Amendment-VI

Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited
Swasthya Bhawan Complex
GN-29, Salt Lake, Sector-V
Kolkata-700091
Phone No (033) 23577070 / 23576504 / 23576505
E mail: [email protected], [email protected],
NOTICE INVITING TENDER FOR SUPPLY OF RTI / STI Kit
(Submission of Bid through online)
Bid Reference No: WBMSCL/NIT-33/2013
Dated-12.11.2013
(2nd call for WBMSCL/NIT-26/2013 dated 28.06.2013)
The following amendments have been made in the tender document,
Amendment-VI
Replace the following
(marked in Red)
(In Page: 1, 2)
Table for Important Dates
Sl.
1.
2.
3.
4.
5.
6.
Items
Date of uploading of N.I.T. Documents (online)/ Date of Issue
Documents downloadstart date (Online)
Date of 1st Pre Bid Meeting with the intending Tenderers in the
Conference Hall of West Bengal Medical Services Corporation
Limited
Bid submission start date (On line)
Documents downloaded date (Online)
Bid submission closing (On line)
Bid submission includes:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF
file)
1
Publishing date(s)
12.11.2013
12.11.2013
20.11.2013 at 3:00 PM
25.11.2013; 11:00 am
26.12.2013; up to 2:00
p.m.
26.12.2013; up to 2:00
p.m.
Sl.
Items
ii) BID – A (Should be in multiple page single PDF file)
Publishing date(s)
iii) BID – B (Should be in multiple page single PDF file)
iv) BID – C (BOQ)
7.
Detailed list of documents annexed at Section V Check-List
Form
Non-statutory document (document uploaded in My Space),Bid
– A & Bid – B constitute the technical bid and Bid – C is the
financial bid.
Any wrong or misleading information provided by the
Tenderer during submission of bids shall lead to summary
cancellation of bid and may lead to blacklisting in WBMSCL
for at least 3 years.
Last date of submission of
30.12.2013; upto 4:00 p.m.
a) Cost of Tender Documents (only by Demand Draft) and Earnest
Money Deposit ( Demand Draft / Pay Order / Bank Guarantee)
b) Hard copies of the documents uploaded in e-tender during
bid submission. No BOQ to be submitted in hard copy.
c) Copy of acknowledgement generated by e-tender portal
against the documents uploaded during bid submission.
d) 5 (five) strips of the each product in a model carton.
N.B.:
1) All the above documents are to be submitted at the
registered office of WBMSCL.
2) It is essential that all documents in hard copy are to be
placed before the Committee and arranged in the same
sequence as given in the Check List. All the documents
should be appropriately flagged.
8.
9.
10.
Date of opening of Bid – A & Bid - B (Online)
30.12.2013; 4:00 p.m.
onwards.
Intimation to remain present at WBMSCL office, Kolkata for To be notified later
identification of the documents for the technical bid evaluation
Physical checking of samples by the expert committee
To be notified later
2
AS UNDER
Table for Important Dates
Sl.
1.
2.
3.
4.
5.
6.
Items
Date of uploading of N.I.T. Documents (online)/ Date of Issue
Documents downloadstart date (Online)
Date of 1st Pre Bid Meeting with the intending Tenderers in the
Conference Hall of West Bengal Medical Services Corporation
Limited
Bid submission start date (On line)
Documents downloaded date (Online)
Bid submission closing (On line)
Bid submission includes:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF
file)
Publishing date(s)
12.11.2013
12.11.2013
20.11.2013 at 3:00 PM
25.11.2013; 11:00 am
30.12.2013; up to 2:00
p.m.
30.12.2013; up to 2:00
p.m.
ii) BID – A (Should be in multiple page single PDF file)
iii) BID – B (Should be in multiple page single PDF file)
iv) BID – C (BOQ)
7.
Detailed list of documents annexed at Section V Check-List
Form
Non-statutory document (document uploaded in My Space),Bid
– A & Bid – B constitute the technical bid and Bid – C is the
financial bid.
Any wrong or misleading information provided by the
Tenderer during submission of bids shall lead to summary
cancellation of bid and may lead to blacklisting in WBMSCL
for at least 3 years.
Last date of submission of
02.01.2014; up to 4:00
e) Cost of Tender Documents (only by Demand Draft) and Earnest p.m.
Money Deposit ( Demand Draft / Pay Order / Bank Guarantee)
Hard copies of the documents uploaded in e-tender during
bid submission. No BOQ to be submitted in hard copy.
g) Copy of acknowledgement generated by e-tender portal
against the documents uploaded during bid submission.
h) 5 (five) strips of the each product in a model carton.
N.B.:
f)
3) All the above documents are to be submitted at the
registered office of WBMSCL.
4) It is essential that all documents in hard copy are to be
3
Sl.
8.
9.
10.
Items
Publishing date(s)
placed before the Committee and arranged in the same
sequence as given in the Check List. All the documents
should be appropriately flagged.
Date of opening of Bid – A & Bid - B (Online)
02.01.2014; 4:00 p.m.
onwards.
Intimation to remain present at WBMSCL office, Kolkata for To be notified later
identification of the documents for the technical bid evaluation
Physical checking of samples by the expert committee
To be notified later
4
Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited
Swasthya Bhawan Complex
GN-29, Salt Lake, Sector-V
Kolkata-700091
Phone No (033) 23577070 / 23576504 / 23576505
E mail: [email protected], [email protected],
NOTICE INVITING TENDER FOR SUPPLY OF RTI / STI Kit
(Submission of Bid through online)
Bid Reference No: WBMSCL/NIT-33/2013
Dated-12.11.2013
(2nd call for WBMSCL/NIT-26/2013 dated 28.06.2013)
The following amendments have been made in the tender document,
Amendment-V
Replace the following
(marked in Red)
(In Page: 32,33,34,35,36,37)
Labelling and Packing Details
RTI / STI Kit 1:
a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs but kept separately) for each category for STI / RTI treatment as
specified in the schedule of requirement.
The kit will be Grey (25%) colour and labelled as per details given.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
1
Each Kit will contain 1 (one) Tablet of Azithromycin 1 gm and 1(one) Tablet of
Cefixime 400 mg in a single blister pack, for use by one patient.
c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labelled in grey colour. Each millboard box contains 20
colour coded kits.
d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes and in Grey
(25%), Colour labelled as per details given.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 2:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs but kept separately) for each category for STI / RTI treatment as
specified in the schedule of requirement.
The kit will be Green colour and labelled as per details given.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 2 (two) Tablets of Secnidazole 1 gm and 1 (one) Tablet of
Fluconazole 150 mg in a single strip pack for single usage for one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
2
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labelled in green colour. Each millboard box contains 20
colour coded kits.
(d) 5-ply shipper: Each shipper will contain 20 boxes of millboard / grey board boxes
and in labelled in Green Colour as per details given.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 3:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be White colour.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet Azithromycin 1 gm in blister pack and one
vial of Injection Benzathine Penicillin 2.4 MU kept separately in the kit for
single usage of one patient [along with 1 plastic ampoule of Sterile Water For
Injection (SWFI) and one 10ml syringe with 22G X 1.25”needle].
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labelled with White labels to the boxes.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labelled as given. Each millboard box contains 20 colour
coded kits.
3
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes and labelled
with White labels.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 4:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in blue colour.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet Azithromycin 1 gm in blister pack and 28
(twenty eight) Capsules / Tablets Doxycycline 100 mg in blister pack [Each strip
contains 2 rows of 14 tab /cap.], kept separately in the kit for usage by one
patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labelled with blue labels.
Style of: Top and bottom tuck-in-flap type.
Each millboard box contains 20 kits and labelled in blue colour.
4
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes and with
blue colour with labels.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 5:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Red colour and labelled.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 21 (Twenty one) Tablets Acyclovir 400 mg for usage by one
patient [a strip of 3 rows of 7 tablets].
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labelled with blue labels.
Style of: Top and bottom tuck-in-flap type.
Each Red labelled millboard box contains 20 kits and labelled.
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes in and
labelled in Red colour.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 6:
(a) Blister packed drug
5
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Yellow colour and labelled.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted.
Each Kit will contain 1 (one) Tablet Cefixime 400mg, 28 (twenty eight) capsules /
tablets of Doxycycline 100 mg [Each strip contains 2 rows of 14 tab /cap.] and 28
(twenty eight) tablets Metronidazole 400 mg [Each strip contains 2 rows of 14
tab.], all in their own blister pack, and kept separately for usage by one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
Each box contains 20 kits and labelled in yellow colour.
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes in and
labelled in yellow colour.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
`
RTI / STI Kit 7:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
6
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Black colour and labelled.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted.
Each Kit will contain 1 (one) Tablet Azythromycin 1 gm in a strip and 42 (forty
two) capsules / tablets of Doxycycline 100 mg for usage by one patient [3 strips of
14 capsules. Each strip contains 2 rows of 7 capsules].
(c) Millboard / Grey board in Black colour
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
Each black coloured millboard box contains 20 kits and labelled.
(d) 5-ply shipper in Black colour:
Each shipper will contain 20 millboard / grey board boxes in and labelled.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
Label Text for Laminated kit, Millboard Boxes and 5-ply Shippers
AS UNDER
Labelling and Packing Details
RTI / STI Kit 1:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
7
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs but kept separately) for each category for STI / RTI treatment as
specified in the schedule of requirement.
The kit will be Grey (25%) colour and labelled as per details given.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet of Azithromycin IP 1 gm and 1(one) Tablet
of Cefixime IP 400 mg in a single blister pack, for use by one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labelled in grey colour. Each millboard box contains 20
colour coded kits.
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes and in Grey
(25%), Colour labelled as per details given.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 2:
(a)Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs but kept separately) for each category for STI / RTI treatment as
specified in the schedule of requirement.
The kit will be Green colour and labelled as per details given.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 2 (two) Tablets of Secnidazole IP 1 gm and 1 (one) Tablet
of Fluconazole IP 150 mg in a single strip pack for single usage for one patient.
8
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labelled in green colour. Each millboard box contains 20
colour coded kits.
(d) 5-ply shipper: Each shipper will contain 20 boxes of millboard / grey board boxes
and in labelled in Green Colour as per details given.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 3:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be White colour.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet Azithromycin IP 1 gm in blister pack and
one vial of Injection Benzathine Penicillin IP 2.4 MU kept separately in the kit
for single usage of one patient [along with 1 plastic ampoule of Sterile Water For
Injection IP (SWFI) and one 10ml syringe with 22G X 1.25” needle].
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labelled with White labels to the boxes.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labelled as given. Each millboard box contains 20 colour
coded kits.
9
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes and labelled
with White labels.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 4:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in blue colour.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet Azithromycin IP 1 gm in blister pack and 28
(twenty eight) Capsules Doxycycline IP 100 mg in blister pack [Each strip
contains 2 rows of 14 cap.], kept separately in the kit for usage by one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labelled with blue labels.
Style of: Top and bottom tuck-in-flap type.
Each millboard box contains 20 kits and labelled in blue colour.
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes and with
blue colour with labels.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 5:
(a) Blister packed drug
10
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Red colour and labelled.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 21 (Twenty one) Tablets Acyclovir IP 400 mg for usage by
one patient [a strip of 3 rows of 7 tablets].
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labelled with blue labels.
Style of: Top and bottom tuck-in-flap type.
Each Red labelled millboard box contains 20 kits and labelled.
(d) 5-ply shipper: Each shipper will contain 20 millboard / grey board boxes in and
labelled in Red colour.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 6:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
11
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Yellow colour and labelled.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted.
Each Kit will contain 1 (one) Tablet Cefixime IP 400 mg, 28 (twenty eight)
capsules of Doxycycline IP 100 mg [Each strip contains 2 rows of 14 cap.] and 28
(twenty eight) tablets Metronidazole IP 400 mg [Each strip contains 2 rows of 14
tab.], all in their own blister pack, and kept separately for usage by one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
Each box contains 20 kits and labelled in yellow colour.
(d) 5-ply shipper: Each shipper will contain 20 millboard / greybeard boxes in and
labelled in yellow colour.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
RTI / STI Kit 7:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminium Foil: 0.025 mm, VMCH coated Aluminium foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Black colour and labelled.
Laminated material Glassine paper (40 gm) / Aluminium (9um) / Poly (150 gauge)
Type of kit Gusseted.
12
Each Kit will contain 1 (one) Tablet Azythromycin IP 1 gm in a strip and 42
(forty two) capsules of Doxycycline IP 100 mg for usage by one patient [3 strips
of 14 capsules. Each strip contains 2 rows of 7 capsules].
(c) Millboard / Grey board in Black colour
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
Each black coloured millboard box contains 20 kits and labelled.
(d) 5-ply shipper in Black colour:
Each shipper will contain 20 millboard / grey board boxes in and labelled.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade Kraft paper.
Label Text for Laminated kit, Millboard Boxes and 5-ply Shippers
13
Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited
Swasthya Bhawan Complex
GN-29, Salt Lake, Sector-V
Kolkata - 700091
Phone No (033) 23577070 / 23576504 / 23576505
E mail: [email protected], [email protected],
NOTICE INVITING TENDER FOR SUPPLY OF RTI / STI KITS
(Submission of Bid through online)
Bid Reference No: WBMSCL/NIT-33/2013
Dated - 12.11.2013
The following amendments have been made in the tender document,
Amendment-IV
Replace the following
(marked in Red)
(In Page: 29, 37, 38)
Specification
Contents and specification STI/RTI DRUG KIT
(For Schedule- I to Schedule- VII)
Schedule
Kit
Colour
of unit
Kit
Box
KIT – 1
GREY
KIT – 2
GREEN
KIT – 3
WHITE
Schedule- I
Schedule- II
Schedule- III
Content & Specification
(of Unit Kit Box)
Blister Strip with PDVC &
Aluminum foil pack
One tablet of azithromycin (1g)
+
One tablet of Cefixime (400 mg)
Two tablets of Secnidazole (1 g)
+
1 cap. Fluconazole (150 mg)
One vial Benzathine penicillin (2.4 MU)
+
One tablet of Azithromycin (1 g)
Schedule- IV
KIT – 4
Twenty eight tablets of Doxycycline
(100 mg)
+
One tablet of Azithromycin (1 g)
BLUE
1
Schedule
Kit
Colour
of unit
Kit
Box
Content & Specification
(of Unit Kit Box)
Blister Strip with PDVC &
Aluminum foil pack
KIT – 5
RED
Twenty one capsules of Acyclovir (400 mg)
KIT – 6
YELLOW
One tablet of Cefixime (400 mg)
+
Twenty eight tablets of Metronidazole (400
mg)
+
Twenty eight tablets of Doxycycline (100 mg)
KIT – 7
BLACK
Forty two tablets of Doxycycline (100 mg)
+
One tablet of Azithromycin (1 g)
Schedule- V
Schedule- VI
Schedule- VII
LAMINATED KIT
NRHMLO
LOGO
NRHM LOGO
KIT 2
Secnidazole 2 gm & Fluconazole 150 mg
For
Vaginal discharge SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
KIT 1
Azithromycin 1 gm & Cefixime 400 mg
For
Urethral discharge, Ano-rectal discharge,
Cervicits Syndromes and Asymptomatic
infection Management
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
2
NRHM LOGO
NRHM LOGO
KIT 4
Doxycycline 100 mg
Azithromycin 1 gm
For
GENITAL ULCER DISEASE – NonHERPETIC SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
KIT 5
ACYCLOVIR 400 MG
For
GENITAL ULCER DISEASE – HERPETIC
(GUD-HERPETIC) SYNDROME actu
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
NRHM LOGO
NRHM LOGO
KIT 6
Cefixime 400 mg single dose & Metronidazole
400 mg BID for 14 days & + Doxycycline 100
mg BID for 14 days
For
Lower abdominal pain SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
KIT 7
Doxycycline 100 mg BID for 21 days &
Azithromycin 1 gm single dose
For
Inguinal Bubo SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
3
AS UNDER
Specification
Contents and specification STI/RTI DRUG KIT
(For Schedule- I to Schedule- VII)
Schedule
Kit
Colour
of unit
Kit
Box
KIT – 1
GREY
KIT – 2
GREEN
KIT – 3
WHITE
Schedule- I
Schedule- II
Schedule- III
Content & Specification
(of Unit Kit Box)
Blister Strip with PDVC &
Aluminum foil pack
One Tablet of Azithromycin IP (1g)
+
One Tablet of Cefixime IP (400 mg)
Two Tablets of Secnidazole IP (1 g)
+
One Tablet Fluconazole IP (150 mg)
One vial Benzathine Penicillin IP (2.4 MU)
+
One Tablet of Azithromycin IP (1 g)
+
One Disposable syringe (10 ml) with 22G X
1.25” needle
+
One plastic ampoule of Sterile Water For
Injection IP (10 ml)
4
Schedule- IV
Schedule- V
KIT – 4
BLUE
KIT – 5
RED
KIT – 6
YELLOW
KIT – 7
BLACK
Schedule- VI
Schedule- VII
Twenty eight Capsules of Doxycycline IP
(100 mg)
+
One Tablet of Azithromycin IP (1 g)
Twenty one Tablets of Acyclovir IP
(400 mg)
One Tablet of Cefixime IP (400 mg)
+
Twenty eight Tablets of Metronidazole IP
(400 mg)
+
Twenty eight Capsules of Doxycycline IP
(100 mg)
Forty two Capsules of Doxycycline IP
(100 mg)
+
One Tablet of Azithromycin IP (1 g)
LAMINATED KIT
KIT 1
RX,
Tablet Azithromycin 1 gm & Tablet Cefixime 400 mg
Made in India
Composition:
MFG. Name:
Azithromycin IP
1 gm
MFG Lic. No.
Cefixime
IP 400 mg
Indication: Urethral discharge, Ano-rectal discharge,
Cervicitis Syndromes and Asymptomatic infection
Schedule H Drug: To be sold by retail on the
management
Prescription of a Registered Medical
Practitioner Only
Dose: As directed by the Physician
KIT 2
RX,
Tablet Secnidazole 1 gm & Tablet Fluconazole 150 mg
Composition:
Made in India
Secnidazole IP 1 gm
MFG. Name:
Fluconazole IP 150 mg
MFG Lic. No.
Indication: Vaginal discharge syndrome
Dose: As directed by the Physician
Schedule H Drug: To be sold by retail
on the Prescription of a Registered
Medical Practitioner only
D
Schedule
H Drug:
retail
Schedule H Drug:
To beTo
soldbe
by sold
retail by
on the
Prescription
of
a
Registered
Medical
on the Prescription of a Registered
Practitioner Only
Medical
Practitioner only
MFG. Date:
Batch No.:
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
MFG. Date:
Batch No.:
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
5
KIT 3
RX,
Tablet Azithromycin 1 gm &
Benzathine Penicillin 2.4 MU
Composition:
Made in India
Azithromycin
IP 1 gm
MFG. Name:
Benzathine Penicillin IP 2.4 MU
MFG. Lic. No.
Sterile Water
IP 10 ml
Disposable syringe
10ml
Indication: Genital Ulcer Disease- Non- Herpetic
syndrome
Dose: As directed by the Physician
KIT 4
RX
Capsule Doxycycline 100 mg &
Tablet Azithromycin 1 gm
Composition:
Made in India
Doxycycline IP 100 mg
MFG. Name:
Azithromycin IP 1 gm
MFG. Name
MFG Lic. No.
Indication: Genital Ulcer Disease – Non- Herpetic
syndrome
Dose: As directed by the Physician
Schedule H Drug: To be sold by retail
on the Prescription of a Registered
Medical Practitioner only
Schedule H Drug: To be sold by retail
on the Prescription of a Registered
Medical Practitioner only
MFG. Date:
Batch No.:
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
MFG. Date:
Batch No.:
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
MFG. Date:
Batch No
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
6
KIT 6
RX,
Tablet Cefixime 400 mg & Tablet Metronidazole 400 mg
& Capsule Doxycycline 100 mg
KIT 5
RX,
Tablet Acyclovir 400 mg
Composition:
Made in India
Acyclovir IP 400 mg
MFG. Name:
MFG. Lic. No.
Indication: Genital Ulcer Disease – Herpetic (GUDHerpetic) syndrome ACTU
Made in India
MFG. Name:
MFG Lic. No.
Composition:
Cefixime
IP 400 mg
Metronidazole IP 400 mg
Doxycycline IP 100 mg
Indication: Lower abdominal pain syndrome
Dose: As directed by the Physician
Dose: As directed by the Physician
Schedule H Drug: To be sold by retail
on the Prescription of a Registered
Medical Practitioner only
Schedule H Drug: To be sold by retail
on the Prescription of a Registered
Medical Practitioner only
MFG. Date:
Batch No.:
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
MFG. Date:
Batch No.:
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
7
KIT 7
RX,
Capsule Doxycycline 100 mg &
Tablet Azithromycin 1 gm
Composition:
Made in India
Doxycycline IP 100 mg
MFG. Name:
Azithromycin IP 1 gm
MFG Lic. No.
Indication: Inguinal Bubo syndrome
Dose: As directed by the Physician
Schedule H Drug: To be sold by retail
on the Prescription of a Registered
Medical Practitioner only
MFG. Date:
Batch No.:
Exp. Date:
Store in a cool place & Protected from Light
West Bengal Govt. Supply
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI CLINICS
8
Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited
Swasthya Bhawan Complex
GN-29, Salt Lake, Sector-V
Kolkata-700091
Phone No (033) 23577070 / 23576504 / 23576505
E mail: [email protected], [email protected],
NOTICE INVITING TENDER FOR SUPPLY OF RTI / STI Kit
(Submission of Bid through online)
Bid Reference No: WBMSCL/NIT-33/2013
Dated-12.11.2013
(2nd call for WBMSCL/NIT-26/2013 dated 28.06.2013)
The following amendments have been made in the tender document,
Amendment-III
Replace the following
(marked in Red)
(In Page: 1, 2)
Table for Important Dates
Sl.
1.
2.
3.
4.
5.
6.
Items
Date of uploading of N.I.T. Documents (online)/ Date of Issue
Documents downloadstart date (Online)
Date of 1st Pre Bid Meeting with the intending Tenderers in the
Conference Hall of West Bengal Medical Services Corporation
Limited
Bid submission start date (On line)
Documents downloaded date (Online)
Bid submission closing (On line)
Bid submission includes:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF
file)
1
Publishing date(s)
12.11.2013
12.11.2013
20.11.2013 at 3:00 PM
25.11.2013; 11:00 am
17.12.2013; up to 2:00
p.m.
17.12.2013; up to 2:00
p.m.
Sl.
Items
ii) BID – A (Should be in multiple page single PDF file)
Publishing date(s)
iii) BID – B (Should be in multiple page single PDF file)
iv) BID – C (BOQ)
7.
Detailed list of documents annexed at Section V Check-List
Form
Non-statutory document (document uploaded in My Space),Bid
– A & Bid – B constitute the technical bid and Bid – C is the
financial bid.
Any wrong or misleading information provided by the
Tenderer during submission of bids shall lead to summary
cancellation of bid and may lead to blacklisting in WBMSCL
for at least 3 years.
Last date of submission of
20.12.2013; upto 4:00 p.m.
a) Cost of Tender Documents (only by Demand Draft) and Earnest
Money Deposit ( Demand Draft / Pay Order / Bank Guarantee)
b) Hard copies of the documents uploaded in e-tender during
bid submission. No BOQ to be submitted in hard copy.
c) Copy of acknowledgement generated by e-tender portal
against the documents uploaded during bid submission.
d) 5 (five) strips of the each product in a model carton.
N.B.:
1) All the above documents are to be submitted at the
registered office of WBMSCL.
2) It is essential that all documents in hard copy are to be
placed before the Committee and arranged in the same
sequence as given in the Check List. All the documents
should be appropriately flagged.
8.
9.
10.
Date of opening of Bid – A & Bid - B (Online)
20.12.2013; 4:00 p.m.
onwards.
Intimation to remain present at WBMSCL office, Kolkata for To be notified later
identification of the documents for the technical bid evaluation
Physical checking of samples by the expert committee
To be notified later
2
AS UNDER
Table for Important Dates
Sl.
1.
2.
3.
4.
5.
6.
Items
Date of uploading of N.I.T. Documents (online)/ Date of Issue
Documents downloadstart date (Online)
Date of 1st Pre Bid Meeting with the intending Tenderers in the
Conference Hall of West Bengal Medical Services Corporation
Limited
Bid submission start date (On line)
Documents downloaded date (Online)
Bid submission closing (On line)
Bid submission includes:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF
file)
Publishing date(s)
12.11.2013
12.11.2013
20.11.2013 at 3:00 PM
25.11.2013; 11:00 am
26.12.2013; up to 2:00
p.m.
26.12.2013; up to 2:00
p.m.
ii) BID – A (Should be in multiple page single PDF file)
iii) BID – B (Should be in multiple page single PDF file)
iv) BID – C (BOQ)
7.
Detailed list of documents annexed at Section V Check-List
Form
Non-statutory document (document uploaded in My Space),Bid
– A & Bid – B constitute the technical bid and Bid – C is the
financial bid.
Any wrong or misleading information provided by the
Tenderer during submission of bids shall lead to summary
cancellation of bid and may lead to blacklisting in WBMSCL
for at least 3 years.
Last date of submission of
30.12.2013; up to 4:00
e) Cost of Tender Documents (only by Demand Draft) and Earnest p.m.
Money Deposit ( Demand Draft / Pay Order / Bank Guarantee)
Hard copies of the documents uploaded in e-tender during
bid submission. No BOQ to be submitted in hard copy.
g) Copy of acknowledgement generated by e-tender portal
against the documents uploaded during bid submission.
h) 5 (five) strips of the each product in a model carton.
N.B.:
f)
3) All the above documents are to be submitted at the
registered office of WBMSCL.
4) It is essential that all documents in hard copy are to be
3
Sl.
8.
9.
10.
Items
Publishing date(s)
placed before the Committee and arranged in the same
sequence as given in the Check List. All the documents
should be appropriately flagged.
Date of opening of Bid – A & Bid - B (Online)
30.12.2013; 4:00 p.m.
onwards.
Intimation to remain present at WBMSCL office, Kolkata for To be notified later
identification of the documents for the technical bid evaluation
Physical checking of samples by the expert committee
To be notified later
4
Notice Inviting e-Tender
West Bengal Medical Services CorporationLimited
SwasthyaBhawan Complex
GN-29, Salt Lake, Sector-V
Kolkata-700091
Phone No (033) 23577070 / 23576504 / 23576505
E mail: [email protected], [email protected],
NOTICE INVITING TENDER FOR SUPPLY OF RTI / STI Kit
(Submission of Bid through online)
Bid Reference No: WBMSCL/NIT-33/2013
Dated-12.11.2013
(2nd call for WBMSCL/NIT-26/2013 dated 28.06.2013)
The following amendments have been made in the tender document,
Amendment-II
Replace the following
(marked in Red)
(In Page: 1, 2)
Table for Important Dates
Sl.
1.
2.
3.
4.
5.
6.
Items
Date of uploading of N.I.T. Documents (online)/ Date of Issue
Documents download start date (Online)
Date of 1st Pre Bid Meeting with the intending Tenderers in the
Conference Hall of West Bengal Medical Services Corporation
Limited
Bid submission start date (On line)
Documents downloaded date (Online)
Bid submission closing (On line)
Bid submission includes:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF
file)
1
Publishing date(s)
12.11.2013
12.11.2013
20.11.2013 at 3:00 PM
25.11.2013; 11:00 am
10.12.2013; up to 2:00
p.m.
10.12.2013; up to 2:00
p.m.
Sl.
Items
ii) BID – A (Should be in multiple page single PDF file)
Publishing date(s)
iii) BID – B (Should be in multiple page single PDF file)
iv) BID – C (BOQ)
7.
Detailed list of documents annexed at Section V Check-List
Form
Non-statutory document (document uploaded in My Space), Bid
– A & Bid – B constitute the technical bid and Bid – C is the
financial bid.
Any wrong or misleading information provided by the
Tenderer during submission of bids shall lead to summary
cancellation of bid and may lead to blacklisting in WBMSCL
for at least 3 years.
Last date of submission of
12.12.2013; upto 4:00 p.m.
a) Cost of Tender Documents (only by Demand Draft) and Earnest
Money Deposit ( Demand Draft / Pay Order / Bank Guarantee)
b) Hard copies of the documents uploaded in e-tender during
bid submission. No BOQ to be submitted in hard copy.
c) Copy of acknowledgement generated by e-tender portal
against the documents uploaded during bid submission.
d) 5 (five) strips of the each product in a model carton.
N.B.:
1) All the above documents are to be submitted at the
registered office of WBMSCL.
2) It is essential that all documents in hard copy are to be
placed before the Committee and arranged in the same
sequence as given in the Check List. All the documents
should be appropriately flagged.
8.
9.
10.
Date of opening of Bid – A & Bid - B (Online)
12.12.2013; 4:00 p.m.
onwards.
Intimation to remain present at WBMSCL office, Kolkata for To be notified later
identification of the documents for the technical bid evaluation
Physical checking of samples by the expert committee
To be notified later
2
AS UNDER
Table for Important Dates
Sl.
1.
2.
3.
4.
5.
6.
Items
Date of uploading of N.I.T. Documents (online)/ Date of Issue
Documents download start date (Online)
Date of 1st Pre Bid Meeting with the intending Tenderers in the
Conference Hall of West Bengal Medical Services Corporation
Limited
Bid submission start date (On line)
Documents downloaded date (Online)
Bid submission closing (On line)
Bid submission includes:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF
file)
Publishing date(s)
12.11.2013
12.11.2013
20.11.2013 at 3:00 PM
25.11.2013; 11:00 am
17.12.2013; up to 2:00
p.m.
17.12.2013; up to 2:00
p.m.
ii) BID – A (Should be in multiple page single PDF file)
iii) BID – B (Should be in multiple page single PDF file)
iv) BID – C (BOQ)
7.
Detailed list of documents annexed at Section V Check-List
Form
Non-statutory document (document uploaded in My Space),Bid
– A & Bid – B constitute the technical bid and Bid – C is the
financial bid.
Any wrong or misleading information provided by the
Tenderer during submission of bids shall lead to summary
cancellation of bid and may lead to blacklisting in WBMSCL
for at least 3 years.
Last date of submission of
20.12.2013; upto 4:00 p.m.
e) Cost of Tender Documents (only by Demand Draft) and Earnest
Money Deposit ( Demand Draft / Pay Order / Bank Guarantee)
f) Hard copies of the documents uploaded in e-tender during
bid submission. No BOQ to be submitted in hard copy.
g) Copy of acknowledgement generated by e-tender portal
against the documents uploaded during bid submission.
h) 5 (five) strips of the each product in a model carton.
N.B.:
3) All the above documents are to be submitted at the
registered office of WBMSCL.
4) It is essential that all documents in hard copy are to be
3
Sl.
8.
9.
10.
Items
Publishing date(s)
placed before the Committee and arranged in the same
sequence as given in the Check List. All the documents
should be appropriately flagged.
Date of opening of Bid – A & Bid - B (Online)
20.12.2013; 4:00 p.m.
onwards.
Intimation to remain present at WBMSCL office, Kolkata for To be notified later
identification of the documents for the technical bid evaluation
Physical checking of samples by the expert committee
To be notified later
4
Notice Inviting e-Tender
West Bengal Medical Services Corporation Limited
Swasthya Bhawan Complex
GN-29, Salt Lake, Sector-V
Kolkata - 700091
Phone No (033) 23577070 / 23576504 / 23576505
E mail: [email protected], [email protected], [email protected],
NOTICE INVITING TENDER FOR SUPPLY OF RTI / STI Kit
(Submission of Bid through online)
Bid Reference No: WBMSCL/NIT-33/2013
Dated - 12.11.2013
(2nd call for WBMSCL/NIT-26/2013 dated 28.06.2013)
Table for Important Dates
Sl.
1.
2.
3.
4.
5.
6.
Items
Date of uploading of N.I.T. Documents (online)/ Date of Issue
Documents download start date (Online)
Date of 1st Pre Bid Meeting with the intending Tenderers in the
Conference Hall of West Bengal Medical Services Corporation
Limited
Bid submission start date (On line)
Documents download end date (Online)
Bid submission closing (On line)
Bid submission includes:
i) Non statutory documents to be submitted under My Space
(Each sub-category item should be in multiple page single PDF
file)
Publishing date(s)
12.11.2013
12.11.2013
20.11.2013 at 3:00 PM
25.11.2013; 11:00 am
03.12.2013; up to 2:00
p.m.
03.12.2013; up to 2:00
p.m.
ii) BID – A (Should be in multiple page single PDF file)
iii) BID – B (Should be in multiple page single PDF file)
iv) BID – C (BOQ)
7.
Detailed list of documents annexed at Section V Check-List
Form
Non-statutory document (document uploaded in My Space), Bid
– A & Bid – B constitute the technical bid and Bid – C is the
financial bid.
Any wrong or misleading information provided by the
Tenderer during submission of bids shall lead to summary
cancellation of bid and may lead to blacklisting in WBMSCL
for at least 3 years.
Last date of submission of
05.12.2013; up to 4:00
1|Page
a) Cost of Tender Documents (only by Demand Draft) and Earnest p.m.
Money Deposit ( Demand Draft / Pay Order / Bank Guarantee)
b) Hard copies of the documents uploaded in e-tender during
bid submission. No BOQ to be submitted in hard copy.
c) Copy of acknowledgement generated by e-tender portal
against the documents uploaded during bid submission.
d) 5 (five) strips of the each product in a model carton.
N.B.:
1) All the above documents are to be submitted at the
registered office of WBMSCL.
2) It is essential that all documents in hard copy are to be
placed before the Committee and arranged in the same
sequence as given in the Check List. All the documents
should be appropriately flagged.
8.
Date of opening of Bid – A & Bid - B (Online)
05.12.2013; 4:00 p.m.
onwards.
9. Intimation to remain present at WBMSCL office, Kolkata for To be notified later
identification of the documents for the technical bid evaluation
10. Physical checking of samples by the expert committee
To be notified later
2|Page
1. West Bengal Medical Services Corporation Limited (WBMSCL) has been requested
by the Government of West Bengal to procure on their behalf RTI STI Kit to be
supplied to the Districts for supply to various healthcare establishments of the Govt.
of West Bengal.
2. WBMSCL hereby invites bids from eligible and qualified Tenderers for the supply of
the RTI STI Kit as per Schedule of Requirement.
3. Intending Tenderer may download the tender documents from the website:
wbtenders.gov.in. Tender fees and earnest money to be drawn in favour of ‘West
Bengal Medical Services Corporation Limited’ through Demand Draft / Bank
Guarantee issued from any scheduled bank payable at Kolkata.
4. Non statutory documents, Bid – A, Bid – B & Bid – C are to be submitted
concurrently.
Sd/Managing Director,
WBMSCL
3|Page
Contents
TABLE FOR IMPORTANT DATES ................................................................... 1
SECTION I: IMPORTANT INFORMATION AT A GLANCE ....................... 6
1. TENDER SCHEDULE IN BRIEF: ..................................................................................................................... 6
2. TENDER FEES (NON-REFUNDABLE): ........................................................................................................... 6
3. EARNEST MONEY DEPOSIT (EMD): ........................................................................................................... 6
4. ANNUAL TURNOVER REQUIREMENTS: ........................................................................................................ 6
5. (A) DELIVERY SCHEDULE: .......................................................................................................................... 7
5. (B) PAYMENT TERMS FOR SCHEDULE I TO VIII ............................................................................................... 7
6. PERFORMANCE SECURITY .......................................................................................................................... 7
7. WHO CAN BID ............................................................................................................................................ 8
8. ELIGIBLE TENDERERS ................................................................................................................................ 8
9. GUIDELINES FOR UPLOADING DOCUMENTS IN MY SPACE:........................................................................ 11
10.
BID: ..................................................................................................................................................... 12
11.
TENDER EVALUATION.......................................................................................................................... 13
12.
DRUGS LICENCE: ............................................................................................................................ 13
13.
QUALITY TESTING: ........................................................................................................................ 13
14.
WITHDRAWAL /CANCELLATION & PURCHASE POLICY OF TENDERING AUTHORITY: . 14
15.
NO- CONVICTION CERTIFICATE: ................................................................................................. 14
16.
CONTRACT / AGREEMENT: ................................................................................................................... 14
17.
VALIDITY PERIOD OF AGREEMENT: .......................................................................................... 15
18.
ORDER & SUPPLY: .......................................................................................................................... 15
19.
PERFORMANCE SECURITY (IN THE FORM OF BANK GUARANTEE) ......................................... 15
20.
INSPECTION: .................................................................................................................................... 15
SECTION II: GENERAL CONDITIONS OF CONTRACT (GCC) .............. 16
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
LEGAL STATUS OF THE PARTIES: .................................................................................................... 16
DEFINITIONS: ....................................................................................................................................... 16
CONTRACT PRICE: .............................................................................................................................. 17
PENAL PROVISIONS UNDER THE CONTRACT ............................................................................... 17
ACCEPTANCE OF GOODS: ................................................................................................................. 17
TITLE: ..................................................................................................................................................... 17
WARRANTY OF GOODS: .................................................................................................................... 17
INDEMNIFICATION: ............................................................................................................................ 18
CHANGES: ............................................................................................................................................. 18
TERMINATION FOR CONVENIENCE: .......................................................................................... 18
TERMINATION FOR DEFAULT: .................................................................................................... 18
PENALTY FOR DEFAULT: .............................................................................................................. 19
CONFIDENTIALITY: ........................................................................................................................ 21
FORCE MAJEURE: ........................................................................................................................... 21
SOURCE OF INSTRUCTIONS: ........................................................................................................ 22
BENEFITS, CORRUPTION AND FRAUD: ...................................................................................... 22
USE OF NAME, EMBLEM OR OFFICIAL SEAL OF WBMSCL/ THE FIRST PARTY: ................ 23
ASSIGNMENT: .................................................................................................................................. 23
TAXES:............................................................................................................................................... 24
PAYMENT PROVISIONS: ................................................................................................................ 24
LIQUIDATED DAMAGES: ............................................................................................................... 24
NON-WAIVER OF RIGHTS:............................................................................................................. 24
AMICABLE SETTLEMENTS: .......................................................................................................... 25
4|Page
24.
25.
ARBITRATION: ................................................................................................................................ 25
COURT OF LAW: .............................................................................................................................. 25
SECTION III: SPECIAL CONDITIONS OF CONTRACT (SCC) –
PENAL PROVISIONS ......................................................................................... 26
SECTION IV: SCHEDULE OF REQUIREMENTS ........................................ 27
CONSIGNEE LIST .......................................................................................................................................... 28
CONTENTS AND SPECIFICATION STI/RTI DRUG KIT ....................................................................................... 29
ADDITIONAL ..................................................................................................................................................... 30
CONTENTS AND SPECIFICATION FOR RPR TEST KITS FOR SYPHILIS DETECTION ................................................ 39
SECTION – V: DIFFERENT FORMS ............................................................... 40
FORM 1: CHECK-LIST FORM ............................................................................................................................. 41
FORM 2: APPLICATION FORMAT ................................................................................................................ 43
FORM 3: NIT ACCEPTANCE FORM .................................................................................................................... 44
FORM 4: JOINT VENTURE PARTNER INFORMATION FORM ................................................................................. 45
FORM 5: BID SECURITY (BANK GUARANTEE) FORM ......................................................................................... 46
FORM 6: PERFORMANCE STATEMENT FORM ..................................................................................................... 47
FORM 7: NO ADVERSE REPORT & NO CONVICTION CERTIFICATE .................................................................... 48
FORM 8: MANUFACTURER’S AUTHORIZATION FORM ........................................................................................ 49
FORM 9: PERFORMANCE SECURITY ................................................................................................................... 50
GENERAL GUIDANCE FOR E-TENDERING ............................................... 51
5|Page
Section I: Important information at a glance
1. Tender schedule in brief:
Schedule I
Schedule II
KIT-1
73440
KIT-2
194402
Schedule
III
KIT-3
43201
Schedule
IV
KIT-4
8639
Schedule
V
KIT-5
93012
Schedule
VI
KIT-6
86400
Schedule
VII
KIT-7
4319
Schedule
VIII
RPR KIT
12139
Schedule
V
KIT-5
Rs. 3000
Schedule
VI
KIT-6
Rs. 3000
Schedule
VII
KIT-7
Rs. 3000
Schedule
VIII
RPR KIT
Rs. 3000
2. Tender fees (Non-refundable):
Schedule I
Schedule II
KIT-1
Rs. 3000
KIT-2
Rs. 3000
Schedule
III
KIT-3
Rs. 3000
Schedule
IV
KIT-4
Rs. 3000
3. Earnest Money Deposit (EMD):
Schedule I
Schedule II
Schedule
Schedule
Schedule
Schedule
Schedule
Schedule
III
IV
V
VI
VII
VIII
KIT-1
KIT-2
KIT-3
KIT-4
KIT-5
KIT-6
KIT-7
RPR KIT
Rs. 300000 Rs. 300000
Rs. 300000 Rs. 300000 Rs. 300000 Rs. 300000 Rs. 300000 Rs. 300000
In case of submission of EMD through Bank Guarantee, it should be valid for at least 120 days from date of closing
of online bid submission.
4. Annual Turnover requirements:
Schedule I
KIT-1
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
6|Page
Schedule
II
KIT-2
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
Schedule
III
KIT-3
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
Schedule
IV
KIT-4
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
Schedule
V
KIT-5
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
Schedule
VI
KIT-6
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
Schedule
VII
KIT-7
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
Schedule
VIII
RPR KIT
a)
The
Manufact
urers or
their
marketing
organizati
on should
have
annual
sales
turnover
of
minimum
Rs.
2
Crore on
an
average
of
last
three
financial
years as
per
the
Audited
Audited
Audited
Audited
Audited
Audited
Audited
Audited
Accounts
Accounts
Accounts
Accounts
Accounts
Accounts
Accounts
Accounts
of
the of
the of
the of
the of
the of
the of
the of
the
Organizati Organizati Organizati Organizati Organizati Organizati Organizati Organizati
on.
on.
on.
on.
on.
on.
on.
on.
In case, Tenderer intends to participate in more than one schedule, the required turnover would be
the accumulated turnovers for those schedules.
5. (a) Delivery schedule:
Delivery
Status
Schedule
I
KIT-1
Schedule
II
KIT-2
Schedule
III
KIT-3
Schedule
IV
KIT-4
Schedule
V
KIT-5
Schedule
VI
KIT-6
Schedule
VII
KIT-7
Schedule
VIII
RPR KIT
Completion
of 50%
Completion
of 100%
Supply with
Penalty
30 Days
30 Days
30 Days
30 Days
30 Days
30 Days
30 Days
30 Days
45 Days
45 Days
45 Days
45 Days
45 Days
45 Days
45 Days
45 Days
60 Days
60 Days
60 Days
60 Days
60 Days
60 Days
60 Days
60 Days
Note 1: Part delivery is not allowed
Note 2: The delivery schedule will be effective from the date of Award of Work
5. (b) Payment Terms for schedule I to VIII
Payment
Days (with Condition)
50 % of the total payment
Within 15 days of submission of invoices along with delivery
challans duly signed by the Consignees. The goods supplied
(as per supply schedule) must include the batch analysis report
of the Manufacturer.
Rest 50% of the total After WBMSCL has satisfied itself that the goods have been
payment
delivered in compliance with the requirements of the tender
including packaging and labeling norms and successful quality
certification by NABL accredited laboratory as per provisions in
the tender but not beyond 60 days of raising of bills.
6. Performance Security
Schedule I Schedule
II
KIT-1
KIT-2
Schedule
III
KIT-3
Schedule
IV
KIT-4
Schedule
V
KIT-5
Schedule
VI
KIT-6
Schedule
VII
KIT-7
Schedule
VIII
RPR KIT
The Performance Bank Guarantee of 10% of the bid value shall remain valid up to not less
than 365 days after the last day of supply with additional 30 days for claim period.
7|Page
7. Who can Bid
Schedule I Schedule
II
KIT-1
KIT-2
Schedule
III
KIT-3
Schedule
IV
KIT-4
Schedule
V
KIT-5
Schedule
VI
KIT-6
Schedule
VII
KIT-7
Schedule
VIII
RPR KIT
a) Manufacturing Company
b) Marketing Organization, duly authorized by the Manufacturer
c) Joint Venture (JV)- Only among the Manufacturers.
d) Consortium- Only among the Manufacturers.
e) For Schedule – VIII (RPR Kit), Authorized Distributor is allowed
Note: JV / Consortium may be of maximum 3 (three) members.
8. Eligible Tenderers
8.1
a) A Tenderer, and all parties constituting the Tenderer, may have the nationality of any
country.
b)
Schedule I
KIT-1
Tenderer
should
have
supplied
at least 1
crore
Tablets of
any drugs
or
medicine
to at least
one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
8|Page
Schedule
II
KIT-2
Tenderer
should
have
supplied
at least 1
crore
Tablets of
any drugs
or
medicine
to at least
one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
Schedule
III
KIT-3
Tenderer
should
have
supplied
at least
50,000
injections
of any
drugs or
medicine
to at least
one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
Schedule
IV
KIT-4
Tenderer
should
have
supplied
at least 1
crore
Tablets
and 50
lakh
capsules
of any
drugs or
medicine
to at least
one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
Schedule
V
KIT-5
Tenderer
should
have
supplied
at least 1
crore
Tablets of
any drugs
or
medicine
to at least
one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
Schedule
VI
KIT-6
Tenderer
should
have
supplied
at least 1
crore
Tablets
and 50
lakh
capsules
of any
drugs or
medicine
to at least
one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
Schedule
VII
KIT-7
Tenderer
should
have
supplied
at least 1
crore
Tablets
and 50
lakh
capsules
of any
drugs or
medicine
to at least
one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
Schedule
VIII
RPR KIT
Tenderer
should
have
supplied
any drug
or
medicine
or
diagnostic
kit to at
least one
national
program
me/
governme
nt
(state/cen
tral) in
India in
last 5
years.
8.2 A Tenderer shall not have a conflict of interest. All Tenderers found to have conflict of interest
shall be disqualified. Tenderers may be considered to have a conflict of interest with one or
more parties in this bidding process if he submits more than one bid in this bidding process
either directly or through any subsidiaries or any associates of any organization.
8.3 A constituent of one Tenderer cannot be the constituent of another Tenderer (in case of JV /
Consortium).
Explanation: In case a Tenderer is a Consortium, then the term Tenderer as used in this Eligible
Tenderers shall include only the Lead Member of such Consortium.
8.4 If any Tenderer or any Associate thereof has participated as a consultant to the Authority in the
preparation of any documents, design or technical specifications of this bid, he is not eligible to
apply.
8.5 Tenderers shall not be eligible to submit a bid when at the time of bid submission the Tenderer
has been suspended and declared ineligible by WBMSCL or the Government of West Bengal or
the Central Government.
8.6 In the case of a JV, Bids may be submitted by a Joint Venture through a duly filled JV partner
information form (enclosed as Form 4 of Section V)
a. The duly filled Joint Venture Partner Information Form must be included with the Bid;
b. All parties to the JV shall be jointly and severally liable;
c. The JV shall nominate a Representative who shall have the authority to conduct all
businesses:
- For and on behalf of any and all the parties of the JV during the bidding process; and
- In the event the JV is awarded the Contract, during contract execution.
Explanation:
In the event of a Joint Venture being selected for contract award, the Contract Agreement can only
be in the name of the Joint Venture and all payments will be made in name of JV. Any request,
declaration or agreement by any or all member of JV to the contrary will not be accepted and the
Award of work will be cancelled or terminated as the case may be.
8.7 Drugs should be manufactured in WHO GMP or cGMP certified manufacturing unit under revised
Schedule-M / Schedule M III. Bid may be submitted by Drug manufacturing unit(s), JV or
Consortium of valid pharmaceutical manufacturers or their marketing organization with such
other manufacturer(s).
8.8
It may be noted that the consortium or JV will be allowed with maximum Three
Manufacturer members only and the change in membership or pattern of membership of
consortium or JV will not be allowed during the entire period of Contract.
8.9
The required production capacity of the tenderer in their own factory or in accumulation of
the production capacities of the factories of their JV or consortium members is given below
Schedule
I
KIT-1
Schedule
II
KIT-2
Schedule
III
KIT-3
Schedule
IV
KIT-4
Schedule V
10 lakh
tablets
per week
10 lakh
tablets
per week
45,000
injection
per week
5 lakh
tablets & 5
lakhs
capsules per
week
15 lakh
tablets per
week
9|Page
KIT-5
Schedule
VI
KIT-6
Schedule
VII
KIT-7
Schedule
VIII
RPR KIT
25 lakh
tablets & 25
lakhs
capsules per
week
5 lakh
tablets & 10
lakhs
capsules per
week
10,000 kit
per week
8.10
Only a manufacturer or their marketing organization can submit the bids. However, the
manufacturer may supply directly or can authorize one distributor only. In the event of
manufacturer authorizing supply through distributor, the distributor should comply with
following criteria:
a)
b)
c)
d)
Having distributorship of at least for last 3 years with the concerned
manufacturer.
Having turnover of an average of at least 2 crore during last three financial
years.
Must have experience of Government supply in the last three financial years in
West Bengal.
Must have valid drug licence.
8.11
Manufacturers having up to date valid Drug Manufacturing License will be allowed to quote
for Drugs as per the Drugs and Cosmetics Act 1940 by the Govt. of India. For marketing
organizations, the manufacturing licence of the manufacturer needs to be submitted along
with the valid Drug distribution Licence.
8.12
Annual Turnover:
From Schedule I to VIII
a) The manufacturers or their marketing organization should have annual sales turnover as
as per table – 4 Annual Turnover Requirement of Section I: Important information at a
glance as per the audited accounts of the organization to qualify in each schedule.
b) In the event of manufacturer authorizing supply through distributor, the distributor must
have a turnover of an average of at least 2 crore for all the schedules taken together during
the last three financial years in addition to the specified turnover of the manufacturer or
their marketing organization.
8.13
Preference for S.S.I. units registered in West Bengal & PSUs in West Bengal:
Preference will be given to the S.S.I. units registered in West Bengal & PSUs in West
Bengal and State Based Other Manufacturers as per West Bengal Financial Rule
incorporated under notification No. 10500-F dated 19.11.04 as amended hereafter.
10 | P a g e
9. Guidelines for uploading documents in My Space:
Sl.
No.
1
Category
Name
Sub- Category
Name
CERTIFICATES CERTIFICATES
COMPANY
DETAILS 1
2
COMPANY
DETAILS
COMPANY
DETAILS 2
Document Name
a)
b)
c)
d)
e)
f)
g)
h)
i)
a)
b)
a)
b)
c)
CREDENTIAL 1
3
PAN Card,
Service Tax registration,
VAT Registration,
CST registration,
Import Licence,
WHO GMP Certificate
cGMP Certificate
Revised schedule M Certificate
Revised schedule M III Certificate
TRADE Licence or Enlistment / Shop and
Commercial establishment registration
certificate / Factory License
Registration with the Registrar Of
Companies
Valid Drug Manufacturing Licence
Valid Drug distribution Licence in case
of marketing organization
Current registration as SSI (if any)
Performance Statement Form (For the
period of last three financial years) - Form
6 of Section V
To attach: Documentary evidence (Client’s certificate)
in support of satisfactory completion of above orders.
CREDENTIAL
CREDENTIAL 2
DECLARATION1
DECLARATION2
4
DECLARATION
DECLARATION3
a) Income Tax returns for last three
financial years
b) Service Tax returns for last three
financial years
a) VAT Returns for last three financial
years
b) VAT Clearance Certificate
a) CST Returns for last three financial
years
b) CST Clearance Certificate
Legal declaration affirmed before a First
Class Magistrate / Notary on non judicial
stamp paper of Rs. 100/- for,
a) Acceptance of Terms and Conditions of
DECLARATION 4
NIT and its Amendments and
Addendums thereto. (As per Form 3 of
Section V).
Note: Technical evaluation of the bid will
11 | P a g e
DECLARATION 5
MACHINERIES 1
5
6
EQUIPMENT
MACHINERIES 2
FINANCIAL
INFO
MACHINERIES 3
MACHINERIES 4
P/L & BALANCE
SHEET 20092010
P/L & BALANCE
SHEET 20102011
P/L & BALANCE
SHEET 20112012
be taken up only after scrutiny of Form 3
(NIT Acceptance Form) duly notarized.
Legal declaration affirmed before a First
Class Magistrate / Notary on non judicial
stamp paper of Rs. 100/- for,
No Adverse Report & No Conviction
Certificate (Form 7)
Manufacturer‟s Authorization (If applicable)
as per Form 8 of Section V
Statement of production capacity of the
manufacturing unit per year of the quoted
drug / medicine
P/L & Balance sheet 2010-2011
P/L & Balance sheet 2011-2012
P/L & Balance sheet 2012-2013
N.B.: Required documents in sub- category should be uploaded in multiple page
single PDF file.
*(In case of Consortium, documents of the Lead Member should be uploaded)
10. Bid:
10.1 Bid – A:
Tender Fees & EMD (Scanned copy of the instrument through which tender fees &
EMD have been submitted)
10.2 Bid - B:
a) Name of the offered Item
b) Certificate for 3 years market standing certified by Chartered Accountant for
the offered drugs/medicine (in any form i.e. tablets / capsule / suspension /
injection)
c) Copy of the Order/s and / or satisfactory Certificate from the client for
supplying items as per table 8.1 (b) – under Eligible Tenderers to at least
one national programme/ government (state/central) in India.
d) Documentary evidence of Manufacturing Capability per table given under 8.9
under Eligible Tenderers
e) Test report of the manufacturer to be submitted by the Tenderer in respect of
the batch for which sample has been submitted.
12 | P a g e
f) Self-Declaration by the Tenderer for agreeing that WBMSCL will do Quality
Analysis of Drug from NABL accredited or/and State Government
Laboratories
10.3 Bid - C:
BoQ (Bill of Quantity)
GROSS PRICE of the goods is to be quoted. GROSS PRICE of goods includes value of the
goods including all charges and taxes (including 1% entry tax) for supply at the door step of
the consignees.
Comparison of financial bid will be based on ‘GROSS PRICE’
Rates shall be valid throughout the period to be covered by the contract to be executed
with successful Tenderers along with any extensions as may be made by the competent
authority from time to time.
11. Tender Evaluation
11.1
11.2
11.3
11.4
12.
During the tender evaluation process, the „Bid – A‟ & „Bid – B‟ will be opened
first.
The „Bid - C‟ (Financial Bids) of only those Tenderers qualifying in the
technical bid will be opened.
Comparison of price will be based on the rate quoted according to ‟10.3.‟
above.
The objective of this bid is to ensure supply of best quality drugs at the most
competitive price. If at any stage of the bidding, including at the stage of
financial evaluation, it appears that the quoted rate is artificially hiked
compared to the prevailing market price, WBMSCL reserves the right to
cancel the bids at any stage of evaluation.
DRUGS LICENCE:
(Only In Cases where applicable- Applicability to be determined by the State Drug
Control Authorities)
Copy of Drug Licence with current validity certificate along with full list of endorsement with
items highlighted by colouring / underlining of medical device quoted in the tender must be
submitted.
13.
QUALITY TESTING:
Nothing in this clause will bar WBMSCL from getting the medicines inspected from
any NABL Accredited Laboratory of its choice. Provided further that in case the
quality test report done by WBMSCL states that the medicine to do not conform to
the accepted quality standard, WBMSCL will impose penalty as per clause laid down
in Special Conditions of Contract. The decision of WBMSCL in matters of quality after
the said quality test would be final.
13 | P a g e
a) West Bengal Medical Services Corporation Limited and the heads of the
direct demanding units and decentralized stores will be at liberty to get the
items supplied tested at Govt. selected/ empanelled laboratory, including
NABL accredited laboratories, Govt approved Test Houses, BIS Labs etc., the
identity of which shall not be divulged to the Tenderer. Such testing will be in
addition to tests that may be done by any authority exercising statutory
powers of drug/medical device testing. The Tenderer shall be bound to
destroy the defective batch(s) as per test report of either the non-statutory
lab or the statutory lab. The cost of procurement of non-standard items will
be deducted from the Security Deposit, Performance Bank Guarantee and/or
from the pending bills of that supplier. Moreover, action under relevant Rules
of the Drugs and Cosmetic Act will also be taken.
In no circumstances request for replacement of non-standard medical
devices or equipment by the suppliers will be entertained.
b) A sum@ 2% of bills exclusive of Govt. tax & duties will be deducted from the
bills of the supplies of items included in this tender by WBMSCL and
deposited in the respective budget head to meet cost of handling and testing
charges.
14.
i)
ii)
iii)
iv)
v)
15.
WITHDRAWAL /CANCELLATION & PURCHASE POLICY OF
TENDERING AUTHORITY:
The tendering authority reserves the right to withdraw any item from the
tender at any stage. The selection of such item, if already made in favour of
any Tenderer, shall be treated as cancelled.
The tendering authority reserves the right to reject or accept any tender or
part thereof at any stage or to split any tender without assigning any reason.
Withdrawal of tender or any revision after submission of tender by the
Tenderer will not be allowed.
Purchase will, however, be made following the existing purchase policy of the
Govt of West Bengal and its amendment(s) made from time to time.
In case of inability to supply ordered quantity in the stipulated time period,
the tendering authority reserves the right to purchase the required quantity
not supplied from the open market. In that case the difference of cost, if any,
will be recovered from the Performance Security of the selected supplier.
The tendering authority reserves the right to accept or reject any tender, in
part or in full, without assigning any reason.
NO- CONVICTION CERTIFICATE:
Manufacturers will submit an affidavit as per Form 7 of Section V attached herewith
from first class Judicial Magistrate / Notary Certificate.
16.
Contract / Agreement:
On being selected as L1 Tenderer, intimation of selection will be forwarded to the
Tenderer by WBMSCL. After that the Tenderer will have to execute an agreement in
14 | P a g e
the prescribed form with West Bengal Medical Services Corporation Limited. This
present document and the tender forms filled in by the Tenderer or copies thereof in
so far as they are not inconsistent with these terms & conditions will be incorporated
as part of the agreement. Such agreement will be binding on the Tenderer.
17.
VALIDITY PERIOD OF AGREEMENT:
The contract period will remain valid for a period of 365 days from the date of completion of
total supply.
18.
ORDER & SUPPLY:
Orders for the supply of estimated quantities of items in this tender will be
placed with the successful tenderer after the execution of the agreements, and
such supply shall have to be made in such instalments as may be fixed or spread
over the period to be specified in the supply orders to be made in pursuance of
the agreement.
19.
PERFORMANCE SECURITY (in the form of BANK GUARANTEE)
(i) The performance bank guarantee will be mandatory for the selected supplier(s) and will
not be waived in any case.
(ii) The ‘Performance Bank Guarantee’ will be as per table 6 - Performance Security of
Section I: Important information at a glance.
(iii) The Performance Bank Guarantee from any nationalized/ scheduled bank in India as
per model proforma (Form 9) of Section V should be submitted to the Managing Director,
West Bengal Medical Services Corporation Ltd., within 2 weeks from the date of Letter of
Acceptance (LOA).
(iv)
The Performance Bank Guarantee will be liable to forfeiture in the event of
termination.
(v)
The Performance Bank Guarantee shall remain valid up to not less than 365 days
after the last day of supply with additional 30 days for claim period.
20.
INSPECTION:
The competent authority of West Bengal Medical Services Corporation Limited may visit the
factory as and when required for inspection.
15 | P a g e
Section II: General Conditions of Contract (GCC)
In the event of an order, and any dispute arising out of the same, the WBMSCL
General Conditions of Contract will apply as under
1. LEGAL STATUS OF THE PARTIES:
WBMSCL and the Vendor shall respectively be referred to as “FIRST PARTY” &
“SECOND PARTY” hereunder and each Party acknowledges and agrees that:
1.1. Nothing contained in or relating to the contract shall be construed as
establishing or creating between the Parties the relationship of employer and
employee or of principal and agent. The officials, representatives, employees,
or subcontractors of each of the Parties shall not be considered in any
respect as being the employees or agents of the other Party and each Party
shall be solely responsible for all claims arising out of or relating to its
engagement of such persons or entities and shall be treated responsible for
the actions undertaken by respective parties.
1.2. If the Second Party is a joint venture (JV) or consortium, all of the Parties
shall be jointly and severally liable to the First Party for the fulfilment of the
provisions of the Contract and shall designate one party to act as a leader
with authority to bind the joint venture or consortium even though the Award
of Work will be issued in the name of JV and all payment will be made in the
name of JV. In case of Consortium, the Award of Work will be issued in the
name of the Lead Partner of the Consortium and all payment will be made in
the name of the Lead Partner. The composition or the constitution of joint
venture or consortium shall not be amended and/or altered without the
express prior consent of the First Party.
2.
DEFINITIONS:
2.1. GOODS: Goods, which term and expression unless excluded by or
repugnant to the context would include, hereinafter, deemed to include,
without limitation, such medicines, raw materials, components, intermediate
products and products which the Second Party is required to supply pursuant
to the Purchase Order or Special Conditions of this Contract to which these
General Conditions are related to.
2.2. SERVICES: Services, which term and expression unless excluded by or
repugnant to the context would include, hereinafter, deemed to include
services ancillary to the supply of the Goods including, without limitation,
transportation and supply at the point of consignee and such other
obligations as required under this Contract and including such other
obligations.
16 | P a g e
2.3. TRADE TERMS: Whenever an International Commercial Term (Inco term) is
used in this Contract, the same would be, interpreted in accordance with the
International Commercial Term , 2010 subject to the judicial interpretation
followed in India.
3.
CONTRACT PRICE:
Prices charged by the Second Party for the Goods supplied and the related services
performed under the Contract shall not vary from the prices quoted by the Second
Party in its bid, no exception shall be allowed of any price adjustment unless
expressly authorized in writing by the First Party.
4.
PENAL PROVISIONS UNDER THE CONTRACT
The First Party will monitor and adjudge the conduct and performance of the Second
Party. The penal norms as described in Section III Special Condition of Contract
will follow in general, in case of Second Party fails to abide by the contract norms.
The penal action for repeated offence by the Second Party will attract penal
provision as stated, irrespective of the offence is made against the same contract or
against a different contract period of the previous contract.
In case a drug is found to be spurious, mislabelled, misbranded, sub-standard,
recycled or a combination of any of these on first verification by the First Party the
sample will be sent to Director Drug Control for statutory examination and taking
further penal action as per Drugs and Cosmetics Act 1940, Drugs and Cosmetics
Rules 1945 and amendments thereafter.
5.
ACCEPTANCE OF GOODS:
5.1. Under no circumstances shall the First Party be required to accept any
Goods (including packaging and labelling of goods) that do not conform to
the specifications of requirements of the instant Contract.
5.2. The expiry of the goods supplied by the Second Party shall be valid for the
period of 30 months from the date of delivery of the last consignment.
6.
TITLE:
Unless otherwise expressly provided in the Contract, title including the incidentals of
the title and any legal or inchoate right and interest which may accrue in the said
Goods shall pass from the Second Party to the First Party upon delivery of the
Goods and the acceptance of the same by the First Party in accordance with the
requirements of the Contract.
7.
WARRANTY OF GOODS:
Without limitation of any other warranties stated in or arising under the Contract, the
Second Party warrants and represents that:
17 | P a g e
7.1. The Goods, including all packaging and packing thereof, conform to the
specifications of the Contract, are fit for the purposes for which such Goods
are ordinarily used and for the purposes expressly revealed in writing by the
First Party to the Second Party, and shall be of even quality, free from faults
and defects in material and manufacture under normal use in the conditions
prevailing in the country of final destination;
7.2. The Goods are of the quality, quantity and description required in the
Contract;
7.3. The Goods are free from any right of claim by any third-party and
unencumbered by any title including incidentals or other rights, including any
liens or security interests and claims of infringement of any intellectual
property rights, including, but not limited to, patents, copyright and trade
secrets.
8.
INDEMNIFICATION:
The Second Party shall indemnify, defend and hold the First Party, the DoHFW and
the Government agencies harmless against any or all proceedings, actions and third
party claims arising out of a breach by the Second Party of any of its obligations
under this agreement.
This indemnity shall be limited in respect of making harmless to the First Party, the
DoHFW and the Government agencies.
9.
CHANGES:
The First Party may at any time by written instruction vary the general scope of this
Contract by twenty percent (20%) of the quantity above or below the original
Contract,in order to accommodate emergency and convenience..
10.
TERMINATION FOR CONVENIENCE:
10.1.
The First Party may, upon notice to the Second Party, terminate this
Contract, in whole or in part, at any time for its convenience. The notice of
termination shall state that termination is for the First Party‟s convenience,
the extent to which performance of the Second Party under the Contract is
terminated and the date upon which such termination becomes effective.
10.2.
In the event of Termination for Convenience, no payment shall be due
from the First Party to the Second Party except for Goods satisfactorily
delivered and for the cost of such necessary work as the First Party may
request the Second Party to complete.
11.
TERMINATION FOR DEFAULT:
The First Party, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the Vendor, may terminate the Contract, in whole or
in part if:
18 | P a g e
11.1.1. The Second Party fails to deliver any or all of the Goods within the
period specified in the Contract:
11.1.2. The Second Party fails to perform any other obligation under the
Contract;
11.1.3. The Second Party in the judgment of the First Party, has engaged in
fraud and corruption, in competing for or in executing the present
Contract:
11.1.4. The Second Party attempts to offer any direct or indirect benefit arising
from or related to the performance of the Contract or the award there of
to any representative, official, employee or other agent of the First Party
or any organization of Health & Family Welfare Department, Government
of West Bengal:
11.1.5. The Second Party is adjudicated bankrupt and/ or liquidated, or
declared insolvent, applies for moratorium or stay on any payment or
repayment obligations, or applies to be declared insolvent;
11.1.6. The First Party reasonably determines that the Second Party has
become subject to a materially adverse change in its financial condition
that threatens to endanger or otherwise substantially affect the ability of
the Second Party to perform any of its obligations under the Contract.
11.1.7. Non compliance of all statutory norms and extant applicable laws
relating to the said contract will entitle the First Party to terminate the
contract.
11.1.
Upon occurrence of one or more of the events specified above, the
First Party shall follow the procedure of issuing notice or show cause
specifying the period of time and on being not satisfied with the explanation,
be entitled to terminate the Contract immediately. The decision of the First
Party shall be final and binding on the Second Party.
12.
PENALTY FOR DEFAULT:
19 | P a g e
In case of failure by the Second Party to perform according to this Contact,
including but not limited to failure to obtain necessary export licenses or to make
delivery of all of the Goods by the agreed delivery date, after giving the Second
Party written notice to perform, and without prejudice to any other rights or
remedies available to the First Party. The First Party may exercise, in its
discretion, one or several of the penal provisions listed below: -
Nature of offence
Penalty to be imposed
Any wrong or misleading information
May lead to blacklisting in the First Party for
provided by the Second Party during
at least 3 years
submission of bids
Spurious / Mislabeled / Misbranded Termination of Contract.
Blacklisting for life.
Forfeiture of the Performance Bank
Guarantee. Lodging FIR.
Sub-standard after part of the same is Free of charge fresh supply.
consumed
Destruction of substandard Drug.
In case, drug is to be procured from any
other source, the difference in cost is to be
borne by the vendor.
Entire supply being Sub-standard
Forfeiture of the Performance Bank
Guarantee.
Free of charge fresh supply.
Destruction of substandard Drug.
In case, drug is to be procured from any
other source, the difference in cost is to be
borne by the vendor.
Forfeiture of the Performance Bank
Guarantee. Blacklisting for 3 years
Non-compliance of labeling & packing Return of goods with warning.
Norms
Free of charge Replacement.
In case, drug is to be procured from any
other source, the difference in cost is to be
borne by the vendor.
Non execution of agreement or nonForfeiture of the Performance Bank
compliance of Bid norms after Award of
Guarantee. Blacklisting for 5 years
Contract.
20 | P a g e
13.
CONFIDENTIALITY:
13.1.
The First Party and the Second Party, its agents, employees,
subcontractors and servants shall keep confidential and shall not, without the
written consent of the other party hereto, divulge to any third party any
documents, data, or other information furnished directly or indirectly by the
other party hetero, in connection with the Contract, whether such information
has been furnished prior to, during or following competition or termination of
the contract. Notwithstanding the above, the Second Party may furnish to its
subcontractor such documents, data, and other information it received from
the First Party to the extent required for the subcontractor to perform its work
under the contract, in which event the Second Party shall obtain from such
subcontractor an undertaking of confidentiality similar to that imposed on the
Second Party.
13.2.
The First Party shall not use such documents, data and other
information received from the vendor for any purpose unrelated to the
contract. Similarly, the Second Party shall not use such documents, data and
other information received from the First Party for any purpose other than the
performance of the contract.
13.3.
The obligation of a party under the two foregoing paragraphs shall not
apply to information that:
13.3.1. Now or hereafter enters the public domains through no fault of that
party;
13.3.2. Can be proven to have been possessed by that party at time of
disclosure and which was not previously obtained, directly, from the other
party, or
13.3.3. Otherwise lawfully becomes available to that party from a third party
that has no obligation of confidentiality.
14.
FORCE MAJEURE:
14.1.
Force majeure as used herein means any unforeseeable and
irresistible act nature, any act of war (whether declared or not), invasion,
revolution insurrection, flood earthquake or any other acts of a similar nature
or force, provided that such acts arise from causes beyond the control and
without the fault or negligence of the Second Party. The Second Party
acknowledges and agrees that, with respect to any obligation under the
contract that the Second Party must perform any delays or failure to perform
such obligation arising from or relating to harsh conditions within such areas
shall not, in and of itself, constitute Force majeure under the contract. Further
the Second Party acknowledges and agrees that scarcity of raw materials,
power cut, workers unrest (even if wide spread) will not constitute force
majeure under the contract.
14.2.
In the event of and as soon as possible after the occurrence of any
cause constituting Force majeure, the vendor shall give notice and full
particulars in writing to the First Party, of such occurrence or cause if the
Second Party is thereby rendered unable, wholly or in part perform its
obligations and meet its responsibilities under the contract. The Second Party
shall also notify the First Party of any other changes in condition or the
occurrence of any event which interferes or threatens to interfere with its
performance of the contract. Not more than fifteen (15) days following the
21 | P a g e
provision of such notice Force majeure or other changes in conditions or
occurrence, the Second Party shall also submit a statement to the First Party
of estimated expenditure that will likely be incurred for the duration of the
change in condition or the event. On receipt of notice or notices required
hereunder, the First Party shall take such action as it considers, in its sole
desertion, to be appropriate or necessary in the circumstances, including the
granting to the Second Party of a reasonable extension of time in which to
perform any obligations under the contract.
14.3.
If an event of force majeure exists and the Second Party fails, within
seven (7) days such event to give notice in writing to the First Party pursuant
to Article 23.2, and of the Second Party is rendered permanently unable,
wholly, or in part, by reason of force majeure to perform its obligations and
meet its responsibilities under the Contract, the First Party shall have the
right to suspend or terminate the contract on the same terms and conditions
as are provided for in Article 19, except that the period of notice shall be
seven (7) days, in any case, the First Party shall be entitle to consider the
Second Party permanently unable to perform its obligations under the
contract in the case of the vendor‟s suffering any period of suspension in
excess of ninety (90) days.
15.
SOURCE OF INSTRUCTIONS:
The Second Party shall neither seek nor accept instructions from any authority
external to the First Party in connection with the performance of its obligations under
the contract. Should any authority external to the First Party seek to impose any
instructions on the Second Party regarding the Second Party‟s performance under
the contract, the Second Party shall promptly notify and shall provide all reasonable
assistance required by the First Party. The Second Party shall not take any action in
respect of its performance of the contract or otherwise related to its obligations under
the contract that may adversely affect the interests of the First Party, and the Second
Party shall perform its obligations under the contract with the fullest regard to the
interests of the First Party.
16.
BENEFITS, CORRUPTION AND FRAUD:
16.1.
The Second Party warrants that it has not and shall not offer any direct
or indirect benefit arising from or related to the performance of the contract or
the award thereof to any representative, officials, employee, or other agent of
the First Party or any official of the Health & Family Welfare department,
Government of West Bengal or any organization engaged in the procurement
process whether during the period the contract is in process or before or after
the contract is over. The Second Party acknowledges and agrees that any
beach of this provision is a breach of an essential term of the contract as
specified.
16.2.
Corruption means the offering, giving, receiving or soliciting of, directly
or indirectly, anything of value to influence the action of any the First Party
representative, official, employee or agent of the First Party or any official of
the Health & Family Welfare department, Government of West Bengal or any
organization engaged in the selection process or in the execution of the
contract.
16.3.
Fraud means a misrepresentation or omission of facts in order to
influence the selection process or the execution of the contract.
22 | P a g e
17.
USE OF NAME, EMBLEM OR OFFICIAL SEAL OF WBMSCL/ THE
FIRST PARTY:
The Second Party shall not advertise or otherwise make public for purpose of
commercial advantage or goodwill that it has a contractual relationship with the First
Party, nor shall the Second Party, in any manner whatsoever use the name, emblem
or official seal of the First Party, or any abbreviation of the name of the First Party or
Health & Family Welfare department, Government of West Bengal in connection with
its business or otherwise without the written permission of the First Party.
18.
ASSIGNMENT:
18.1.
The Second Party shall not, except after obtaining the prior written
approval of the First Party, assign, transfer, pledge, or make any other
disposition of this contract or any part hereof or of any of the Second Party‟s
right or obligations hereunder, except with the prior written authorization of
the First Party. The Second Party may assign or otherwise transfer the
contract to the surviving entity resulting from a reorganization of the Party‟s
operation.
18.2.
Prior to the written approval of the First Party, the Second Party shall
promptly notify the First Party of such assignment at the earliest opportunity
subject to the assignee or transferee agrees in writing to be bound by all of
the terms and conditions of the contract and such writing is promptly
provided to the First Party following the assignment or transfer and the First
Party finds that the Second Party has the financial and technical capacity as
laid down in the tender document to carry out the assignment provided that:
18.2.1. Such reorganization is not the result of any bankruptcy, receivership or
other similar proceedings; and
18.2.2. Such reorganization arises from sale, merger, or acquisition of all or
substantially all of the vendor‟s assets or ownership interest; and
18.2.3. Such reorganization is not taking place with any of the Second Party
who had participated in the Tender or who will be deemed to have
conflict of interest as defined in the tender documents process for the
same tender.
18.3.
However, should the vendor become insolvent or should control of the
vendor change by virtue of insolvency, the First Party may, without prejudice
to any other right or remedy, terminate this contract.
23 | P a g e
19.
TAXES:
Suppliers shall be entirely responsible for all taxes, duties, license fees and entry tax etc.,
incurred until delivery of the contracted Goods to the Consignee as stated in the bid
document.
20.
PAYMENT PROVISIONS:
20.1.
No advance payment towards startup cost or payment of drug or any
other incidental changes will be made to the vendor.
20.2.
Payment terms as per 5. (b) - Payment Terms of Section I: Important
information at a glance
20.3.
All Bills/Invoices should be raised in triplicate in the name of Managing
Director, West Bengal Medical Services Corporation Limited.
20.4.
CENVAT / Deemed Export benefit if enjoyed by the Second Party shall
be passed on to the First Party.
21.
LIQUIDATED DAMAGES:
21.1.
Except under the circumstances of force majeure as described, if the
vendor fails to deliver any or all of the Goods by date(s) of delivery as per
conditions of the contract, the First Party may, without prejudice to any or all
its other remedies under the contract, deduct from the contract price, as per
the table attached below as liquidated damages.
Sl. For Schedules
Defaults
no.
1 [ name of the
Non-completion
item/medicine]
of scheduled
supply
Liquidation of the damages
0.5% of the price of goods per week beyond
the scheduled date of supply subject to a
maximum of 5% of total contract value.
21.2.
In case whole or a part of the drug is consumed which is found to be
faulty or unfit for consumption or „NOT OF STANDARD QUALITY‟ in
subsequent period, the entire price of the goods even if consumed will be
recovered from the vendor.
22.
NON-WAIVER OF RIGHTS:
24 | P a g e
The failure by the First Party to exercise any rights available to it, whether under the
contract or otherwise, shall not be deemed for any purpose to constitute a waiver by
the First Party of any of its obligations under the contract or in future contracts of
similar nature.
23.
AMICABLE SETTLEMENTS:
When a dispute arises under this agreement the parties shall make all reasonable
efforts to resolve through good faith negotiation, failing which they will attempt at
dispute resolution with the intervention of the Principal Secretary, the DoHFW,
GoWB
24.
ARBITRATION:
Except for a dispute in connection with termination in which respect the decision of
the First Party shall be final, any dispute between the parties arising out of or relating
to this agreement which cannot be resolved through good faith negotiation shall be
settled in arbitration in accordance with the provisions of the Arbitration Act-1996.
The arbitration hearing shall be held in Kolkata only. The award of the arbitrator (s)
shall be binding on both the parties. The cost of arbitration shall be borne by the
respective parties.
25.
COURT OF LAW:
In case of any dispute in between the parties the matter will be settled in appropriate
Court of Law within Kolkata Jurisdiction.
25 | P a g e
Section III: Special Conditions of Contract (SCC) – PENAL PROVISIONS
The following special conditions of contract (hereinafter referred to as SCC) shall
supplement the General Conditions of goods (hereinafter referred to as GCC). Whenever
there is a conflict, the provisions herein under SCC shall prevail over those in the GCC.
26 | P a g e
Section IV: Schedule of Requirements
Consignee List & Specification of items with Packaging Details
27
CONSIGNEE LIST
Total
Schedule-VII (Kit – 7)
15
16
17
18
Schedule-VI (Kit – 6)
14
Schedule-V (Kit – 5)
Bankura
Birbhum
Burdwan
Cooch Behar
Dak. Dinajpur
Darjeeling
Hooghly
Howrah
Jalpaiguri
Malda
Murshidabad
Nadia
North 24 Pgs
Paschim
Medinipur
Purba
Medinipur
Purulia
South 24 Pgs
Uttar Dinajpur
Schedule-IV (Kit – 4)
1
2
3
4
5
6
7
8
9
10
11
12
13
Schedule-III (Kit – 3)
District
Schedule-II (Kit - 2)
Sl.
Schedule-I (Kit – 1)
Schedu
le –VIII
3041
8049
1789
358
894
3577
179
489
2961
7839
1742
348
871
3484
174
608
6530
17286
3841
768
1921
7683
384
2062
2387
6318
1404
281
702
2808
140
438
1413
3740
831
166
416
1662
83
226
1557
4123
916
183
458
1832
92
467
4667
12355
2746
549
1373
5491
275
619
4094
10836
2408
482
1204
4816
241
483
3272
8661
1925
385
962
3849
192
457
3380
8948
1988
398
994
3977
199
542
6005
15896
3532
706
1766
7065
353
1186
4370
11567
2571
514
1285
5141
257
609
8525
22566
5015
1003
2507
10029
501
869
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
5025
13301
2956
591
1267
5912
296
997
Dy.CMOH 3
4307
11401
2534
507
73440
5067
253
571
2476
6553
1456
291
728
2912
146
557
6893
18247
4055
811
1478
8110
405
666
2537
6716
1492
298
746
2985
149
293
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
Dy.CMOH 3
73440
194402
43201
8639
93012
86400
4319
12139
28
(RPR KIT
REQUIRE
D)
50
TEST
PACK
Consignee
Specification
Contents and specification STI/RTI DRUG KIT
(For Schedule- I to Schedule- VII)
Schedule
Kit
Colour
of unit
Kit
Box
KIT - 1
GREY
KIT - 2
GREEN
KIT - 3
WHITE
KIT - 4
BLUE
KIT - 5
RED
Schedule- I
Schedule- II
Schedule- III
Schedule- IV
Schedule- V
Schedule- VI
KIT - 6
YELLOW
KIT - 7
BLACK
Schedule- VII
Content & Specification
(of Unit Kit Box)
Blister Strip with PDVC &
Aluminum foil pack
One tablet of azithromycin (1g)
+
One tablet of Cefixime (400 mg)
Two tablets of Secnidazole (1 g)
+
1 cap. Fluconazole (150 mg)
One vial Benzathine penicillin (2.4 MU)
+
One tablet of Azithromycin (1 g)
Twenty eight tablets of Doxycycline (100
mg)
+
One tablet of Azithromycin (1 g)
Twenty one capsules of Acyclovir (400 mg)
One tablet of cefixime (400 mg)
+
Twenty eight tablets of Metronidazole (400
mg)
+
Twenty eight tablets of Doxycycline (100
mg)
Forty two tablets of Doxycycline (100 mg)
+
One tablet of Azithromycin (1 g)
Primary Packing for Tablets & Capsules:
Tablets & Capsules should be packed in Blister strip with PDVC & Aluminium foil pack
29
Technical Data for the standard complexes
Rigid PVC film gauge (microns)
PE coating (microns)
PVDC coating (gsm)
Total weight (gsm)
Complex gauge (mm)
200
25
60
356
0.280
Aluminium Foil: Hard tempered Blister foil, VMCH Coated, Thickness: 0.025 mm
[Amber colour PVC is required for light sensitive drugs]
Additional
a) Note:
5 strips of each individual medicine item to be submitted to WBMSCL office along
with the Tender Fees and the EMD. The medicines to be submitted with the
Specimen Artwork design Sticker labeling for this tender may be pasted on the top
of the Aluminum foil cover / strip in box for technical evaluation.
30
Specification of Packaging Material
General Specifications
(i)
The blister is TROPICIALIZED with moisture barrier properties for drug stability
under field condition.
(ii)
Quality Assurance is according to Norm ISO 9001 / EN 2901 of alu-foil.
(iii) Standard Coloured BCP’s.
(iv)
Spacing between tablets allowing removal by patients with finger deformities.
(v)
Complete with self-adhesive patient labels
(vi)
Outside kit label with health worker instructions, if any, colour coded
(vii) Perforation and folding lines, to allow packet use.
(viii) The pharmaceuticals under Product Codes 1,2,3,4,5,6 & 7 will be supplied as
blister pack separately for each pharmaceutical product and duly packed in pre
specified laminated colour coded kits which thereafter would be packed in
millboard / grey board boxes, 20 kits per box.
These millboard / grey board boxes would be put in 5-ply respective shippers for
dispatch. The kit No. 3 containing pharmaceuticals (a tablet and an injection)
under Product Code 7 will have separately Schedule 1 and Schedule 5 in same
colour coded kit.
Polyvinylidenechloride compound with particularly high water vapor barrier
31
Labeling and Packing Details
RTI / STI Kit 1:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminum Foil: 0.025 mm, VMCH coated Aluminum foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs but kept separately) for each category for STI / RTI treatment as
specified in the schedule of requirement.
The kit will be Grey (25%) colour and labeled as per details given.
Laminated material Glassine paper (40 gm) / Aluminum (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet of Azithromycin 1gm and 1(one) Tablet of
Cefixime 400 mg in a single blister pack, for use by one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labeled in grey colour. Each millboard box contains 20
colour coded kits.
(d) 5-ply shipper: Each shipper will contain 20 millboard / greyboard boxes and in Grey
(25%), Colour labeled as per details given.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade kraft paper.
RTI / STI Kit 2:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminum Foil: 0.025 mm, VMCH coated Aluminum foil printed as per approved
artwork.
32
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs but kept separately) for each category for STI / RTI treatment as
specified in the schedule of requirement.
The kit will be Green colour and labeled as per details given.
Laminated material Glassine paper (40 gm) / Aluminum (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 2 (two) Tablets of Secnidazole 1 gm and 1 (one) Tablet of
Fluconazole 150 mg in a single strip pack for single usage for one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labeled in green colour. Each millboard box contains 20
colour coded kits.
(d) 5-ply shipper: Each shipper will contain 20 boxes of millboard / greyboard boxes and
in labeled in Green Colour as per details given.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade kraft paper.
RTI / STI Kit 3:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminum Foil: 0.025 mm, VMCH coated Aluminum foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be White colour.
Laminated material Glassine paper (40 gm) / Aluminum (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet Azithromycin 1 gm in blister pack and one
vial of Injection Benzathine Penicilin 2.4 MU kept separately in the kit for single
33
usage of one patient [along with 1 plastic ampoule of Sterile Water For Injection
(SWFI) and one 10ml syringe with 22G X 1.25”needle].
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labeled with White labels to the boxes.
Style of: Top and bottom tuck-in-flap type.
The millboard box should be labeled as given. Each millboard box contains 20 colour
coded kits.
(d) 5-ply shipper: Each shipper will contain 20 millboard / greyboard boxes and labeled
with White labels.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade kraft paper.
RTI / STI Kit 4:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminum Foil: 0.025 mm, VMCH coated Aluminum foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in blue colour.
Laminated material Glassine paper (40 gm) / Aluminum (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 1 (one) Tablet Azithromycin 1 gm in blister pack and 28
(twenty eight) Capsules / Tablets Doxycycline 100 mg in blister pack [Each strip
contains 2 rows of 14 tab /cap.], kept separately in the kit for usage by one
patient.
(c) Millboard / Grey board
34
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labeled with blue labels.
Style of: Top and bottom tuck-in-flap type.
Each millboard box contains 20 kits and labeled in blue colour.
(d) 5-ply shipper: Each shipper will contain 20 millboard / greyboard boxes and with
blue colour with labels.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade kraft paper.
RTI / STI Kit 5:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminum Foil: 0.025 mm, VMCH coated Aluminum foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Red colour and labeled.
Laminated material Glassine paper (40 gm) / Aluminum (9um) / Poly (150 gauge)
Type of kit Gusseted
Each Kit will contain 21 (Twenty one) Tablets Acyclovir 400 mg for usage by one
patient [a strip of 3 rows of 7 tablets].
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Boxes will be labeled with blue labels.
Style of: Top and bottom tuck-in-flap type.
Each Red labeled millboard box contains 20 kits and labeled.
(d) 5-ply shipper: Each shipper will contain 20 millboard / greyboard boxes in and
labeled in Red colour.
35
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade kraft paper.
RTI / STI Kit 6:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminum Foil: 0.025 mm, VMCH coated Aluminum foil printed as per approved
artwork.
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Yellow colour and labeled.
Laminated material Glassine paper (40 gm) / Aluminum (9um) / Poly (150 gauge)
Type of kit Gusseted.
Each Kit will contain 1 (one) Tablet Cefixime 400mg, 28 (twenty eight) capsules /
tablets of Doxycycline 100 mg [Each strip contains 2 rows of 14 tab /cap.] and 28
(twenty eight) tablets Metronidazole 400 mg [Each strip contains 2 rows of 14
tab.], all in their own blister pack, and kept separately for usage by one patient.
(c) Millboard / Grey board
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
Each box contains 20 kits and labeled in yellow colour.
(d) 5-ply shipper: Each shipper will contain 20 millboard / greyboard boxes in and
labeled in yellow colour.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade kraft paper.
RTI / STI Kit 7:
(a) Blister packed drug
PVC Film: Transparent, food grade, blister forming PVC film.
Aluminum Foil: 0.025 mm, VMCH coated Aluminum foil printed as per approved
artwork.
36
(b) One Laminated kit will be required (either solely or as an adjuvant with other
essential drugs) for each category for STI / RTI treatment as specified in the
schedule of requirement.
The kit will be in Black colour and labeled.
Laminated material Glassine paper (40 gm) / Aluminum (9um) / Poly (150 gauge)
Type of kit Gusseted.
Each Kit will contain 1 (one) Tablet Azythromycin 1 gm in a strip and 42 (forty
two) capsules / tablets of Doxycycline 100 mg for usage by one patient [3 strips of
14 capsules. Each strip contains 2 rows of 7 capsules].
(c) Millboard / Grey board in Black colour
Board: at least 3 mm corrugated card board is to be used, surrounded on inside and
outside by tightly affix millboard of at least 400 gsm.
Style of: Top and bottom tuck-in-flap type.
Each black coloured millboard box contains 20 kits and labeled.
(d) 5-ply shipper in Black colour:
Each shipper will contain 20 millboard / greyboard boxes in and labeled.
Description: RSC (Universal) type, 5-ply corrugated box made in narrow flute from
(150)5 gsm, virgin quality ‘A’ grade kraft paper.
Label Text for Laminated kit, Millboard Boxes and 5-ply Shippers
LAMINATED KIT
NRHMLO
LOGO
NRHM LOGO
KIT 1
Azithromycin 1 gm & Cefixime 400 mg
For
Urethral discharge, Ano-rectal discharge,
Cervicits Syndromes and Asymptomatic
infection Management
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
KIT 2
Secnidazole 2 gm & Flucanonazole 150 mg
For
Vaginal discharge SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
37
NRHM LOGO
NRHM LOGO
KIT 4
Doxycycline 100 mg
Azithromycin 1 gm
For
GENITAL ULCER DISEASE – NonHERPETIC SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
KIT 5
ACYCLOVIR 400 MG
For
GENITAL ULCER DISEASE – HERPETIC
(GUD-HERPETIC) SYNDROME actu
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
NRHM LOGO
NRHM LOGO
KIT 6
Cefixime 400 mg single dose & Metronidazole
400 mg BID for 14 days & + Doxycycline 100
mg BID for 14 days
For
Lower abdominal pain SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
KIT 7
Doxycycline 100 mg BID for 21 days &
Azithromycin 1 gm single dose
For
Inguinal Bubo SYNDROME
Manufactured in India by
IMPORTANT
NON-COMMERCIAL PRODUCT
NOT FOR SALE
TO BE DISPENSED ONLY AT RTI/STI
CLINICS
38
Contents and specification for RPR test kits for Syphilis Detection
(For Schedule- VIII)
RPR test kits for Syphilis detection
1. Should be based on flocculation principle using non Treponemal antigens.
2. Quantitative determination of reagin antibodies in serum or plasma for sero -diagnosis
of syphilis.
3. Should be calibrated to WHO reference serum.
4. Should be suitable to use with either serum or plasma.
5. Sensitivity should be > 70%
6. Should be rapid preferably < 15 min
7. Should have positive and negative controls.
8. The kit should have all accessories required for the test such as Cards, Dropper,
Applicator.
9. The kit should have a shelf-life of minimal 18-24 months at the time of delivery.
10. Pack size should be of 50 test strips.
11. Storage temperature for the kit should be +2 to +80C
Label art work to be printed on the back of the strip requires approval from WBMSCL.
39
Section – V: Different Forms
40
Form 1: Check-List Form
[Please fill in and include with your Bid]
All the documents submitted along with the bid should be self attested
Note 1: It is essential that all documents in hard copy are to be placed before the Committee and
arranged in the same sequence as given in the Check List. All the documents should be appropriately
flagged.
Note 2: If any document is written in any language other than English, an English translation of the
document duly authenticated is to be submitted.
Note 3: All licenses should be valid as on the last date of submission of bid.
Note 4: All the documents mentioned below are essential for qualifying in the technical evaluation.
Note 5: After opening of the technical bids, if it is found that any of the documents required to be
submitted with the bids is wanting, WBMSCL shall reserve the right to allow late submission of such
document at its discretion within a specified time limit.
Non statutory documents to be submitted under My Space
Sl.
No.
Activity
Yes/No/NA
1
2
3
4
5
PAN Card
Service Tax Registration Certificate
VAT Registration Certificate
CST Registration Certificate
Import Licence (for RPR kit), if applicable
6
TRADE Licence or Enlistment / Shop and
Commercial establishment registration certificate /
Factory License
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Registration with the Registrar Of Companies
Valid Drug Manufacturing Licence /Valid Drug
distribution Licence in case of marketing organization
WHO GMP Certificate
cGMP Certificate
Revised schedule M Certificate, if applicable
Revised schedule M III Certificate, if applicable
Current registration as SSI (if any)
Joint Venture form (as per Form 4 of Section V), if
applicable
Performance Statement Form (For the period of last five
years) - Form No. 6 of Section V
Income Tax returns for, 2010-11, 2011-12 & 2012-13
Service Tax returns for 2012-13
VAT Returns / VAT Clearance Certificate for 2012-13
CST Returns / CST Clearance Certificate for 2012-13
No Adverse Report & No Conviction Certificate (as
per Form no. 7 of Section V)
Legal declaration affirmed before a First Class
Magistrate / Notary on non judicial stamp paper
of Rs. 100/- for,
41
Page No
in the
Bid
Remark
a) Acceptance of Terms and Conditions of NIT
and its Amendments and Addendums
thereto. (As per Form 3 of Section V).
Note: Technical evaluation of the bid will be
taken up only after scrutiny of Form 3 (NIT
Acceptance Form) duly notarized.
Legal declaration affirmed before a First Class
Magistrate / Notary on non judicial stamp paper
of Rs. 100/- for,
No Adverse Report & No Conviction Certificate
(Form 7)
22
23
24
25
26
Manufacturer’s Authorization (If applicable) as per Form
8 of Section V
Statement of production capacity of the manufacturing
unit per year of the quoted drug / medicine
P/L & Balance sheet 2010-2011
P/L & Balance sheet 2011-2012
P/L & Balance sheet 2012-2013
BID - A
Sl.
No.
27
28
Activity
Yes/No
/NA
Page No
in the
Bid
Remark
Yes/No/NA
Page No
in the
Bid
Remark
Tender Fees
Earnest Money Deposit (EMD)/ Bid Security in the
form of Demand Draft (DD) or Bank Guarantee
(BG). (* Tenderers to follow the format given in
Form No. 4 of Section V, if EMD is submitted in
the form of Bank Guarantee)
BID - B
Sl.
No.
29
30
31
32
33
34
Activity
Name of the offered Item
Certificate for 3 years market standing certified by
Chartered Accountant for the offered drugs (in any form
i.e. tablets / capsule / suspension / injection)
Copy of the Order/s and / or satisfactory Certificate from
the client for supplying items as per table 8.1 (b) –under
Eligible Tenderers to at least one national programme/
government (state/central) in India.
Documentary evidence of Manufacturing Capability per
table given under 8.9 under Eligible Tenderers
Test report of the manufacturer to be submitted by the
Tenderer in respect of the batch for which sample has
been submitted.
Self-Declaration by the Tenderer for agreeing that
WBMSCL will do Quality Analysis of Drug from NABL
accredited or/and State Government Laboratories
42
Form 2: APPLICATION FORMAT
To
The Managing Director
West Bengal Medical Services Corporation Ltd.,
SwasthyaBhawan,
Sector – V, Salt Lake
Kolkata – 700 091
Sub: NIT for Supply of ………
Ref:Sir,
Having examined the pre-qualification document (N.I.T.), I /we hereby submit
all the necessary information and relevant documents for evaluation.
The
application
is
made
by
me
/
us
on
behalf
of…………………………………………………………
in the capacity……………………………………duly authorized to submit the bid.
The necessary evidence admissible by law in respect of authority assigned to
us on behalf of the group of Firms for Application and for completion of the contract
documents is attached herewith.
We are interested in supplying the materials mentioned in the Bill of
Quantities.
We understand that:
(a) Tender Committee of WBMSCL can amend the scope & value of the
contract bid under this project.
(b) Tender Committee of WBMSCL reserves the right to reject any application
without assigning any reason ;
Date :Signature of applicant including title
and capacity in which application is made.
43
Form 3: NIT Acceptance Form
Certified that all the terms and conditions of the NIT (mention NIT no.) and its
Amendments and Addendum thereto are read and accepted without any modification
or condition(s).
Authorized Signatory
Company Seal
Note: Technical evaluation of the bid will be taken up only after scrutiny of form no. 3 (NIT
Acceptance Form) duly notarized.
44
Form 4: Joint Venture Partner Information Form
[The Tenderer shall fill in this Form in accordance with the instructions indicated below].
Date: [insert date (as day, month and year) of Bid Submission]
ITB No.: [insert number of bidding process]
Page ________ of_ ______ pages
1. Tenderer‟s Legal Name: [insert Tenderer’s legal name]
2. JV‟s Party legal name: [insert JV’s Party legal name]
3. JV‟s Party Country of Registration: [insert JV’s Party country of registration]
4. JV‟s Party Year of Registration: [insert JV’s Part year of registration]
5. JV‟s Party Legal Address in Country of Registration: [insert JV’s Party legal address in country of registration]
6. JV‟s Party Authorized Representative Information
Name: [insert name of JV’s Party authorized representative]
Address: [insert address of JV’s Party authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Party authorized representative]
Email Address: [insert email address of JV’s Party authorized representative]
7. Attached are copies of original documents of:[check the box(es) of the attached original documents]
 Articles of Incorporation or Registration of firm named in 2, above, in accordance with Instructions to Tenderers.
 JV Agreement, or letter of intent to enter into such an Agreement, signed by the legally authorized signatories of all the
parties
1. We undertake to get our Joint Venture registered with RBI and other statutory body in case of Award of contract and we
agree that all future contracts will be in name of JV and all payment will be made in the account opened and operated by
JV.
Signature of JV partners
45
Form 5: Bid Security (Bank Guarantee) Form
[To be submitted in a sealed envelope along with Technical Bid marked ‘EMD’ or ‘Bid
Security’
[Insert: No EMD or Bid Security is requested or The Bank shall fill in this Bank
Guarantee Form in accordance with the instructions indicated.]
________________________________
[Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: ___________________ [Name and Address of WBMSCL]
Date: ________________
BID GUARANTEE No.:
_________________
We have been informed that [name of the Tenderer] (hereinafter called "the
Tenderer") has submitted to you its bid dated (hereinafter called "the Bid") for the
execution of [name of contract] under Invitation to Bid No. [ITB number] (“the ITB”).
Furthermore, we understand that, according to your conditions, bids must be
supported by a bid guarantee.
At the request of the Tenderer, we [name of Bank] hereby irrevocably undertake to
pay you any sum or sums not exceeding in total an amount of [amount in figures]
([amount in words]) upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Tenderer is in breach of its obligation(s) under
the bid conditions, because the Tenderer:
(a)
(b)
has withdrawn its Bid during the period of bid validity specified by the Tenderer
in the Form of Bid; or
having been notified of the acceptance of its Bid by WBMSCL during the period
of bid validity, (i) fails or refuses to execute the Contract Form; or (ii) fails or
refuses to furnish the performance security, if required, in accordance with the
Instructions to Tenderers.
This guarantee will expire: (a) if the Tenderer is the successful Tenderer, upon our
receipt of copies of the contract signed by the Tenderer and the performance
security issued to you upon the instruction of the Tenderer; or (b) if the Tenderer is
not the successful Tenderer, upon the earlier of (i) our receipt of a copy of your
notification to the Tenderer of the name of the successful Tenderer; or (ii) twentyeight days after the expiration of the Tenderer‟s Bid.
Consequently, any demand for payment under this guarantee must be received by
us at the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458.
_____________________________
[Signature(s)]
46
Form 6: Performance Statement Form
(for the period of last three years including Government supply)
Bid no:_________
Date of Opening:_________
Name of the Firm to which supply has been made
________________________________
Name of the Drug supplied____________________________(Please provide
separate statement for separate drugs)
Order
Order
placed by no &
(Full
date
address of
purchaser)
Description Value
& quantity of
of ordered Order
items
Date of
completion of
Delivery
As per
Actual
Contract
Remarks
indicating
reasons
of late
delivery,
if any
Was the
supplies of
goods
satisfactory
Signature and seal of the Tenderer
__________________________
Countersigned by and seal of Chartered Accountant -------------------------------------------To be attached: Documentary evidence (Client‟s certificate) in support of satisfactory
completion of above orders.
47
Form 7: No Adverse Report & No Conviction Certificate
This is to certify that there is no adverse report against the ………………………… (Name of the
Drug / Medicine) offered by …………………………………………. (Name of the Tenderer)
And
This is also to certify that there is no conviction report against the …………...….. (Name of the
Manufacturer) for the …………………. (Name of the offered Drug / Medicine) supplied to any State
Government / Government of India.
Authorised Signatory of Tenderer_____________
Name__________________________________
Designation with stamp____________________
Date___________________________________
48
Form 8: Manufacturer’s Authorization Form
[The Tenderer shall require the Manufacturer to fill in this Form in accordance with the instructions
in the bid document. This letter of authorization should be on the letterhead of the Manufacturer and
should be signed by a person with the proper authority to sign documents that are binding on the
Manufacture. Such certificate is not required where Manufacturer is the Tenderer.]
Date:
NIT No.:
To:
MD, WBMSCL
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods
manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby
authorize [insert complete name of Tenderer] to submit a bid the purpose of which is to provide the
following Goods, manufactured by us [insert name and or brief description of the Goods], and to
subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty with respect to the Goods offered by the above
firm.
Authorised Signatory of the
Manufacturer_____
Name_______________________________
___
Designation with
stamp____________________
Date________________________________
___
49
Form 9: Performance Security
[Insert: No Performance Security shall be requested or the bank, as requested by the successful
Bidder, shall fill in this form in accordance with the instructions indicated]
Date: [insert date (as day, month, and year) of Bid Submission]
ITB No. and title: [insert no. and title of bidding process]
Bank’s Branch or Office: [insert complete name of Guarantor]
Beneficiary: [insert legal name and address of WBMSCL]
PERFORMANCE GUARANTEE No.:
[insert Performance Guarantee number]
We have been informed that [insert complete name of Supplier] (hereinafter called "the Supplier") has
entered into Contract No. [insert number] dated [insert day and month], [insert year] with you, for
the supply of [description of Goods and related Services] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a Performance
Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not exceeding
[insert amount(s1) in figures and words] upon receipt by us of your first demand in writing declaring
the Supplier to be in default under the Contract, without cavil or argument, or your needing to prove
or to show grounds or reasons for your demand or the sum specified therein.
This Guarantee shall expire no later than the [insert number] day of [insert month] [insert year],2 and
any demand for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458,
except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
[signatures of authorized representatives of the bank and the Supplier]
1
2
The Bank shall insert the amount(s) specified in the SCG and denominated, as specified in the SCG, either
in the currency(ies) of the Contract or a freely convertible currency acceptable to WBMSCL.
Dates established in accordance with Clause 12 of the General Conditions of Contract (“GCG”).
WBMSCL should note that in the event of an extension of the time to perform the Contract, WBMSCL would
need to request an extension of this Guarantee from the Bank. Such request must be in writing and must be
made prior to the expiration date established in the Guarantee. In preparing this Guarantee, WBMSCL
might consider adding the following text to the Form, at the end of the penultimate paragraph: “We agree
to a one-time extension of this Guarantee for a period not to exceed [six months] [one year], in response to
WBMSCL’s written request for such extension, such request to be presented to us before the expiry of the
Guarantee.”
50
General guidance for e-Tendering
Instructions/ Guidelines for tenders for electronic submission of the tenders online
have been annexed for assisting the prospective Tenderers to participate in eTendering.
1.
2.
3.
4.
5.
6.
Registration of Tenderers:
Any Tenderer willing to take part in the process of e-Tendering will have to be
enrolled & registered with the Government e-Procurement system, through
logging on to https://etender.wb.nic.in . The prospective Tenderer is to click on
the link for e-Tendering site as given on the web portal.
Digital Signature certificate (DSC)
Each Tenderer is required to obtain a class-II or Class-III Digital Signature
Certificate(DSC) from NIC for submission of tenders, from the approved service
provider of the National Information’s Centre(NIC) on payment of requisite
amount.
The Tenderer can search & download NIT & Tender Documents electronically
from computer once he logs on to the website using the Digital Signature
Certificate. This is the only mode of collection of Tender Documents.
Participation in more than one item :
A prospective Tenderer shall be allowed to offer rate as per his or her choice
subject to fulfillment of conditions laid down hereinabove and conforming to his
production capacity to be laid down in the tender paper.
Submission of Tenders.
General process of submission, Tenders are to be submitted through online to
the website at a time for each work, one in Technical Proposal & the other is
Financial Proposal before the prescribed date &time using the Digital Signature
Certificate (DSC) the documents are to be uploaded virus scanned copy duly
Digitally Signed. The documents will get encrypted (transformed into non
readable formats).
Physical verification of samples to be made by the expert committee after
evaluating Technical proposal.
51