed/basic price shall be inclusive of, packing forwarding
charges, freight, Insurance, GSTetc,.
b) The rate quoted in the e-procurement platform format should be for the unit. The Bidders are
strictly prohibited to change / alter specification or unit size given in the e-procurement
platform format otherwise the rates offered will not be considered.
12 | P a g e
c) The Bidders are required to furnish the break up details of landed price as per the e-
procurement platform format. The landed price which shall include all the above components
shall be the criteria for evaluation of price bid / financial bid under e procurement of this
tender.
B. 2Both the Technical Bid & Commercial Bid for supply of Fleet Spares shall be uploaded under
appropriate headings.
a) In the event of any discrepancy with respect to the rates quoted the Purchaser reserves the right to
accept the lowest rate.
3. General Conditions
1. The language of the Tender shall be English. In case, the original documents are issued in
vernacular, the translation certified by the authority signing the original / by a notary should be
uploaded along with the original.
2. The Tender Inviting authority, at his discretion, may extend the deadline for submission of Tenders,
in which case, all rights and obligations of the Tendering authority and the tenders subjected to
the previous deadline, will thereafter be subject to such extended deadline.
3. The Tender Accepting authority reserves the right to cancel the tender at any point of time without
Assigning any reasons.
5. Commercial Bids of only technically qualified companies, on the basis of the details furnished by
the bidder in Technical Bids under terms and conditions for Technical bid (Section II), will be
opened.
6. The bidder shall bear all costs associated with the preparation and submission of his tender and the
Tender inviting authority / Purchaser will in no case be responsible or liable for these costs,
regardless of the conduct or out-come of the tendering process.
7. As the bid documents are digitally signed by the bidder while submitting through e-Procurement
portal, it is understood that the bidder had signed all the documents including the tender
documents within the meaning of digital signature under IT Act 2001.
13 | P a g e
4. SUBMISSION OF SAMPLES
a) The bidder shall submit the samples to GVK EMRI as per Quantity indicated in Enclosure
toAnnexure-VI for item scheduled in Annexure V within the time schedule prescribed.
b) The sample specifications shall be as per the tender specifications including the packing
specification, otherwise the sample is liable to be rejected.
c) The cost of the sample shall be borne by the bidder. GVK EMRI shall not bear any expense
towards cost of samples, transport etc.
d) The submitted sample shall not be returned to the bidder either successful or unsuccessful,
under any circumstances.
5. QUOTATIONS
Tenders have been invited for Fleet spares .The bidder should quote the rates for the same.
The composition, strength and specification of the product, should be as per details given in
Annexure V.
1. The quoted Rate for an item shall be inclusive of GST, packing & forwarding, transportation,
insurance and any incidental charges and GST payable, if any, This price shall be the criteria for
evaluation of price bid / financial bid as B.1 above. Tender for the supply of Fleet spares Iwith
conditions like “at CURRENT MARKET RATE”, “SUBJECT TO AVAILABILITY”,
2. “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” ETC., will be rejected.
Handling, clearing, transport charges etc., will not be paid. The deliveries should be made as
stipulated in the purchase order placed with successful Bidders.
3.
b) No Bidder shall be allowed at any time on any ground whatsoever to claim revision of or
modification in the rates quoted by him. Clerical error, typographical error, etc., committed by
the Bidders inthe tender forms shall not be considered after opening of the tenders.
6. SECURITY DEPOSIT AND CONTRACT
a) The Bidder whose offer is accepted as L-I, L-II and L-III preferred tenders, on being informed,
shall execute a Contract Agreement on Karnataka Government Stamp Paper (in duplicate) of the
value of Rs. 200-00 (Rupees Two Hundred Only - cost to be borne by the bidder) as provided by
Article 5 of the Schedule of Karnataka Stamp Act. A copy of the contract agreement will be given
14 | P a g e
to the Bidder. The Specimen copy of agreement will be available in GVK EMRI Karnataka office. In
case L-I default in executing a Contract agreement within 10 days of acceptance of his tender his
status as L-I is liable to stand cancelled and L-II tenderer will be invited to enter into the contract
agreement consequently EMD / SD of the L-I awardee is liable to be forfeited to GVK EMRI and the
company may be blacklisted.
b) The Successful Bidder whose offer is accepted as lowest shall be required to pay a Security
Deposit as detailed below:
Security Deposit
The Security Deposit shall be 5% (Five percent) of contract value. The SD should be furnished
in respect of each contract on or before the due date, in the form of Demand Draft drawn in favor of
the GVK EMRI payable at Bangalore, along with the agreement.
The agreement along with specified “Security Deposit” should be submitted within TEN DAYS from the
date of receipt of the intimation of the Acceptance of Offer.
Agreement not accompanied by the Security Deposit or any partial agreement deleting certain
clauses/items or agreement with additional conditions, will not be accepted, and such act shall be
deemed as non-submission of agreement and violation of the Tender Conditions. In such case the
Earnest Money Deposit of such Bidders shall be forfeited to GVK EMRI without notice. Further, such
Bidder shall cease to have any rights whatsoever with regard to this tender or the Contract issued
thereon.
The Earnest Money Deposit of such successful Bidder, who fails to execute the Agreement or who fails
to furnish the Security Deposit within the stipulated period or who furnishes partial agreement
deleting / altering the specified clauses will be forfeited to GVK EMRI and his tender will be rejected
and the firm will be Blacklisted and he will be liable for all damages caused including the liabilities to
pay any difference between the prices accepted by him and those ultimately paid for the procurement
of the items concerned by the GVK EMRI. Such damages shall be assessed by GVK EMRI, whose
decision is final in the matter.
The original agreement shall be with the Tendering authority. The Bidder shall collect the signed copy
of the agreement on his own. The purchaser will not be responsible for the loss of the copy not
collected by them.
15 | P a g e
Violation of any of the Clause of the Agreement shall be deemed as violation of Terms and Conditions
of this Tender.
The Contractor is permitted to claim the Security Deposit on completion of the contract Period or
after executing all the supplies satisfactorily, whichever is later. The refund of the Security Deposit
shall be subject to satisfactory performance of the contract as per the terms and conditions of the
contract. The Security Deposit not be claimed within three years from the date of expiry of the
contract will be forfeited to GVK EMRI without notice.
7. FALL CLAUSES
1. Request for price revision due to increase in GST will be considered only for such batch or
batches of products, which have suffered such increase in GST. Correspondingly, the
Contractor shall pass on the benefit due to decrease in or exemption of GST, to GVK EMRI and
should produce the ‘Gate Pass’ issued by the GST department.
The Contractor pleading for such price revision shall produce all the necessary comparative
documents issued by the Competent Authority and shall also provide such additional
information / documents which the Purchaser may desire for taking decisions.
2. Failure to notify the Purchaser to pass on such benefits due to decrease in GST or Customs
Duty (Wherever applicable) Exemption accorded shall entail disqualification of the Contractor
and forfeiture of the Security Deposit due if any and the firm will be Blacklisted.
3. The prices quoted for the material supplied under this tender by the Supplier shall in no event
exceed the lowest price at which the Supplier sells or offers to sell similar service in similar
volume of identical description to any person(s)/organization(s) including the Purchaser or any
other GVK EMRI office located at any other place in India. If at any time during the said period,
the supplier reduces the sale price, sells or offers to sell such stores to any
person(s)/organization(s) including the Purchaser or any Statutory Undertaking of the Central
or a State Government, as the case may be, at a price lower than the price chargeable under
4. this contract, he shall forthwith notify such reduction or sale or offer to sale to the Purchaser
and the price payable under the contract for the material supplied after the date of coming
into force of such reduction or sale or offer of sale stand correspondingly reduced.
8. STANDARDS AND SPECIFICATIONS.
1) The Items supplied shall conform to the Quality Standards including the standards specified for
packing materials
2) The packing shall be in accordance with the General Specifications and Individual Specifications
shown against the item in Annexure V.
16 | P a g e
9. PACKING
1. The contractor shall provide such packing for the goods including the outer bulk packs, required
to prevent their damage or deterioration during handling and transit to their final destination
as indicated in the orders.
3. The packing shall be strong enough to withstand without limitation, rough handling during
transit and exposure to weather conditions, prevailing in the KarnatakaState during transit
and storage
4. The goods shall be packed using virgin packing materials in such a manner as to ensure delivery
in good condition. The supplies packed in used / recycled containers will be rejected and such
supply will be deemed as Below Standard supply and such company will be liable to be
blacklisted.
5. Supplies with smudged, corrected, over-written or masked labels due to whatever reason will
be rejected.
6. It should be ensured that only first use packaging material is used for making supplies.
9. The final packing (shipper packing) in cartons should be as per Standard Operating Procedures
(S.O.P). However it should not exceed 15 kgs by weight, to enable easy handling.
10. QUALITY, TESTING AND INSPECTION
a) In case a sample or samples is / are declared to be “NOT OF STANDARD QUALITY” OR
SPURIOUS OR ADULTERATED OR MISBRANDED, such batch / batches shall be deemed to have
been rejected. If the samples do not conform to the statutory standards, the contractor will be
liable for relevant action under the existing laws including prosecution.
i. In case, a batch tested is declared as “Not of Standard Quality”, the Contractor shall supply a
fresh stock of “Standard Quality” equivalent to the entire quantity of the batch supplied
earlier, irrespective of the quantity available in stock, within 30 days from the date of receipt
of such communication. In the event of the Contractor failing to make good the rejected
stocks, the security deposit furnished by the Contractor shall be forfeited and in respect of the
remaining damages, action under the existing laws will be initiated to recover such loss and
also will be blacklisted.
17 | P a g e
d) In case fresh supplies are not delivered within 30 days as per clause b(1) above, the purchaser
shall be free to purchase the identical item from any other alternative source or from the open
market in the order of preference and recover the difference of cost from the Contractor.
a) In all cases regarding the quality of items, the decision of GVK EMRI Bangalore, or any Officer
authorized by him, shall be final and binding.
11. TENDER EVALUATION
a. The tender evaluation of Technical and Commercial/ Financial bid (Cover – A & B) shall be
done as per the provisions of Karnataka Transparency in Public Procurement Act 2000 in the
order of preference as under:
First Preference - L-I
Second Preference - L-II
Third Preference - L-III
b. The competent authority of GVK EMRI will take a decision in consideration of the prevailing
policy of the Government and the tender conditions, to award the status for each Tenderer
with respect to each item as under: -
a. GVK EMRI shall call upon the successful bidder through an Intimation of Award of Contract,
informing him of acceptance of his bid for the item/items and to execute the agreement and
furnish the Security deposit within the stipulated period.
b. GVK EMRI will issue the list of successful bidders after getting the agreements and the
Security Deposit from the successful bidders.
c. If the L-I contractor fails to execute the purchase order, the purchaser shall opt for L-II and L-
III and in the open market in the order of priority and the difference of cost if any will be
recovered from the defaulting contractors as per clause (19).
First Preference
L-I
Second Preference
L-II
Third Preference
L-III
18 | P a g e
12. ORDERS AND DELIVERY SCHEDULES
i. The Purchaser does not guarantee the quantity, which will be ordered.The quantity
mentioned is only the tentative requirement and may increase or decrease as per the
actual requirement. No claims shall lie against the GVK EMRI, Bangalore in this regard.
The rates quoted should not vary with the quantum of the order or the destination.
ii. The Purchaser reserves the right to order for only such quantity as may be necessary and
the Contractor is bound to supply the ordered quantity only. Quantities supplied in
excess will not be paid.
iii. Supplies are to be made as per the Purchase Order (PO), delivery schedule and timings given
by the purchaser; consignment should be delivered to the GVK EMRI Warehouse in item
wise and batch wise.
iv).The Contractor shall adhere to staggered delivery as intimated in the Purchaser Order.
13. LIQUIDITY DAMAGES:
Failure to deliver the items or any consignment thereof, within the period prescribed for such Delivery will entail the Purchaser to levy LD and recover the amount at his/ her option, as given below with a maximum ceiling of 10% of the order value.
Up to 7 Days from Delivery Due Date 0.25% Per Unit Per Day
From 8th day to 15th Day 0.50% Per Unit Per Day
From 16th day to 22nd Day 0.75% Per Unit Per Day
From 23rd day to 30th Day 1.00% Per Unit Per Day
Above 30 Days 5.00% Per 5.00% Per Unit Per Day
In case the Supplier fails to deliver the items either in full or in part, within the prescribed delivery Period specified in the Purchase Order by the respective States, the Purchaser reserves the right to take alternate procurement action, at the risk and cost of the supplier for the unsupplied portion of the goods / items without canceling the contract in respect of the items not yet due for delivery, or to cancel the contract based on progress of work, including items not due for delivery, and, if thought fit/necessary, to purchase the items at the risk and cost of the Supplier. The price differential in case of higher cost to Purchaser, if any, shall have to be borne by the defaultingsupplier. Moreover the defaulting supplier shall have no claim over the quantity, which they failed to supply.
19 | P a g e
14. STAGGERED SUPPLY:
a) The Contractor should accept the supply orders for any item for staggered supply, with
stipulated time schedules for supplies and submit separate Bills for payment for each supply.
b) The purchaser reserves the right to proceed with the risk purchase from the alternate source in
case the supplies are not delivered on time and the difference of cost including the incidental
charges if any will be recovered from the Contractor.
c) Supplies under staggered supply order should be delivered immediately on time as specified in
the schedule.
15. PAYMENT CLAUSE
a) No advance payment will be made towards the supply. Payment will be made only after the
supplies are effected as per the supply order.
b) Payments towards the supply of materials will be made strictly as per rules of the GVK EMRI,
Bangalore.100% payment will be made 45 days of submission of invoice.
c) No claims shall lie against GVK EMRI Bangalore in respect of interest on Earnest Money Deposit or
on Security Deposit.
16. REPLACEMENT OF ITEMS
a) Items supplied in damaged or soiled condition or found “Not in conformity” with the accepted
specification, will not be accepted and should be replaced at no extra cost to GVK EMRI WITHIN 7
DAYS FROM THE DATE OF RECEIPT OF INTIMATION, failing which, 5% penalty will be levied for the
belated supplies made within another 7 days.
b) If the replacements are not affected even within the above penal period, the purchaser will be
free to proceed with the purchase from alternate sources as per Clause 18 above.
c) In case of dispute, regarding the non-conformity with the specifications, the decision of the GVK
EMRI Karnataka will be final.
20 | P a g e
17. DISQUALIFICATION CRITERIS
Failure to comply with the Contract provisions will entail disqualification of
the Contractor and his firm from participating in any of the tenders of GVK
EMRI for the next five years, besides immediate termination of the existing
contract.
a) In the event of supplies failing in quality test, the purchaser reserves the right to purchase from
alternate source.
b) Further, GVK EMRI reserves the right to cancel the contract and forfeit all the dues and deposits
of the contractor if the quality failure occurs recurrently and if the quality failure happens to be of
grave nature affecting the life or quality of life. This shall be, however, notwithstanding any other
action that might be proceeded with, under the law.
b) Such firms may be liable to be blacklisted for 5 years beginning from the year, in which
defective supply was detected.
18. BLACK-LISTING OF DEFAULTING CONTRACTORS:
a) In the event of a successful bidder in the GVK EMRI tender blacklisted by the any State / Central
Government for the failure of the quality of a particular product / products, after the date of the
submission of the bids, action will be initiated against the firm as per the Tender Conditions after
getting the relevant details.
b) The Purchaser reserves the right to BLACK LIST any Contractor either in whole or in part limiting
to specified product / products, for breach of any of the Terms and Conditions of the tender.
c) Such BLACKLISTED CONTRACTOR AND HIS ESTABLISHMENT will not be eligible to participate in
any of the Departmental Tenders for subsequent 5 years.
d) In the event of tendered supplies
(i) If two / more than two products of a firm fails in the quality tests then that firm will be
blacklisted.
(ii) If two / more than two batches of a product fail in the quality tests then that product of
that firm will be blacklisted.
21 | P a g e
e) If a firm is awarded only one product and two / more than two batches of that product fails in the
quality tests then such firm will be blacklisted.
f) Such firms / products will be blacklisted for five years beginning from the year following the one in
which defective supplies were detected and contract with the contractor will be suspended and
purchases will be made from alternative source. The contractor shall also be liable for action
.deposits and dues of such Bidders/ Contractors shall be forfeited to the GVK EMRI.
The Purchaser reserves the right to BLACK LIST any bidder for the following reasons:
i. Abnormal under-quoting to sabotage the process.
ii. Non-executing of agreement and the Security deposit when his offer/s is/are
accepted.
iii. Submission of false documents to get declared as responsive.
iv. Canvassing through whatever means to get his tender approved.
v. Indulging in corrupt practices like offering incentives / inducements /
coercion etc. to seek favour of approval.
vi. Interfering in the process of evaluation through submission of false
documents on other bidder/s.
vii. Bringing extraneous pressure on the officers or officials to get his tender declared responsive.
viii. Any other activity which would affect / interfere with the evaluation process.
ix. Supply of spurious Fleet Items.Supply of items of substitute make other than that mentioned in the tender and uploaded tender as sample with the tender.
x. Recurrent supply of Not of standard items.
xi. Supply of Fleet Items packed in used / recycled containers.
xii. Recurrent delay in supplies.
xiii. Indulging corrupt practices either to get supply order/s or to get the payment
for supplies.
xiv. Bringing extraneous pressure on officers / officials to place supply orders.
xv. Recurrent supply of items in packing materials of poor quality.
xvi. Supply of quantity less than that claimed on the label.
xvii. Canvassing to generate indents.
22 | P a g e
The Firms / Manufacturers who have been notified as BLACKLISTED by the Central or any State
Government are not eligible for participation in this tender. Such tenders will be rejected even if
received.
g. If the Tendering authority comes to know of such Blacklisted status of the Firm subsequent to
the opening of the Tender / Acceptance of the Tender / Awarding of the Contract, all the
deposits and dues of such Bidders/ Contractors shall be forfeited to GVK EMRI and such firms
will be liable for Blacklisting.
h. GVK EMRI reserves the right to reject the tender of blacklisted companies and
those companies whose past performance with GVK EMRI/ any similar agencies/ Health
Institutions was poor due to delayed and erratic supplies, frequent quality failures etc.
19. TERMINATION OF CONTRACT UNDER SPECIAL CIRCUMSTANCES
The Purchaser may without prejudice to any other remedy for breach of Terms and Conditions of
Tender, by written notice of one month, terminate the contract either in whole or part, stating
reasons thereof.
20. DISPUTES AND JURISDICTION
In the event of any dispute arising out of the Terms and Conditions of the tender, such disputes would
be subject to the jurisdictional courts in Bangalore, Karnataka.
21. SAVING CLAUSE PROTECTION OF ACTION TAKEN IN GOOD FAITH
No suit, prosecution or any legal proceedings shall lie against the purchaser or GVK EMRI or Dept. of
Health and Family Welfare, or any person for anything which is done in good faith or intended to be
done in pursuance of this Tender including the tendered quantity of the items notified.
22.SPECIAL NOTE
1. All supplies should accompany original delivery note or invoices
2. Test reports as in when requested
23 | P a g e
3. Photocopies / fax copies of the delivery note or the invoice or the test reports will not be
accepted.
4. Po to be attached along with the original delivery note or invoices
5. Good non-absorbable paper should be used for the delivery note and the invoices.
6. The matter pertaining to the supplies should be either printed or typewritten or legibly hand
written on the delivery challan or the invoice.
7. The delivery challan or the invoice should not contain any matter on its reverse side.
8. All documents of material movement like delivery note / challan, bill / invoices should carry the
name with trade name if any, make, batch number, date of manufacture and expiry date.
9. The purchaser shall reserve the right to purchase the items over and above the quantity
mentioned in this tender, during the contract period.
IN ALL THE ABOVE CONDITIONS, THE DECISION OF GVK EMRI, KARNATAKA SHALL BE FINAL
24 | P a g e
ANNEXURE I
LATEST GST PAYMENT RECEIPT
GOODS AND SERVICES TAX
PAYMENT RECEIPT
CPIN: Deposit Date : Deposit Time : e-Scroll :
Payment Particulars
CIN: Name of Bank: BRN:
Details of Taxpayer
GSTIN: E-mail Id: Mobile No.:
Name: Address :
Details of Deposit (All Amount in Rs.)
Government Major Head Minor Head
Tax Interest Penalty Fee Others Total
Government
CGST
IGST
of India
CESS
Sub-Total
SGST
Total Amount
Total Amount (in words) Mode of Payment: Internet Banking - Notes: 1. Status of the transaction can be tracked under 'Track Payment Status' at GST website 2. Payment status will be set as 'Paid' for this transaction. 3. This is a system generated receipt.
25 | P a g e
ANNEXURE – II
ANNUAL TURNOVER STATEMENT
The Annual Turnover of M/s. _____________________________________________________
For the past three years are given below and certified that the statement is true and correct.
_____________________________________________________________
Sl. No. Financial years Turnover in Lakhs (Rs) _____________________________________________________________
2016- 2017 (31-03-2017) -
2017 – 2018 (31-03-2018) -
2018 – 2019 (31-03-2019) -
______________________________________________________________
Total - Rs. _________________ Lakhs.
_______________________________________________________________ Date:
Signature of Chartered Accountant Seal:
(Name in Capital)
26 | P a g e
ANNEXURE – III
NO CONVICTION CERTIFICATE
To
M/s GVK EMRI
Magadi Road Basaveshwara Nagar
Bangalore- 560079
Sub- Non Conviction Declaration
Ref: Tender Notice No: GVK-EMRI/KAR/ SCM/ TENDER/33/2019-20
Dear Sir,
I/We Mr.______________________ residing at ____________ ___________holding the position of
____________________________ in this company /concern declare that I/we have not been convicted for
any criminal or economic offences by any court of Law in India or abroad or blacklisted by State/central
government departments/organization or any of GVK EMRI States
Thanking You.
27 | P a g e
ANNEXURE - IV
DECLARATION CERTIFICATE
Date:………………………………..
To
Head – Supply Chain Management
GVKEMRI, Karnataka
Subject: Tender No: GVK-EMRI/KAR/ SCM/TENDER/33/2019-20, Dt. 11.10.2019.
Dear Sir,
We here by certify and declare that we have read and understood all the terms and conditions of the
Subject tender and all the terms and conditions are acceptable to us.
We further confirm that we accept to supply all the items quoted by us as per technical specifications of
GVKEMRI and there are not deviations from the specifications asked for by GVKEMRI.
Thanking you,
Yours Sincerely,
(Authorized Signatory)
Name and Designation with company seal
28 | P a g e
ANNEXURE – V
DESCRIPTION OF AMBULANCE FLEET SPARES TECHNICAL SPECIFICATION
Ref. No: Tender No: GVK-EMRI/KAR/SCM/ TENDER/33/2019-20
Package – 1(Ambulance Fleet Spares): Vehicle Type – Force Traveler
Sl. No. Item Description Unit Total Quantity
1 Fuel Filter ( Force and Bolero )-BS III Each 1100
2 Fuel Filter ( Force and Bolero)-BS IV Each 1200
3 Air Filter (Force)- BS III Each 1100
4 Air Filter (Force)- BS IV Each 1200
5 Oil Filter (Force)- BS III Each 1100
6 Oil Filter (Force)- BS IV Each 1200
7 Amplifier -12 V / 24 V DC , 1-6 light blinking patterns Each 180
8 Jack & Rod – 5 tone Each 180
9 Light Bar LED( Amplifier with PA system) - 12 V / 24 V DC
Polycarbonate & Aluminium Extrusion, Red-Blue,Blue-
Blue, Length – 1200 mm,Width – 300 mm,Height – 150
mm
Each 180
10 Bike Ambulance - LED Flashing Light with two tone Siren Each 30
11 Blinkers for Ambulance – Red , Yellow & Blue Each 180
12 Siren Speaker Each 180
13 8" Coach Fan 12 V / 24 V DC Each 180
14 Complete Amby Sticker set as per Specification below Each 180
29 | P a g e
Ambulance Sticker Set Specification
Note: -The Item for which specifications are not given should be of reputed brands. In the market
and quality will be assessed at the time of Technical bid evaluation by the tender committee.
S.NO.
DISCREPTION LOCATED COLOR QUALITY LANGUA
GE SIZE UNIT
1 AMBULANCE FRONT RED REFLECTIVE VINYL
ENGLISH 4'.5 X 36' 2
2 GOVT. OF KARNATAKA SIDES BLACK MATT VINYL ENG/KAN 4'.5 X 40' 2
3 GOVT. OF KARNATAKA FRONT BLUE REFLECTIVE VINYL
KANNAD 4'.5 X 36' 1
4 GOVT. OF KARNATAKA BACK WHITE REFLECTIVE VINYL
KANNAD 3'.5 X 23' 1
5 H & F W S SIDES BLACK MATT VINYL ENG/KAN 4'.5 X 40' 2
6 H & F W S FRONT WHITE REFLECTIVE VINYL
KANNAD 2'.5 X 28' 1
7 ALLARI AROGYA SIDES RED REFLECTIVE VINYL
KANNAD 7' X 84' 2
8 AROGYA KAVACHA SIDES RED REFLECTIVE VINYL
ENG/KAN 3'.5 X 23' 2
9 FREE SERVICE SIDES RED REFLECTIVE VINYL
ENG/KAN 3'.5 X 23' 2
10 108 FREE SERVICE BACK WHITE REFLECTIVE VINYL
ENG/KAN 12' X 23' 2
11 GVK EMRI LOGO SIDES BLK/RED REF & MATT VINYL
ENGLISH 5'.5 X 18' 2
12 108 LOGO FRONT BLU/RED/WHITE REF & MATT VINYL
ENGLISH 8' X 8' 2
13 108 LOGO SIDES BLU/RED/WHITE REF & MATT VINYL
ENGLISH 23' X 23' 2
14 SURGEON LOGO SIDES BLUE REFLECTIVE VINYL
NIL 12' X 12' 2
15 SURGEON LOGO FRNT/BCK
BLUE REFLECTIVE VINYL
NIL 8' X 8' 2
16 CM,HM & GOVT. LOGO ECO SOLVENT
SIDES VINYL MULTI PRINT
VINYL LAMINATION
ENG/KAN 24' X 48' 2
17 GOVT. LOGO ECO SOLVENT
SIDES VINYL MULTI PRINT
VINYL LAMINATION
ENG/KAN 12' X 12' 2
18 NHM LOGO ECO SOLVENT
SIDES VINYL MULTI PRINT
VINYL LAMINATION
ENG/KAN 10' X 10' 2
19 0.25 CORNER STRIPS ROUND UP
WHITE REFLECTIVE VINYL
NIL 24' X 36' 1
20 HI CAL LG PT2062 ROUND UP
BLUE MATT VINYL NIL 132 sq.feet
1
21 GLASS TOP STRIP FRONT WHITE MATT VINYL NIL 6' X 66' 1
30 | P a g e
ANNEXURE –VI
FORMAT FOR SUBMISSION OF SAMPLES.
Ref Tender No: GVK-EMRI/KAR/SCM/ TENDER/33/2019-20
S.l. No. CODE NAME OF THE ITEM QUANTITY OF SAMPLE SUBMITTED
Total No. of Samples submitted: Place:
Total No. of Attachments used: Date:
Signature with seal
Acknowledgement of the person
Receiving the samples/with date and seal.
Note: If the space provided is inadequate, use additional sheet/s and ensure that the format is the same. If more than one sheet is used, each page shall be serially numbered and signed in full and at the end the number of sheets used shall be indicated in figures and words and total number of items quoted shall also be mentioned in words and figures. 1 unit/1 pair of sample to be submitted.
31 | P a g e
ENCLOSURE TO ANNEXURE – VI-A
QUANTITY OF SAMPLES TO BE SUBMITTED:
S.l.
No. Form / Category Quantity of samples
1 All Fleet Spares 1 unit
2 Any form / category not covered above 1 unit
32 | P a g e
ANNEXURE – VIII
Supplier Information form (SIF)
1. Name of Organization: _____________________________________________ 2. Permanent Account Number (PAN): _____________________________________________
(Pls. enclose Copy) 3. Registered Address: _____________________________________________
______________________________________________ ______________________________________________
4. Correspondence Address: ______________________________________________ ______________________________________________
5. Deal in kind of Services/Products: _____________________________________________
5. GST Registration: _____________________________________________
7. Service Tax Registration: ___________________________________________ 8. Bank A/C Details Name of Bank : ___________________________________________
Bank A/C No :_______________________________(Current/Saving) Branch &Add :___________________________________________ IFSC code : ___________________________________________ MICR code :___________________________________________
1. Contact Details
Contact Person : ____________________________________________ Telephone No : ____________________________________________ Mobile No : ____________________________________________
E‐Mail ID : ____________________________________________
11. Name of sister concern or any ____________________________________________ Interdependent Entity (If Any) ____________________________________________
(Signature of Authorized Person) Date:
[Name_____________________: Designation___________________]
33 | P a g e
ANNEXURE – VIII
FINANCIAL BID SECTION
Format for quoting prices (Price Bid)
Ref Tender No: GVK-EMRI/KAR/SCM/ TENDER/33/2019-20
S.No Item Description Make UOM
Basic Unit Price
(Excl.
GST) (Rs.)
GST
(Rs)
Total
Price (Rs)
Brand
Name
1
2
3
4
5
6
7
Signature of the Tenderer with Designation &Office Seal
Date:
34 | P a g e
Annexure-IX
Performance Security Bank Guarantee
……………………………… (Insert: Bank’s Name and Address of Issuing Branch or Office)
Beneficiary: ………………………………… (Insert: name and Address of Purchaser)
Date: ………………..
PERFORMANCE GUARANTEEE No: ……………………………..
We have been informed that (insert: name of Supplier) has entered into Contract No. (Insert: reference no of the
contract) dated …………………. With you, for the supply of (insert: description of goods).
Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is
required.
At the request of the Supplier, we (insert: name of bank) hereby irrevocably undertake to pay you ant sum or
sums not exceeding in total an amount of (insert: amount in figures) (………..) ( insert: amount in words) upon
receipt by us of your first demand in writing accompanied by a written statement stating that the supplier is in
breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your
demand or the sum specified therein.
This guarantee shall expire no later than the ………. Day of ………., 2…….. , **and any demand for payment under
it must be received by us at this office on or before that date.
** The guarantor agrees to extension of this guarantee for a further period of 4 years (One year extension on
each request) in response to the purchaser’s written request for such extension, such request to be presented
to the Guarantor before the expiry of the guarantee.