0% found this document useful (0 votes)
44 views49 pages

OSMCL Bid for Auto Disable Syringes

This document is a bid document from Odisha State Medical Corporation Limited (OSMCL) for the supply of S02415 - Auto disable syringes sterilised 0.5 ml. The document provides details about the bid such as bid reference number, date and time of bid submission and opening, product details, instructions to bidders, scope of contract, bid schedule, technical specifications and formats for bid submission.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
44 views49 pages

OSMCL Bid for Auto Disable Syringes

This document is a bid document from Odisha State Medical Corporation Limited (OSMCL) for the supply of S02415 - Auto disable syringes sterilised 0.5 ml. The document provides details about the bid such as bid reference number, date and time of bid submission and opening, product details, instructions to bidders, scope of contract, bid schedule, technical specifications and formats for bid submission.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Odisha State Medical Corporation Limited

(A Government of Odisha Enterprise)


Website: [Link], Email:
[Link]@[Link]

Bid Reference No. OSMCL/2021-22/SHORT-SYRINGE/ 14

e-TENDER DOCUMENT
FOR SUPPLY OF
S02415 - Auto disable syringes sterilised 0.5 ml

Regd. Office: In front of Ram Mandir, Convent Square, Unit – III,


Bhubaneswar -751 007
Tel.: (0674) 2380660

1
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
INDEX
Sl. PAGE
DESCRIPTION
NO. NO.

1 NOTICE INVITING TENDER 3-4


2 SECTION – I INSTRUCTION TO BIDDERS 5-7
GENERAL DEFINITION & SCOPE OF
3 SECTION – II 8-9
CONTRACT
4 SECTION – III TENDER SCHEDULE 10
5 SECTION – IV SCHEDULE OF REQUIREMENT 11

SPECIAL CONDITIONS OF CONTRACT


6 SECTION – V (TIME LIMITS & PRE-QUALIFICATION 12-14
CRITERIA)

7 SECTION – VI GENERAL CONDITIONS OF CONTRACT 15-26

8 SECTION - VII TECHNICAL SPECIFICATIONS 27-38


9 SECTION - VIII FORMATS OF BID SUBMISSION 39-40
11 SECTION –IX ANNEXURES – FOR SELECTED BIDDERS 41-49

2
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Odisha State Medical Corporation Limited
In front of Ram Mandir, Convent Square, Unit – III,
Bhubaneswar -751 007
Tel. : (0674) 2380660, Website: [Link], Email: [Link]@[Link]
NOTICE INVITING BID

Bid Reference No.: OSMCL/2021-22/SHORT-SYRINGE/14


Online Bids through e-Tender portal ([Link] are
invited from eligible bidders for supply of S02415 - Auto disable syringes sterilised
0.5 ml as per the particulars mentioned below:
Sl.
Particulars Date and time
No.

1. Date & time of release of bid 08/05/2021, 10 AM

Date & time of Online bid Start Date & Time End Date & Time
2.
submission 15/05/2021, 11
08/05/2021, 11 AM
AM
Date & time of online
3. Technical bid opening 15/05/2021, 11.15 AM
4.
Date of opening of Price Bid To be informed to the qualified bidders

The bid document with all information relating to the bidding process including
Prequalification criteria and terms & conditions are available in the websites:
[Link] and [Link] OSMCL reserves the right to reject
or modify any conditions of the tender or cancel the tender or cancel the issued
purchase order at any stage without assigning any reason thereof.

SD /-
Managing Director
OSMC Ltd., Odisha

3
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Memo No.________/OSMC/2021 Dt._________

Copy submitted to
1. Addl. Chief Secretary to Government, H & FW Dept. (O) for kind
information.
2. MD, NHM (O) for kind information.
3. DHS (O)/DMET (O)/DPH (O) for information.
4. The State Head Portal, IT Cell, Odisha Secretariat, Bhubaneswar for
information.
5. The Chief Manager (Technical), State Procurement Cell, Nirman Saudh,
Bhubaneswar.

SD /-
Managing Director
OSMC Ltd., Odisha

4
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION I
INSTRUCTION TO BIDDERS

1.1 The Odisha State Medical Corporation Limited - OSMCL (Tender


Inviting Authority) is a Govt. of Odisha Enterprise for providing services to
the various health care institutions under the Department of Health & Family
Welfare. One of the key objectives of the OSMCL is to act as the central
procurement agency for all essential drugs and equipments for all health
care institutions (hereinafter referred to as user institutions) under the
department.

1.2 This ‘Bid Document’ contains the following:

Section I: Instruction to bidders

Section II: Scope and Description of Contract

Section III: Bid Schedule

Section IV: Schedule of Requirement

Section V: Specific Conditions of Contract

Section VI: General Conditions of Contract

Section VII: Technical Specifications

Section VIII: Formats for bidder for Submission of Bid (Technical bid)

Section IX: Annexure [Formats for the successful bidder (Supplier) after
finalization of bid]

1.3 The bid documents published by the Bid Inviting Officer (Procurement
Officer Publisher) in the e-procurement portal
[Link] will appear in the “Latest Active Tender”.
The Bidders/ Guest Users can download the Bid documents only after the
due date & time of sale. The publication of the bid will be for specific period
of time till the last date of submission of bids as mentioned in the Bid
Schedule (Section III) after which the same will be removed from the list
of “Latest Active Tender”. The bid document is also available at website :
[Link]

5
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
1.4 PARTICIPATION IN BID

1.4.1 PORTAL REGISTRATION:

The bidder intending to participate in the bid is required to register in the


e-procurement portal using an active personal/official e-mail ID as
his/her Login ID and attach his/her valid Digital signature certificate
(DSC) - Class II or III to his/her unique Login ID. He/ She has to submit
the relevant information as asked for about the bidder. The portal
registration of the bidder is to be authenticated by the State Procurement
Cell after verification of original valid certificates/documents such as (i)
PAN and (ii) Registration Certificate (RC) / GST Registation Certificate of the
concerned bidder. The time period of validity in the portal is co terminus
with validity of RC/ GST Registration Certificate. Any change of information
by the bidder is to be re-authenticated by the State Procurement Cell. After
successful authentication, bidder can participate in the online bidding
process.

1.4.2 LOGGING TO THE PORTAL:

The Bidder is required to type his/her Login ID and password. The system
will again ask to select the DSC and confirm it with the password of DSC as
a second stage authentication. For each login, a user’s DSC will be validated
against its date of validity and also against the Certificate Revocation
List (CRL) of respective CAs stored in system database. The system checks
the unique Login ID, password and DSC combination and authenticates the
login process for use of portal.

1.4.3 DOWNLOADING OF BID:

The bidder can download the bid of his / her choice and undertake the
necessary preparatory work off-line and upload the completed bid at their
convenience before the closing date and time of submission.

6
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
1.4.4 CLARIFICATION ON BID:

The registered bidder can ask questions related to online bid in the e-
procurement portal through email: [Link]@[Link]. OSMCL will
clarify queries related to the bid.

1.4.5 PREPARATION OF BID

The detail guideline for preparation of bid is mentioned at General condition


of Contract- Section VI (Clause 6.4 & 6.17)

1.4.6 SUBMISSION AND SIGNING OF BID


The detail guideline for submission of & signing of bid is mentioned at
General Condition of Contract- Section VI (Clause 6.16 & 6.17)

7
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION II
General Definitions & Scope of Contract

2.1 General Definitions

2.1.1 Department means Health & Family Welfare Department, Government of


Odisha.

2.1.2 Government means Government of Odisha.

2.1.3 Bid / Tender Inviting Authority is the Managing Director or authorized person
of OSMCL by the Managing Director, who on behalf of the User
Institution/Government or the funding agencies calls and finalize bids and
ensure supply of the items procured under this bid document.

2.1.4 Bid Evaluation Committee & Technical Committee are Committees authorized
by the Managing Director of OSMCL to decide on the purchase of the drugs
and equipments to be procured by the OSMCL.

2.1.5 User Institutions are the Govt. health care institutions under the Health & FW
Department, Government of Odisha for which the drug under this bid is
procured.

2.1.6 Funding agencies are usually Directorates of Health & FW Department, Govt.
of Odisha like Directorate of Health Services, Directorate of Family Welfare,
Directorate of Public Health, Directorate of Medical Education & Training,
Directorate of Drugs Control Administration etc. and Societies like OHS&FW,
SIHFW etc. that provide funds for the procurement of drugs and equipments.

2.1.7 Blacklisting/debarring – the event occurring by the operation of the


conditions under which the bidders will be prevented for a period of 3 years
from participating in the future bids of Tender Inviting Authority/User
Institution, more specifically mentioned in the Specific Conditions of Contract
(Section V) and General Conditions of Contract (Section VI) of this bid
document, the period being decided on the basis of number of violations in
the bid conditions and the loss/hardship caused to the Tender Inviting
Authority/User Institution on account of such violations.

2.2 Scope

8
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
2.2.1 The bids are invited for the supply of the items, the details of which are
mentioned in Section IV, needed for the government health institutions of
Odisha. .

2.2.2 The bidders can’t withdraw their bid after opening of technical bid, within the
minimum bid validity period of 180 days & also after accepting the Letter of
Intent.

2.2.3 Withdrawal or non-compliance of agreed terms and conditions after the


execution of agreement will lead to invoking of penal provisions and may
also lead to blacklisting.

9
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION III
TENDER SCHEDULE
3.1. Bid Details

1. Bid Reference No. OSMCL/2021-22/SHORT-SYRINGE/14

Earnest Money The bidder have to only submit BID SECURITY DECLARATION
2
Deposit along with the technical bid as given under Format-T3

Bids should be valid for a minimum period of 90 days from the


3. Validity of bid date of opening of technical bid for the purpose of bid
evaluation/ finalization of L1 rate.

Performance @3% of the purchase order price in shape of DDs/BGs within


4.
Security 15 days from the date of issuance of Purchase Order
Validity of
In case of BG the validity of the performance security is up to
5. Performance
expiry of the shelf life of the supplied product.
Security

3.2. Important Dates:

Sl.
Particulars Date and time
No.

1. Date & time of release 08/05/2021, 10 AM


of bid
Date & time of Online Start Date & Time End Date & Time
2.
bid submission 08/05/2021, 11 AM 15/05/2021, 11 AM
Date & time of online
3. Technical bid opening 15/05/2021, 11.15 AM
4. Date of opening of
To be informed to the qualified bidders
Price Bid

10
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION IV
SCHEDULE OF REQUIREMENT

4.1 Item(s) Tendered:


Sl Drug Name of the Item Specification / Strength Preferable *Approx. Remarks
No. code Pack Size Qty
Required
in Absolute
i.e. (No of
Piece )
1 S02415 Auto disable 0.5 ml, 23 G x 1 inch (0.60 x 25 50 pieces in Bulk Items as
syringes sterilised mm) needle with CE certification one box 25,00,000 per
0.5 ml Clause No.
6.25.3.

*Important Notes:

1) The bidders shall have to quote the Unit Price per item in the e-tender
portal which shall be inclusive of customs duty, packing, insurance,
transportation (door delivery), labor charges and all other incidental
charges EXCEPT for GST. GST shall be applicable as per the prevailing
rate.

2) Reasonable care must be taken while quoting the price BOQ since a minor
error, even typographical, may impact the overall price and in some cases may
also lead to rejection of the bid.

3) OSMCL reserves the right to reject or modify any conditions of the tender or
cancel the tender or cancel the issued purchase order at any stage without
assigning any reason thereof.

11
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION V

SPECIAL CONDITIONS OF CONTRACT

5.1 Time Limits Prescribed

Sl.
Activity Time Limit
No
30 days from date of issuance of
5.1.1 Delivery period
Purchase Order.
Submission of Performance
15 days from the date of issuance of
5.1.2 Security and entering into
Letter of Intent.
contract

5.2 Pre qualification of Bidders:


5.2.1 Manufacturer having valid own manufacturing license/loan license with Drug
endorsement or Direct Importer holding valid import license with product
registration certificate issued by the Drugs Controller General of India can
participate in the tender.
a) In case of bidder as manufacturer, it shall have valid drug manufacturing license
or duly acknowledged renewal application with old license issued by the State
Licensing Authority / Central Licensing Approving Authority (wherever
applicable) or copy of original Treasury Challan regarding manufacturing license
retention fee or Manufacturing license issued by competent authority as per
Medical Devices Rules, 2017 . )
b) In case of Importer, it should have a valid import license and product registration
certificate issued by the Drugs Controller General of India or copy of original
Treasury Challan regarding manufacturing license retention fee or Import
license issued by competent authority as per Medical Devices Rules, 2017.
c) In case of non-drug item(s) the bidder shall have a manufacturing license issued
by competent authority or Import Export Certificate (IEC) with an under
taking/Self declaration in his letter pad that the tendered item(s) quoted by the
bidder is/are non-drug item(s).

12
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
5.2.2 For Drugs items Manufacturer should have valid GMP certificate as per Revised
Schedule M of Drugs & Cosmetics Rule 1945 / COPP (Certificate of Pharmaceutical
Products)/ WHO GMP certificate issued by the concerned licensing authority for
drug items. . In case of items coming under medical devices GMP certificate is
relaxed as per GOI CDSCO Clarification No. 29/Misc/03/2018-DC(59) particularly
Q. No. 62. However, those bidders have to submit compliance to Quality
Management System (QMS) as per CDSCO letter dated 08.08.2018.

5.2.3 In case of imported items, WHO GMP (of Manufacturer) /COPP shall be
submitted.
Note: Valid certificate mean the certificates should be valid on the date of
opening of technical bid.

NB: - In case of bidder as manufacturer having manufacturing license as per Medical


Devices Rules, 2017, there is no requirement for submission of Valid GMP/WHO
GMP certificate. However, the bidders have to submit compliance to Quality
Management System (QMS) as per CDSCO letter dated 08.08.2018.
5.2.4 Distributors / Suppliers / Agents / C&F Agents / C&A Agents are not eligible to
participate in the tender on behalf of any company.
5.2.5 Bidder (manufacturer/ importer) shall have minimum turnover of (1) Rs. 5 Crs
or more in each of the year for last 3(three) financial years in India
Last 3(three) financial years means either during 2016-17, 2017-18
and 2018-19 or 2017-18, 2018-19 and 2019-20.

The proof of turnover is to be furnished in Format T6 certified by the Chartered


accountant & supported by audited annual statements / annual report with the
turnover figures highlighted there. (Provisional statement of account shall
not be considered).
5.2.6 The bidder must be registered under GST.
5.2.7 (a) Bidder/ manufacturer who has been de-recognized/
debarred/banned/blacklisted by any other State Government / Central Govt.
Organization /State Medical Corporations/ Director Health Services (Odisha)
and or convicted by any court of law due to (i) quality failure of the drug(s)

13
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
supplied (NSQ/ Spurious/ Adulterated/ Misbranded etc.) (ii) Submission of fake
or forged documents (iii) Submission of incorrect information / Suppression of
vital information & facts can’t participate in the tender during the period of de-
recognition / debarment/ Banned/blacklisted. Bidder / manufacturing unit
which has been de-recognized/ debarred/banned/blacklisted by OSMC for any
reasons can’t participate in the tender during the period of de-recognition/
debarment/banned.
(b) Any bidder who has been convicted by a competent court of law for supplying
(NSQ/ Spurious/ Adulterated/ Misbranded etc.) drugs within a period of last 3
years from the date of floating of tender shall not be eligible to participate in the
tender.
5.2.8 Bidder should have experience in supplying quoted item/Same Molecule of
Similar Dosages form as per tender specification to the State or Central
Government or Government Hospitals / Corporate Hospitals / PSU Hospitals /
Municipal Hospitals / Pvt. Hospitals in India / UN agencies / Authorized agency
of the State / Central Govt. / PSU/Open Market Supply as a manufacturer or
otherwise during last 1(one) years in Format T7.

5.2.9 Bidder should have at least 3 (three) years market standing for the quoted
item(s) coming under drug as per tender specification (In Format T8 / Market
standing certificate issued by the licensing authority to establish the 3 years
market standing of for the quoted item(s) as per tender specification). This would
not applicable to new drugs; a certificate from the Drug Controller General
(India) shall be required for all new drug formulations to this effect in From-46
for exemption. This would not be applicable for non-drug items.

5.2.10 The bidder has to submit declaration form as per Format T5.

14
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION VI
GENERAL CONDITIONS OF CONTRACT

6.1 Contents of the Bid Document:

This ‘Bid Document’ contains the following:


Section I: Instruction to Bidders
Section II: General Definition & Scope of Contract
Section III: Bid Schedule
Section IV: Schedule of Requirement
Section V: Special Conditions of Contract
Section VI: General Conditions of Contract
Section VII: Technical Specifications
Section VIII: Formats for bidder for Submission of Bid (Technical Bid)
Section IX: Annexures [Formats for the successful bidder (Supplier) after
finalization of bid]

6.2 Bid Document:

6.2.1 The detailed technical specifications and terms and conditions governing the
supply and quality related matters are in the “Bid Document”.

6.2.2 The bid document shall be made available in the website [Link]
and [Link] for downloading.

6.2.3 The documents shall be submitted online through the e-Tender portal
[Link] Bidders have to enroll themselves in the e-
procurement portal and digital signature certificate is required.

6.2.4 The general guidelines on e-Tender process is as mentioned below :

[Link] Bidders should have a Class II or III Digital Signature Certificate


(DSC) to be procured from the Registration Authorities (RA). Once, the
DSC is obtained, bidders have to register in the e-procurement portal
[Link] for participating in this bid. Website
registration is a one-time process without any registration fees. However,
bidders have to procure DSC at their own cost.

[Link] Bidders may contact e-Procurement support desk of OSMCL over


telephone at 0674 - 2380608, or State Procurement cell help desk
1800-3456765, 0674-2530998 for assistance in this regard.

[Link] The e-Tender process comprises the stages viz. downloading the bid
document, pre-bid meeting (as applicable to each bid), bid submission
(technical cover and financial cover), opening of technical bid and opening
of financial bids for the technically qualified bidders.

15
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
[Link] The details of documents (in PDF format) for online submission of
technical bid is mentioned at clause 6.17

[Link] The blank price bid format should be downloaded and saved on bidder’s
computer without changing file-name otherwise price bid will not get
uploaded. The bidder should fill in the details and upload the same back to
the website.

[Link] Prices quoted by the Bidder shall be fixed during the bidder's performance
of the contract and not subject to variation on any account. A bid
submitted with an adjustable/variable price quotation will be treated as
non - responsive and rejected.

6.3 Responsibility of Verification of Contents of Bid Document:

6.3.1 The purchasers of the bid document shall examine all instructions, forms,
terms and specifications in the Bid Document and verify that all the contents
mentioned under clause 6.1, are contained in the ‘Bid Document’.

6.3.2 Failure to furnish any information required by the bid documents and
submission of an offer not substantially responsive to it in every respect shall
be at the bidder’s risk and may result in the rejection of the bids, without
any further notice.

6.4 Guidelines for Preparation of Bid

6.4.1 The Bidder shall bear all costs associated with the preparation and
submission of its bid and OSMCL, hereinafter referred to as “Tender Inviting
Authority”, will in no case be responsible or liable for these costs, regardless
of the conduct or outcome of the bidding process. The documents to be
submitted online is mentioned in clause 6.17.

6.4.2 In the event of documentary proof as required being not enclosed, the Bid
shall be liable to be rejected. All pages of the bid, except for unamendable
printed literature, shall be signed by the authorized person or persons
signing the bid along with the stamp of the bidder.

6.4.3 Language of Bid:- The Bid prepared by the bidder and all correspondence
and documents relating to the bid exchanged by the bidder and the Tender
Inviting Authority, shall be in English language. Supporting documents and
printed literature furnished by the bidder may be written in another language
provided they are accompanied by an authenticated accurate translation of
the relevant passages in the English language in which case, for purposes of
interpretation of the Bid, the English translation shall govern.

6.4.4 The bid (in English Language only) for the supply of items mentioned in
Section IV shall be submitted along with detailed specifications. A technical
leaflet /brochure / literature shall be furnished.

6.4.5 An offer submitted in vague /ambiguous financial terms and the like, shall be
termed as non-responsive and shall be summarily rejected.

16
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
6.4.6 Clarifications to specific requests shall be responded through e-mail and
general clarifications, affecting all the bidders shall be published in the
official website of the Tender Inviting Authority ([Link]).
However, it shall be the duty of the prospective bidder to ensure that the
clarifications sought for has been properly received in time by the Tender
Inviting Authority.

6.4.9 Any clarification on the e-Tender procedure shall be obtained from OSMCL
and the contact numbers are 0674 - 2380660.

6.5 Deleted
6.6 Deleted
6.7 Deleted

6.8 Deadline for Submission of Bid

6.8.1 Bidders shall upload all the necessary documents in the e-Tender portal
before the last date & time for online submission and the Tender Inviting
Authority shall not be held liable for the delay.

6.8.2 The Tender Inviting Authority may, at its discretion, extend the deadline for
submission of Bid, in which case, all rights and obligations of the Tender
Inviting Authority and the bidders previously subjected to the deadline shall
thereafter be subjected to the same deadline so extended.

6.9 Modification and Withdrawal of Bids

6.9.1 The bidder can modify or withdraw bids submitted online before the last date
& time for online submission.

6.10 Period of Validity of Bid

6.10.1 Bids should be valid for a minimum period of 180 days from the date of
opening of technical bid for the purpose of bid evaluation/ finalization of L1
rate.

6.10.2The successful bidder upon entering into a contract can withdraw from the
contract by giving one month prior notice after 180 days of price firmness,
but not after the execution of agreement or issuance of Supply order for any
of the agreed items.

6.10.3Withdrawal or non-compliance of agreed terms and conditions after the


execution of agreement or issuance of Supply Order will lead to invoking of
penal provisions and may also lead to black listing/debarring of the
successful bidder.

6.11 Rejection of Bids:

6.11.1 The bids shall be rejected in case the bidder fails to meet the pre-
qualification criteria as specified in Clause 5.2 of Section V

17
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
6.11.2 At any point of time, the Tender Inviting Authority reserves the right to
reject the bid if the bidder fails to fulfil the terms & conditions of the bid
document including technical specification, furnishing of relevant document &
information in the required format of the tender.

6.12 Deleted
6.13 Deleted
6.14 Deleted

6.15 Amendment of Bid Documents:

6.15.1 At any time prior to the dead line for submission of Bid, the Tender Inviting
Authority may, for any reason, modify the bid document by amendment
and publish it in e-tender portal & OSMC website.

6.15.2 The Tender Inviting Authority shall not be responsible for individually
informing the prospective bidders for any notices published related to the
bid. Bidders are requested to browse e-Tender portal or website of the
Tender Inviting Authority for information/general notices/amendments to
bid document etc. on a day to day basis till the bid is concluded before
submission of bid.

6.16 Submission of Bid

6.16.1 The bids are to be submitted on-line in two parts in the e-Tender portal.
Each process in the e-procurement is time stamped and the system can
detect the time of log in of each user including the Bidder.

6.16.2 PART-I as TECHNICAL BID shall be submitted on-line only in the e-


Tender portal with all the required documents as mentioned in clause
6.17.

6.16.3 PART II as PRICE BID (in the required Format) shall be submitted online
only. The price bid format (excel sheet available in e-Tender portal) is
specific to a bid and is not interchangeable. The price bid format file shall
be downloaded from the e-Tender portal and quote the prices in the
respective fields before uploading it. The Price bids submitted in any other
formats will be treated as non-responsive. Multiple price bid submission by
bidder shall lead to cancellation of bid.

6.16.4 The bidder should check the system generated confirmation


statement on the status of the submission.

6.16.5 SIGNING OF BID

The bidder shall digitally sign on all statements, documents, certificates


uploaded by him, owning responsibility for their correctness / authenticity.
If any of the information furnished by the bidder is found to be false /
fabricated / bogus, his/her name shall be liable for recommending for
blocking of portal registration and blacklisting.

6.16.6 SECURITY OF BID SUBMISSION:

18
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
6.16.6.1All bid uploaded by the bidder to the e-procurement portal will be
encrypted.
6.16.6.2The encrypted bid can only be decrypted / opened by the authorized
openers on or after the due date and time.

6.16.7 RESUBMISSION AND WITHDRAWAL OF BIDS:

[Link] Resubmission of bid by the bidders for any number of times before the
final date and time of submission is allowed.
[Link] Resubmission of bid shall require uploading of all documents including
price bid a fresh.
[Link] If the bidder fails to submit his modified bids within the pre-defined time
of receipt, the system shall consider only the last bid submitted.
[Link] The Bidder can withdraw it’s bid before the closure date and time of
receipt of the bid by uploading scanned copy of a letter addressing to the
Procurement Officer Publisher (Officer Inviting Bid) citing reasons for
withdrawal. The system shall not allow any withdrawal after expiry of the
closure time of the bid.
[Link] The bidder should avoid submission of bid at the last moment to avoid the
system failure & the like.
6.16.8 The details of the documents to be uploaded online are mentioned in
Clause 6.17.

6.17 List of Documents in Bid Submission

The list of documents (Scanned documents to be uploaded online in PDF


format) as a part of Technical Bid (PART I) is as mentioned below:

6.17.1 Format – T1 (Check List)


6.17.2 Format – T2 (Details of Items quoted)
6.17.3 Format – T3 (Bid Security Declaration)
6.17.4 Format – T4 (Details of Bidder)
6.17.5 Format – T5 (Declaration Form)
6.17.6 Format – T6 (Turnover)
6.17.7 Format – T7 (Performance Certificate)
6.17.8 Format – T8 (Market Standing)
6.17.9 Copy of the GST registration certificate
6.17.10 Copy of PAN
6.17.11 Manufacturing licence
6.17.12 DCGI Approval
6.17.13 Any other Certificate as per Bid Document
Note: No price information to be furnished in the Technical bid unless the
bid shall be rejected.

6.18 Opening of Technical Bid

6.18.1 The technical bid opening is online. The date of technical bid opening is
published in advance. The date of opening of price bid will be decided after
technical evaluation for those bidders who qualify in the technical bid
evaluation and shall be informed in advance.

19
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
6.18.2 The on-line opening of the technical bid and the price bid shall be done by
the Tender Inviting Authority or his authorized representatives as per bid
schedule. The prospective bidders or his/her representative can access to
the on-line bid opening by logging in to the e-Tender portal with the
registered digital signature. Bidders or his/her representative shall not
come to the office of the Tender Inviting Authority for the opening of either
technical or price bids.

6.18.3 In the event of the specified date for opening of bid being declared holiday,
the Bid shall be opened at the appointed time and venue on the next
working day.

6.18.4 In the event of the claims in the on-line documents are materially missing or
of substantial error or unqualified for want of required qualifications, the bid
shall be rejected. However, minor infirmities in the submission of
documents will be allowed to be rectified by obtaining required clarification
by the Tender Inviting Authority so as to ensure qualification of maximum
number of competitive offers to the final round.

6.18.5 The bidder shall be responsible for properly uploading the relevant
documents in the format specified in the e-Tender portal in the specific
location and the Tender Inviting Authority shall not be held liable for errors
or mistakes done while submitting the on-line bid.

6.18.6 The date and time of Price Bid will be announced only after the opening of
the Technical Bid and demonstration of the features, operation etc of the
item by the bidders.

6.18.7 Deleted
6.19 Deleted
6.20 Deleted

6.21 Clarification of Bids

6.21.1 During evaluation of bids, the Tender Inviting Authority may, at its
discretion, give opportunity to the bidder(s) for clarification of points raised
by the bid evaluation committee on its bids submitted.

6.21.2 The request for clarification and the response shall be in writing, either
through email or fax or by post.

6.22 Deleted

6.23 Price Bids Opening

6.23.1 The opening of the price bid shall be done online by the Tender Inviting
Authority or his authorized representative and only the Price Bids of those
firms qualified in the detailed scrutiny and evaluation of the Technical bid,
conducted by the Technical Committee/Tender Inviting Authority shall be
opened in the second round.

6.23.2 Price Offered shall be in Indian Rupees. Price should be quoted for the
supply and training (if necessary) of the items
20
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
6.23.3 Fixed price: Prices quoted by the Bidder shall be fixed during the period of
the contract and not subject to variation on any account.

6.23.4 There shall also be no hidden costs.

6.23.5 Bidder shall quote prices in all necessary fields in the available format. The
price shall be entered separately in the following manner:

[Link] Unit Price in absolute should include customs duty, packing, insurance,
forwarding /transportation (door delivery) and all other incidental charges
EXCEPT for GST. GST shall be applicable as per the prevailing rate.

[Link] Applicable GST shall be quoted in the specified column in numeric values
(If the field is left blank, value will be taken as zero) in the BOQ format.

[Link] Bidders in no way can alter/modify the price bid/ BOQ format, if so he is
liable for disqualification.

[Link] No bidder shall be allowed at any time on any ground, whatsoever it may
be, to claim revision or modification in the rates quoted by him.
Representation to make correction in the tender documents on the
ground of Clerical error, typographical error, etc., committed by the
bidder in the Bids shall not be entertained after submission of the
tenders. Conditions such as “SUBJECT TO AVAILABILITY” “SUPPLIES
WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” etc., will not be
entertained under any circumstances and the tenders of those who have
given such conditions shall be treated as incomplete and accordingly the
Tender will be rejected.

6.24 Price Bid Evaluation

6.24.1 The quoted rate should include excise / customs duty, transportation, insurance,
packing & forwarding or any other incidental charges for door delivery at the
warehouses & excluding GST. The price bid evaluation of an item will be made
by comparison of basic quoted prices of each bidder excluding GST. The lowest
eligible bidder i.e. (L1) bidder will be the bidder who has quoted the lowest basic
price in BOQ, out of the rest bidders for that item.

6.25 Award of Contract

6.25.1 Criteria:-The contract will be awarded to the lowest evaluated responsive


bidder qualifying to the final round after scrutiny of the technical bids and
after price bid opening.

6.25.2 Variation of Quantities at the Time of Award/ Currency of Contract: - At the


time of awarding the contract, the Tender Inviting Authority reserves the
right to increase or decrease of the quantity of goods and services
mentioned under cl. 4.1 (rounded off to next whole number) without any
change in the unit price and other terms & conditions quoted by the bidder.

6.25.3 The contract will be awarded to the lowest evaluated responsive (L1) bidder for
the entire tendered quantity or part thereof as per the discretion of management.
21
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
However, empanelment of other technically qualified bidders may be asked
through negotiation to match with the L1 price for supply of the Bulk/ Critical/
Essential/Program item (s). The MD, OSMCL reserves all rights regarding the
decision of division of the total order quantity. In case of splitting between two
and three bidders at the ratio of 70:30; [Link], respectively, may be used at the
discretion of MD, OSMCL.

In case of failure of any supplier, the non supplied portion of the order quantity
can go to the other suppliers who are on the panel for supplying of the said item.
If L2 and L3 bidders/suppliers unwilling/failing to supply the item with L1 rate,
then purchase orders may be placed to the other qualified bidders who are
willing to supply the item at L1 rate. If other technically qualified bidders are not
willing to supply the item(s) matching with L1 rate, then the total Tender

6.26 Notification of Award/Letter of Intent (LOI)

6.26.1 OSMCL shall reserve the right to split the order quantity amongst multiple
technically qualified bidders in the ratio of [Link] in case of 3 or more
successful bidders wherein this splitting will be made between L1, L2 & L3
bidders and in the ratio of 70:30 in case of only 2 successful bidders, by
matching the L1 rate.

6.26.2 Before expiry of the bid validity period, the Tender Inviting Authority will
notify the successful bidder(s) in writing, by registered/ speed post or by
fax or by email (to be confirmed by registered /speed post immediately
afterwards) that its bid for items, which have been selected by the Tender
Inviting Authority, has been accepted, also briefly indicating there in the
essential details like description, specification and quantity of the goods &
services and corresponding prices accepted. This notification is undertaken
by issuing a Letter of Intent (LOI) by the Tender Inviting Authority.

6.26.3 The Notification of Award shall constitute the initiation of the Contract.

6.27 Signing of Contract

6.27.1 The successful bidder shall execute an agreement in the format as given
under Annexure I for ensuring satisfactory supply of the items.

6.27.2 The successful bidder shall submit Performance Bank Guarantee in the
format as per Annexure II, a performance security prescribed under cl.6.28.

6.28 Performance Security

6.28.1 There will be a performance security deposit amounting to the total value
as mentioned in Section III excluding taxes, which shall be submitted by
the successful bidder to the Tender Inviting Authority within 15 days from
the date of issuance of Contract / Purchase order.

6.28.2 The contract duly signed and returned to the Tender Inviting Authority shall
be accompanied by a demand Draft or Bank Guarantee in the prescribed
format.

22
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
6.28.3 The Performance security shall be denominated in Indian Rupees or in the
currency of the contract as detailed below:
[Link] It shall be in any one of the forms namely Account Payee Demand Draft
or Bank Guarantee issued by a Scheduled bank in India, in the
prescribed form as provided in this document endorsed in favour of the
Tender Inviting Authority/user institution.

[Link] Tender Inviting Authority/User Institution will release the Performance


Security without any interest to the successful bidder on expiry of the
shelf life of the supplied product.
[Link] The Bank Guarantee submitted in place of DD shall be in the prescribed
format (Annexure II); Bank Guarantee in no other form will be accepted
and will lead to rejection of bids.
6.29 Delivery

6.29.1 The supply shall be completed within 10 days from the date of issuance of
Purchase Order unfailingly.

6.29.2 The Product should have minimum 5/6th shelf life at the time of supply.
6.29.3 It shall be the responsibility of the supplier for any damage at the time of
receipt at the designated places. However, any damage if found after
supply, the same shall be replenished by the supplier on Free of Cost basis.

6.30 Quality Testing

6.29.1 The approved supplier shall furnish a copy of in-house Certificate of Analysis
(COA)/Test Report issued by Approved NABL Accredited Laboratory/Central
Drug Testing Laboratory i.e. C.R.I. Kasauli in case of Vaccines/N.I.B/other
Govt. Testing Laboratories for each batch of items supplied by them.

6.29.2 Quality testing and Handling charges: 1.5 % of the purchase order value shall be
collected from the approved supplier as the quality testing charges. But the
supply of each drug/consumable must be in minimum batches. If more than
1.5% of purchase order value is spent towards quality testing due to more
number of batches, the extra cost will be collected from the supplier. The
balance amount if any remaining due to less batch and bulk supply out of 1.5%
will not be returned to the supplier.

6.29.3 In case of NSQ, OSMCL reserves the right to instruct the supplier to take back
the NSQ batch with replacement of the same at all the warehouse(s) at their own
cost within 60 days of issue of letter from OSMC, failing which a penalty as
per the penalty clause would be levied. In the event of non replacement OSMCL
reserves the right to destroy the entire NSQ batch (es) of which cost will be
recovered from the supplier from any money due/becoming due to the supplier.
23
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Further OSMC will not be held responsible for any damage/loss, if there is
expiry of the shelf-life of the above item(s) due to efflux of time attributable to
the supplier.

6.29.4 If any item(s) supplied has undergone some physical changes and the same is
visible to naked eye such as change of colour, chipping, breaking,
being/becoming fragile or soft, appearance of spots, being/becoming sticky,
presence/appearance of particulate matters/flakes etc., which make the drug
unfit for use, no further test and analysis shall be carried out and the same
item(s) shall be recalled and replaced by the supplier. However, OSMCL
reserves the right to draw sample for Test/Analysis, if felt necessary.

6.29.9 In case of non-availability of empanelled NABL laboratories for testing/specific


testing of items, OSMC reserves the right to send the sample of the items to any
other NABL/Govt. laboratories which have the testing/specific testing facilities
for that item(s) and the test report will be treated as final.

6.29.10 After being released for public distribution, if any statutory sample of OSMCL
supply drug is drawn by Drugs Control Department of the state on suo-motto basis
or on complaint or drawn by officers of CDSCO and if it is declared as Not of
Standard Quality (NSQ), the report is conclusive till it is challenged by supplier/
company. If it is challenged, then the report of Director, CDL, Kolkata shall be
conclusive and action as contemplated in foregoing paragraphs will be initiated in
the matter of debarring of product or company.

6.30 Payment

6.30.1 Payment shall be made to the supplier against receipt of delivery of


material.

6.30.2 The original invoice submitted shall be in the name of the Tender Inviting
Authority and the name of the consignee shall also be mentioned in it.

6.30.3 No advance payment will be made in any circumstances.

6.30.4 Where there is a statutory requirement for tax deduction at source, such
deduction towards income tax and other taxes as applicable will be made
from the bills payable to the Successful bidder at rates as notified from time
to time.

6.31 Deleted
6.32 Deleted
6.33 Deleted
6.34 Deleted
6.35 Deleted

24
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
6.36 Deleted
6.37 Deleted
6.38 Deleted
6.39 Deleted
6.40 Deleted
6.41 Deleted
6.42 Deleted

6.43 Penalties for Non-performance

6.43.1 The penalties to be imposed, at any stage, under this bid are;
[Link] Forfeiture of Performance Security
[Link] Termination of the contract
[Link] blacklisting/debarring of the bidder

6.43.2 Failure to produce the requisite certificates after claiming to possess such
certificates or concealment or misrepresentation of facts will lead to
rejection of bids and may lead to forfeiture of Performance security as well
as result in black listing/debarring of the bidder.

6.43.3 The penalties to be imposed on the bidder, at any stage, will be decided on
the basis of the violations of number of bid conditions specifically mentioned
in the bid document as that leading to forfeiture of Performance Security or
leading to black-listing/ debarring.
49
6.43.4 The penalties imposed by the Tender Inviting Authority will be published on
the website of the Tender Inviting Authority for a period as decided as
appropriate by it with a view to prevent other government institutions from
procurement of items from such bidders.

6.43.5 The decision to impose penalties and finally to black list the defaulting firm
will be final and shall be binding on all bidders participating in this bid.
However there will be provision for appeal before the government against
the decisions of the Tender Inviting Authority.

6.44 Termination of Contract

6.44.1 Termination for default:- The Tender Inviting Authority/User Institution,


without prejudice to any other contractual rights and remedies available to
it (the Tender Inviting Authority/User Institution), may, by written notice of
default sent to the successful bidder, terminate the contract in whole or in
part, if the successful bidder fails to deliver any or all of the goods or fails
to perform any other contractual obligation(s) within the time period
specified in the contract, or within any extension thereof granted by the
Tender Inviting Authority/User Institution.

6.44.2 In the event of the Tender Inviting Authority/User Institution terminates the
contract in whole or in part, the Tender Inviting Authority/User Institution
may procure goods and/or services similar to those cancelled, with such
25
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
terms and conditions and in such manner as it deems fit and the successful
bidder shall be liable to the Tender Inviting Authority/User Institution for
the extra expenditure, if any, incurred by the Tender Inviting
Authority/User Institution for arranging such procurement.

6.44.3 Unless otherwise instructed by the Tender Inviting Authority/User


Institution, the successful bidder shall continue to perform the contract to
the extent not terminated.

6.44.4 Termination for insolvency: If the successful bidder becomes bankrupt or


otherwise insolvent, the Tender Inviting Authority reserves the right to
terminate the contract at any time, by serving written notice to the
successful bidder without any compensation, whatsoever, to the successful
bidder, subject to further condition that such termination will not prejudice
or affect the rights and remedies which have accrued and / or will accrue
thereafter to the Tender Inviting Authority/User Institution.

6.44.5 Termination for convenience:- The Tender Inviting Authority/User


Institution reserves the right to terminate the contract, in whole or in part
for its (Tender Inviting Authority’s/User Institution’s) convenience, by
serving written notice on the successful bidder at any time during the
currency of the contract. The notice shall specify that the termination is for
the convenience of the Tender Inviting Authority/User Institution. The
notice shall also indicate interalia, the extent to which the successful
bidder’s performance under the contract is terminated, and the date with
effect from which such termination will become effective.

26
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION –VII

FORMATS FOR SUBMISSION OF


BID

(Technical Bid)

27
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
FORMAT – T 1
CHECK LIST
(To be submitted in Part I -Technical Bid)

The documents have to be arranged as per the order mentioned in checklist for
ease of scrutiny.

The bidder has to upload the documents as mentioned in Check list (in PDF format)
online in the e-procurement portal, on or before the due date & time of submission of
technical bid.

Name of the Bidder

Whether
Sl. Page
Item included
No No.
Yes / No
1 Format – T1 (Check List)
2 Format – T2 (Details of Items quoted)
3 Format – T3
4 Copy of the GST registration certificate
5 Copy of PAN (Income Tax)
Copy of IT Returns of the financial years during 2016-
6 17, 2017-18 and 2018-19 or 2017-18, 2018-19 and 2019-20.

7 Format – T4 (Details of Bidder)


8 Format – T5 (Declaration Form)
Format – T6 (Annual Turnover Statement by
Chartered Accountant)

Copies of the annual audited statement / Annual


9 Report for during 2016-17, 2017-18 and 2018-19 or 2017-18,
2018-19 and 2019-20 (Provisional statement of account
shall not be considered)

10 Format–T7 (Performance Statement during the last


one Year)
Format–T8 (Performance Statement during the last
three Years)
11 Photo copy of valid manufacturing license / Import
license for each and every product quoted by the
drug licensing authority
12 Valid Drug Endorsement for each quoted item/
Product registration certificate (In case of Importer)
28
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
by the drug licensing authority

13 Valid up-to-date Good manufacturing practice


certificate as per revised schedule-M (GMP)/WHO
GMP/ COPP Certificate by the drug licensing
authority
14 Valid up-to-date WHO GMP / COPP certificate (in
case of importer) by the drug licensing authority
15 Any other document required as per the technical
specification ( Section-IV)(i.e. Product Brochure/
Catalog/Data Sheet etc.)

All the documents to be furnished in the checklist has to be page numbered. All the formats are to be filled up
mandatorily.
Note:
1) Mentioning of Page Nos. in the relevant column as mentioned above is mandatory for ease of
scrutiny.
2) No price information (i.e. Scanned copy of the price format etc.) to be uploaded in Technical Bid.
3) After preparation of the all the documents as per checklist, the bidders have to put the page nos. on
each page and put the signature of the authorized signatory & seal. Then each page has to be
scanned and the scanned document to be uploaded in the e-tender portal before the scheduled date
& time.
4) The bidders can find two files [(i) Scan copy of EMD, Tender document cost, VAT, PAN etc. & (ii) All
documents as per check list T1] in technical bid for uploading their files.

However, for management of space the bidders can divide their scanned documents in two parts and
upload one part in one file and balance document in the second file to avoid any space constraint.

29
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Format - T2
(To be submitted in Part I -Technical Bid)
DETAILS OF THE ITEMS QUOTED
(use additional sheets if space provided is not sufficient)

Sl. Item Item Specification Pl. Mention * Mfg. / import Validity of Page No.(s) of Shelf life Standard Monthly Annual
No. Code Name / Strength (Item wise) license number Mfg. / Mfg. License / of the Batch Size Production Production
& whether / product Import Import License quoted of the Capacity of Capacity of
Unit Pack participating registration License: & item(s) quoted the quoted the quoted
as a certificate GMP/WHO item(s) item(s) item(s)
Manufacturer number Validity of GMP/COPP
/ Importer GMP / certificate
WHO GMP (of the items
/COPP: quoted)

1 2 3 4 5 6 7 8 9 10 11 12

*Items should be supplied only from the manufacturing unit as per the quoted license no.

* Standard Batch Size, Monthly Production Capacity and Annual Production Capacity (Column No. 9,10 &11 of T2) of the
quoted items must be specified in quantifiable no’s i.e. in case of Tabs/Caps it should be in no. of Tabs/Caps, in case of
Syrup/Sups’./Solutions/Lotions/Liquid internal or external preparations’ it should be in no bottles/Jars etc., in case of
Ointments/Semisolid preparations it should be in no. of Tubes/Jars etc., In case of Gauge/bandage/Cotton etc. it should
be in no. of Than/KGs/Packets etc. and in case of inject able items/IV fluids it should be in no. of AMP/VIAL/Bottles etc.

Signature of the Bidder:

Date: Official Seal:

30
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Format – T3
(To be submitted in Part – I Technical Bid)

BID SECURITY DECLARATION FORM (Rule 170 of General Financial Rule


2017)

Bid Ref. No.___________ Date:__________

To
The Managing Director,
Odisha State Medical Corporation, Bhubaneswar

I/We. The undersigned, declare that:

I/We accept that I/We may be suspended to submit bids for contract(s) with
you for a period of one yeas from the date of bid opening if I am /We are in a
breach of any obligation under the bid conditions, because I/We

a) have withdrawn/modified my/our bid during the period of bid validity specified
in the form of bid; or

b) having been notified of the acceptance of our bid by the purchaser during the
period of bid validity,
i. fail or refuse to execute the contract, or
ii. fail or refuse to submit the Performance Security of the amount
specified in the bid.

Signature of the bidder


Seal

Date:

Name & Address of the firm:

31
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Format – T4
(To be submitted in Part – I Technical Bid)

DETAILS OF THE BIDDER

GENERAL INFORMATION ABOUT THE BIDDER


Name of the Bidder
Registered address of the
firm
1
State District
Telephone No. Fax
Email Website
Contact Person Details
Name Designation
2
Telephone No. Mobile No.
Communication Address

Address

3 State District
Telephone No. Fax
Email Website
Type of the Firm ( Please • relevant box)
Private Ltd. Public Ltd. Proprietorship
4 Partnership Society Others, specify
Registration No. & Date of Registration.
Nature of Business ( Please • relevant box)
Manufacturer
5
Direct Importer
Key personnel Details (Chairman, CEO, Directors, Managing Partners etc. )
in case of Directors, DIN Nos. are required
6 Name Designation
Name Designation
Name designation & Address of the person(s) responsible to the company as per Sec. 34 of D & C
Act 1940.
7 Name Designation

Whether any criminal case was registered against the company or any of its
8 Yes / No
promoters in the past?

32
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Other relevant Information
9

9.a Furnish the copy of the GST registration certificate

9.b PAN : Furnish the copy of the PAN

10 Bank Details of the Bidder: The bidders have to furnish the Bank Details as mentioned
below for return of EMD /Payment for supply if any (if selected)

a. Name of the Bank :

b. Full address of the :


Branch concerned

c. Account no. of the :


bidder

d. IFS Code of the :


Bank

Signature of the
Office
Date: bidder /
Seal
Authorized
signatory

33
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Format – T5
DECLARATION FORM
(To be submitted in Part–I Technical Bid)
(In terms of Cl. No. 5.2.13 and 6.38 of Bid Document)

(Affidavit before Executive Magistrate / Notary Public on 10 Rupees non- judicial stamp paper)

I / We …………………………………………………………………having My / our
registered office at……………………………………………………………. & having My / our
factory premises at……………………………………………………. do declare that I / We
have carefully read all the terms & conditions of bid of OSMCL, Odisha for the supply of
…………………….. (Name of the items). The approved rate will remain valid for a period of
one year from the date of approval. I will abide with all the terms & conditions set forth in the
Bid document Reference no. OSMCL/2021-22/SHORT-SYRINGE/14 along with the
subsequent amendment, if any.

I/We do hereby declare I/We are not de-recognized / debarred/ banned/ blacklisted/
convicted as a firm or for the quoted item(s) on or before the date of floating of the tender by
any one or more of the authorities .

I/We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and
or Performance Security Deposit and de-recognition/ debarment me/us for a period of 3(three)
years if, any information furnished by us proved to be false at the time of inspection /
verification and not complying with the Bid terms & conditions. In case I/We are de-recognized
/ blacklisted/banned/ debarred by any State Govt. / Union Territory / Govt. of India / Govt.
Organization / Govt. Health Institutions/ State Medical Corporations and or convicted by any
court of law on and from the date of floating of the tender, I/We undertake to inform the same
to OSMCL. I/we also under take that, I/we are not involved in any unfair/fraudulent practice.

I/ We do hereby declare that I / we will supply the ___________item(s) as per the terms,
conditions & specifications of the bid document and hereby further declare that I/We will supply
the items /Supplies with packing, logograms as per the design and barcode as specified in the
Annexure I–III of the tender under reference.

I/We do hereby declare that I/We have not been convicted by any court of competent
jurisdiction for supplying NSQ items within the last 3(three) years from the date of floating of the
tender.

Signature of the bidder:

Seal: Date:

Name & Address of the Firm:

Format – T6
(To be submitted in Part – I Technical Bid)
(In terms of Cl. No. 5.2.5 of Bid Document)

34
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
ANNUAL TURN OVER STATEMENT
(In the letterhead of the Chartered Accountant)

The Annual Turnover for the last 3(three) financial years of M/S___________
__________________________________who is a manufacturer/importer of
drugs are given below and certified that the statement is true and correct.

Sl. Financial Year Turnover in Crores (Rs)


No. both in figures & words
1 2016 –2017/ 2017-2018
2 2017-2018/ 2018-2019
3 2018-2019/2019-2020

Date:
Signature of Auditor/
Place: Chartered Accountant

(Name in Capital)

Seal
Membership No.

N.B: This turnover statement should also be supported by copies of audited annual
statement of the last three financial years / Annual Report and the turnover figures
mentioned above should be highlighted there.

35
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
Format – T7
(To be submitted in Part – I Technical Bid)
(In terms of Cl. No. 5.2.8 of Bid Document)

PERFORMANCE STATEMENT
(For the period of last three years)
(Please furnish order copies of the client serially, the names of which are mentioned below)

Name of Bidder:
Name of Manufacturer:____________________ Name of the Item :________

Sl. Order Placed Order no. & Date Item Name with Specification Qty Value of Date of Have the items
by (Address of Drug Code. Contract (Rs.) Completion supplied
purchaser) satisfactorily
(attach (attach
documentary documentary
proof)* proof)**

2
..
..

(attach separate sheets if the space provided is not sufficient)

Signature and seal of the Bidder


* The documentary proof will be copies of the purchase order (during the last 3 years) indicating P.O. No. and date.
** The documentary proof will be certificate from the consignee/end user indicating P.O. No. and date.

36
OSMCL: Bid Document for the supply of S02415 - Auto disable syringes sterilised 0.5 ml
SECTION –VIII

ANNEXURES
(Required to be executed by the successful
bidder)

37
Annexure I
AGREEMENT

THIS AGREEMENT made the…........... day of …............., 20…..... between ODISHA STATE
MEDICAL CORPORATION LTD., represented by the Managing Director of one part and
….............(Name and Address of Supplier) …................................. (hereinafter “the Supplier”)
represented by ……………………… (Name of the Authorized Signatory and Designation), Aged
…….. years, residing at ……………………………… (Full Residential Address of the Signatory) of
the other part:

WHEREAS the Purchaser has invited bids for the supply of …………………………………..(brief
description of goods and services vide bid no………………………………….. dated
…………………….). The supplier has submitted technical and price bids and also demonstrated the
technical specifications / features / other quality requirements as contained in the bid document. The
Purchaser has finalized the bid in favour of the Supplier for the for the supply of the said goods and
services for a total cost of Rs. ………………… (Contract Price in Words and Figures) (hereinafter “the
Contract Price”) and issued Letter of Intent / Supply Order No.
……………………………………………. Dated …………..

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and constructed as part of this
Agreement, viz.:

(a) all the documents submitted by the bidder as part of technical bid and price bid;
(b) the Schedule of Requirements;
(c) the Technical Specifications and other quality parameters;
(d) the clarifications and amendments issued / received as part of the bid document
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Purchaser’s Letter of Intent

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter


mentioned, the Supplier hereby covenants with the Purchaser to supply, install and commission
the Goods and Services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Services and the remedying of defects therein, the Contract Price or such other sum
as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

BRIEF PARTICULARS OF THE GOODS AND SERVICES WHICH SHALL BE SUPPORTED


/ PROVIDED BY THE SUPPLIER ARE:
1) Basic Price

38
Brief Sales Tax & other
Sl. Quantity to Total Amount
Description Unit Price Taxes
No. be supplied (3 x 4)
of goods Payable

1 2 3 4 5 6

2) CMC:

3) Reagent Cost (If any):

Delivery Schedule:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

said …...................................... (For the Purchaser)

in the presence of …................................................

Signed, Sealed and Delivered by the

said …........................................(For the Supplier) (Signature, Name, Designation and


Address with Office seal)

in the presence of ….................................................

1) (Signature, Name and Address of witness)

2) (Signature, Name and Address of witness)

39
Annexure II
Bank Guarantee Format for Performance Security
To
The Managing Director
Odisha State Medical Corporation Ltd.,
In front of Ram Mandir, Convent Square, Unit-III, Bhubaneswar-751007

WHEREAS.................................................................................................. (name and


address of the supplier) (here in after called “the supplier”) has undertaken, in pursuance of contact
no..............dated................. to supply........................................(description of goods and services)
(herein after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish
you with a bank guarantee by a scheduled commercial bank recognised by you for the sum specified
therein as security for compliance with its obligation in accordance with the contract.

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

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf
of the supplier, up to a total of .........................................(amount of the guarantee in words and
figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in
default under the contract and without cavil or argument, any sum or sums within the limits of (amount
of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
contract to be Performed there under or of any of the contract documents which may be made
between you and the supplier shall in any way release us from any liability under this guarantee and we
hereby waive notice of any such change, addition or modification.

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

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


revoke the guarantee during its currency expect with the previous consent of the ODISHA STATE
MEDICAL CORPORATION LTD. in writing.
We ......................................................Branch.......................................... further agree that a mere
demand by ODISHA STATE MEDICAL CORPORATION LTD. is sufficient for
us........................................ Branch at Bhubaneswar to pay the amount covered by the Bank
Guarantee without reference to the said Agency and protest by said Agency cannot to valid ground for
us.............................................. Branch to decline payment to ODISHA STATE MEDICAL
CORPORATION LTD.
.................................
(Signature of the authorized officer of the Bank)
.....................................................................
Name and designation of the officer
.................................................................
.................................................................
Seal, name & address of the Banks and address of the Branch

40
SECTION–IX

ANNEXES

41
ANNEXURE – IA
INSTRUCTION FOR PACKAGING OF DRUGS & MEDICAL
CONSUMABLES

1. Every Consignment of Blood and related products should be


certified to be
(a) HIV Free (b) Hepatitis Free
2. Strips of Aluminum foils refer to gauge 04.
3. Aluminum foils as back material for blisters refer to gauge 025.
4. The rigid PVC used in blister packing should be of not less than
250 micron
5. All plastic / glass bottles should be new / virgin neutral glass as
per I.P.
6. Ointments should be packed in lacquered Aluminum Tubes.
7. LVP Fluid bottles should be FFS / BFS Plastic Bottle as per
revised Schedule – M and Eye / Ear Drops should be of FFS
plastic bottles.
8. Small Tablets packed in blisters should be packed to facilitate
easy removal of the tablet without breaking / crushing.
9. Specification of outer cartons are as given in the Schedule
(Annexure-IV)
10. In case of any conflict between Carton specifications and
packets per carton specification (Last column of this table), the
specification of the packets / carton shall prevail.
11. All liquid orals should be provided with a measuring device.
12. All plastic containers should be made of virgin grade plastics as
per I.P.
13. All plastic jars above 450Gms / ml should carry an inner plastic
lid.
14. Injection in vials should have a snap of seals.
15. The strips shall be aluminum strip / blisters with aluminum foil
back.
16. All hygroscopic drugs and sugar coated tablets should be
stripped in Aluminum foil / Blister pack.
17. Bandage, Gauze, Plaster Bandage, Roller Bandage & Cotton
should be packed as per B.I.S/IP Specification as applicable.

42
ANNEXURE – IB
I. SCHEDULE FOR PACKAGING OF DRUGS AND MEDICAL
CONSUMABLES

GENERAL SPECIFICATIONS
1. No corrugate package should weigh more than 15 Kgs (ie.,
product + inner carton + corrugated box).
2. All Corrugated boxes should be of `A' grade paper i.e.,
Virgin.
3. All items should be packed only in first hand boxes only.

FLUTE:

4. The corrugated boxes should be of narrow flute.

JOINT:
5. Every box should be preferably single joint and not more
than two joints.

STITCHING:
6. Every box should be stitched using pairs of metal pins with
an interval of two inches between each pair. The boxes
should be stitched and not joined using calico at the
corners.
FLAP:
7. The flaps should uniformly meet but should not over lap
each other. The flap when turned by 45 - 60 should not
crack.
TAPE:
8. Every box should be sealed with gum tape running along the
top and lower opening.

CARRY STRAP:
9. Every box should be strapped with two parallel nylon carry
straps (they should intersect).
LABEL:
10. Every corrugated box should carry a large outer label
clearly indicating that the product is for "Odisha Govt.
supply Not for sale".

43
11. The product label on the cartoon should be large at least
15cms x 10cms dimension. It should carry the correct
technical name, strength or the product, date of
manufacturing, date of expiry, quantity packed and net
weight of the box.

OTHERS:
12. No box should contain mixed products or mixed batches of
the same product.

II. SPECIFICATION FOR CORRUGATED BOXES HOLDING


TABLETS / CAPSULES / PESSARIES

(1) The box should not weigh more than 7-8 kgs. The
grammage of outer box should be 150 gsm and inside
partition / lining should be 120 gsm.

(2) The box should be of 5 ply with Bursting strength of 9 Kg/


Cm2

III. SPECIFICATION FOR LARGE VOLUME BOTTLE i.e., ABOVE


100 ml. AND BELOW 1 LIT.

(1) All these bottles should be packed only in single row with
partition between each and also with top and bottom pad of 3
ply.

(2) Gramm age :Outer box should be 150 gsm


inside partition / lining should
be
120 gsm
(3) Ply : 7 Ply.

(4) Bursting Strength : Not less than 12 Kg/Cm2

IV. SPECIFICATION FOR IV FLUIDS

(1) Each corrugated box may carry a maximum of only 20


bottles of 500 ml in a single row or 50 bottles of 100 ml in 2
rows with individual sealed polythene cover and centre partition
pad, top and bottom pads of 3 ply.

44
(2) Grammage : Outer box should be 150 gsm
inside partition / lining should
be
120 gsm

(3) Ply : 5 or 7

(4) Bursting Strength : Not less than 12 Kg/Cm2

V. SPECIFICATIONS FOR LIQUID ORALS

30ml to 120ml bottles.

(1) 100 bottles of 50ml/60ml/30ml may be packed in a single


corrugated in 2 rows with top, bottom and centre pad of 3
ply.

50 bottles of 100 ml - 120 ml may be packed in a similar


manner in a single corrugated box.

(2) If the bottles are not packed in individual carton, 3 ply


partitions should be provided between each bottle. The
measuring device should be packed individually.

(3) Grammage : Outer box should be 150 gsm


inside partition / lining should
be
120 gsm
(4) Ply : 7 ply

(5) Bursting Strength : Not less than 12 Kg/Cm2

(6) In case the box is heavier than 7 Kg but less than 10 kg,
the grammage may be 150 gsm (outer 150 gsm and others
120 gsm) 5 ply and bursting strength should not be less
than 9 Kg/Cm2.

VI. SPECIFICATIONS FOR OINTMENT / CREAM / GELS PACKED


IN TUBES:

45
(1) No corrugate box should weigh more than 7-8 Kgs.

(2) Every Ointment tube should be individually packed in


cartoon and then packed in 20's in a grey board box, which
may be packed in a corrugated box.

(3) Grammage : Outer box should be 150 gsm inside


partition / lining should be 120 gsm

VII. SPECIFICATIONS FOR INJECTABLE (IN VIALS AND


AMPOULES)

(1) Vials may be packed in corrugated boxes weighing upto 15


Kgs. Ampoules should be packed in C.B weighing not more
than 8 kgs.

(2) C.B. for vials should be of 150 GSM (outer box should be
150 GSM and inside partition / lining should be 120 GSM)
and 7 ply, while C.B. for ampoules should be of 150 GSM
(outer box should be 150 GSM and inside partition / lining
should be 120 GSM) and 5 ply.

(3) Bursting strength for CB boxes for


a. Vials : Note less than 13 Kg/Cm2
b. Amp : Note less than 9 Kg/Cm2

(4) In the case of 5/10 ml Ampoules 100 or 50 ampoules may


be packed in a grey board box. Multiples of grey board
boxes packed in CB. In case of ampoules larger than 10
ml only 25 ampoules may be packed in a grey board box
with partition.

(5) If the vial is packed in individual cartoon, there is no


necessity for grey board box packing. The individual cartoon
may be packed as such in the CB with centre pad.

(6) In case of ampoules every grey board box should carry 5


amps. Cutters placed in a polythene bag.

(7) Vials of eye and ear drop*s should be packed in an


individual cartoon with a dispensing device. If the vial is of

46
FFS technology, they should be packed in 50's in a grey
board box.

VIII. SPECIFICATION FOR THERMOCOOL BOXES HOLDING


TABLETS / CAPSULES / INJECTABLE (IN VIALS AND
AMPOULES)

(1) The thermo cool box should be of standard thickness


capable of withstanding all types of shock during
transportation and to preserve the cold temperature
throughout the period of transit.

(2) The thermo cool box should be packed with sufficient


number of cold packs to maintain the desired temperature
for the entire contents throughout the period of transit.
Only first hand thermo cool boxes should be used

NB: If there are differences in packing between Section–IV


(Schedule of Requirement) and Annexure I, then the
packing & unit pack mentioned in Section – IV will be
applicable.

47
ANNEXURE – I C

DESIGN FOR STRIP

FRONT SIDE REAR SIDE

Paracetamol 500mg
Batch No. :
Date of Mfg.:
ODISHA GOVERNMENT
SUPPLY Date of Exp.:
NOT FOR SALE

Manufactured by:
Manufacturing License No.:

Paracetamol 500mg

ODISHA GOVERNMENT
SUPPLY
NOT FOR SALE

Paracetamol 500mg

Paracetamol 500mg

N.B: 1. MRP OF THE DRUG/ BRAND NAME SHOULD NOT BE PRINTED ANY WHERE
ON THE PRIMARY/SECONDARY/TERTIARY PACK.

2. GENERIC NAME SHOULD BE PRINTED IN BOLD LETTER AS PER THE


LATEST GUIDELINE.

48
ANNEXURE – II

SPECIMEN LABEL FOR OUTER CARTON

Name of the Consignee:

ODISHA GOVERNMENT SUPPLY


NOT FOR SALE
(Both in Odiya and English language)

PARACETAMOL I.P - 500mg


Mfg. Date : Exp. Date :

Batch No. :

Total Quantity :

Net Weight of the Carton:

Supply Head: “CENTRAL PURCHASE”

Purchase Order No.: Date:

Manufactured By:

49

You might also like