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
© Copyright 2026 Paperzz