directorate of ayush haryana · 126 rasna guggulu 10 gm 61320 127 rasna guggulu 500 gm 3926 128...

54
1 | Page DIRECTORATE OF AYUSH HARYANA (AYURVEDA, YOGA & NATUROPATHY, UNANI, SIDDHA AND HOMOEOPATHY) AYUSH BHAWAN, NEAR YOUTH HOSTEL, SECTOR-3, PANCHKULA, HARYANA, Pin: 134112, E-mail Address: [email protected], Ph.: 0172-2570909, 2570919 (Fax) TENDER DOCUMENT Limited online tender is hereby invited on behalf of Governor of Haryana from the Central Public Sector Undertaking (CPSUs) or State Public Sector Undertaking (SPSUs) or Pharmacies under the State Government and Co- operatives having WHO GMP certification or AYUSH premium mark (a Voluntary Quality Control Certification prescribed by the Drug and Quality control of Ministry of AYUSH, Govt. of India) and who have their own arrangement for manufacturing Ayurvedic Medicine with licenses issued under the Drugs & Cosmetics Rules, 1945. The last date of receiving tender bids is up to 07.02.2019. The tender document may be downloaded from www.etenders.nic.in or from www.ayushharyana.gov.in . Online Tender for the purchase of Ayurvedic Medicines for Ayurvedic institutions in the State of Haryana Tender Reference No.SSD/AYU/HRY/2019/5 Last Date of Receipt of Tender: 07.02.2019 Department of AYUSH, Haryana Sector-3, Near Youth Hostel, Panchkula, Haryana, Pin: 134112 Phone: 0172-570909, 2570919 Website: www.ayushharyana.gov.in Bid Price Rs 5,000/- Bid Security Rs 12,00,000/-

Upload: others

Post on 25-May-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

1 | P a g e

DIRECTORATE OF AYUSH HARYANA

(AYURVEDA, YOGA & NATUROPATHY, UNANI, SIDDHA AND HOMOEOPATHY)

AYUSH BHAWAN, NEAR YOUTH HOSTEL, SECTOR-3, PANCHKULA,

HARYANA, Pin: 134112, E-mail Address: [email protected],

Ph.: 0172-2570909, 2570919 (Fax)

TENDER DOCUMENT

Limited online tender is hereby invited on behalf of Governor of Haryana

from the Central Public Sector Undertaking (CPSUs) or State Public Sector Undertaking (SPSUs) or Pharmacies under the State Government and Co-operatives having WHO GMP certification or AYUSH premium mark (a

Voluntary Quality Control Certification prescribed by the Drug and Quality control of Ministry of AYUSH, Govt. of India) and who have their own

arrangement for manufacturing Ayurvedic Medicine with licenses issued under the Drugs & Cosmetics Rules, 1945. The last date of receiving tender bids is up to 07.02.2019. The tender document may be downloaded from

www.etenders.nic.in or from www.ayushharyana.gov.in .

Online Tender for the purchase of Ayurvedic Medicines for

Ayurvedic institutions in the State of Haryana

Tender Reference No.SSD/AYU/HRY/2019/5 Last Date of Receipt of Tender: 07.02.2019

Department of AYUSH, Haryana

Sector-3, Near Youth Hostel, Panchkula, Haryana, Pin: 134112

Phone: 0172-570909, 2570919

Website: www.ayushharyana.gov.in

Bid Price – Rs 5,000/-

Bid Security – Rs 12,00,000/-

2 | P a g e

DIRECTORATE OF AYUSH HARYANA (AYURVEDA, YOGA & NATUROPATHY, UNANI, SIDDHA AND HOMOEOPATHY)

AYUSH BHAWAN, NEAR YOUTH HOSTEL, SECTOR-3, PANCHKULA

HARYANA, Pin: 134112, E-mail Address: [email protected],

Ph.: 0172-2570909, 2570919 (Fax)

INDEX

S.No. Title Contents Page No

1 Section-1 Notice Inviting Tender

3-4

2 Section-2 Schedule of Requirements and

Technical Specification

5-16

3 Section-3 Eligibility & General Conditions

17-18

4 Section-4 Bidding Procedure

19-31

5 Section-5 Contract Document

32-35

6 Section-6 Conditions of Contract

36-47

7 Section-7 Form and Formats 48-53

8 Section-8 Checklist 54

3 | P a g e

DIRECTORATE OF AYUSH HARYANA (AYURVEDA, YOGA & NATUROPATHY, UNANI, SIDDHA AND HOMOEOPATHY)

AYUSH BHAWAN, NEAR YOUTH HOSTEL, SECTOR-3, PANCHKULA,

HARYANA, Pin: 134112, E-mail Address: [email protected],

Ph.: 0172-2570909, 2570919 (Fax)

SECTION-1: NOTICE INVITING TENDER

Tender Ref. No.: SSD/AYU/HRY/2019/5

1. Department of AYUSH (Ayurveda, Yoga & Naturopathy, Unani,

Siddha and Homoeopathy) Haryana invites online bids from the

eligible and qualified bidders for the purchase of Ayurvedic

Medicines for Ayurvedic institutions in the State of Haryana as per

details given in the Schedule of Requirement.

2. Bidding will be conducted through Open Competitive Bidding

following a two Bid System i.e. Technical Bid and Financial Bid as

per procedure specified in the tender document.

3. Bid Fee:- 5,000/-

Bid Security:-12,00,000/-

The Schedule of E-Tendering Activities are as under:

S.No. Activity Date and Time

1 Period of sale of Bidding Document

24.01.2019 to 07.02.2019 till 5:00 pm

2 Clarification Date 24.01.2019 to 06.02.2019 till 5:00 pm

3 End of Bid Submission 07.02.2019 at 05:00 PM

4 Last date of submission of Hardcopies of documents or technical bid

07.02.2019 upto 5:00 pm

5 Opening of Technical Bid 08.02.2019 at 11:00 AM in Directorate of AYUSH Haryana, Conference Hall, AYUSH Bhawan, Sector-3, Panchkula

4. The date and time for opening of the Financial Bids shall be intimated

after evaluation of the technical bid.

5. In case date of opening falls on day which is declared public holiday, the

bids shall be opened on the next working day at the same time.

6. Bidders requiring further information or clarification can obtain the

same by writing email to [email protected]

7. The bidders are advised to register themselves on the tender e-procurement portal www.etenders.hry.nic.in and obtain valid Class

III Digital Signature Certificate (DSC) as per Information Technology (IT) Act, 2000. The said website can be accessed for additional information about registration and use of Portal.

8. Bidders can submit its tender online at www.etenders.hry.nic.in on or

before the closing date. Bidding process is only online, bid fee and bid

security should be submit in the form of demand draft(DD) in favour of

4 | P a g e

“Deputy Director, AYUSH, Haryana” along with all necessary

documents, which are to be uploaded online on the portal for bidding, at

Directorate of AYUSH, Near Youth Hostel, Sector-3, Panchkula on or

before the date specified in NIT.

9. (a)The Tender document can be viewed at the websites

www.etenders.hry.nic.in and www.ayushharyna.gov.in. The

Department of AYUSH will evaluate bids of bidders only who have

submitted bids online and also submitted the cost of bid fee, bid security

along with hard copies of documents in the Directorate of AYUSH,

Haryana on or before closing date.

(b)The Bidders who have downloaded the Bid documents, shall be solely

responsible for checking the above website for any

addendum/amendment to the bid document issued subsequently , and

take into consideration the same while preparing and submitting the

Bids.

(c)All further notifications/amendments, if any, shall only be uploaded

on websites mentioned at 9 (a). 10. Bids must be submitted in the manner as specified in the instructions

to bidders in the tender document. Late Bid or Bids not submitted at the

designated address shall be summarily rejected. Bidder’s representatives

are invited to attend the bid opening.

Director General AYUSH, Directorate of AYUSH Haryana

5 | P a g e

SECTION-2: SCHEDULE OF REQUIREMENTS & TECHNICAL SPECIFICATIONS List of Ayurvedic Medicines with specification: Sr.No Name of Medicine Packing

Size Total

Demand

1 Abhayarishta 200 ml. 100580

2 Amritarishta 200 ml. 92200

3 Aravindasava 200 ml. 76420

4 Arjunarishta/(Parthadyarishta) 200 ml. 93730

5 Ashokarishta 200 ml. 102890

6 Ashvagandharishta 200 ml. 104410

7 Balarishta 200 ml. 75540

8 Chandanasava 200 ml. 84360

9 Dashamularishta 200 ml. 115120

10 Drakshasava 200 ml. 92990

11 Draksharishta 200 ml. 56240

12 Jirakadyarishta 200 ml. 54140

13 Kanakasava 200 ml. 84630

14 Kanakasava 200 ml. 75840

15 Kutajarishta 200 ml. 60415

16 Khadirarishta 200 ml. 113570

17 Lodhrasava/ (Rodh rasava) 200 ml. 71650

18 Mustakarishta 200 ml. 37650

19 Rohitakarishta 200 ml. 51165

20 Sarasvatarishta 200 ml. 84371

21 Vasakasava 200 ml. 90140

22 Punarnavasava 200 ml. 85455

23 Arka Yavani/Arka Ajvayan 50 ml. 32410

24 Arka Pudina 50 ml. 34920

25 Agastya Haritaki / gastya Rasayana 100 gm 54210

26 Bilvadi Leha 100 gm 25675

27 Bhallatakadi Modaka 100 gm 6152

28 Brahama Rasayana 100 gm 70160

29 Chitraka Haritaki 100 gm 83590

30 Chyavanprash Avaleha 100 gm 133110

31 Drakshavaleha 100 gm 23460

32 Haridrakhanda Paka 100 gm 107860

33 Kutajavaleha 100 gm 14820

34 Kalyanak Guda 100 gm 8870

35 Kantakaryavaleha 100 gm 51100

36 Kooshmandaka Rasayana 100 gm 17086

37 Manibhadra Yoga / Manibhadra Guda 100 gm 8432

38 Puga Khand/ Sup ari Paka 100 gm 101300

39 Saubhagyashunthi Paka 100 gm 61513

40 Shatavariguda 100 gm 63390

41 Sukumara Rasayana 500 gm 5330

42 Vasavaleha 100 gm 90154

43 Vyaghri Haritaki 100 gm 31026

44 Dashamula Kwath Churna 100 gm 45140

6 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

45 Dashamula Kwath Churna 500 gm 10258

46 Devdarvyadi Kwath Churna 100 gm 3070

47 Devdarvyadi Kwath Churna 500 gm 3862

48 Dashmula Katutraya Kwath Churna 100 gm 9430

49 Dashmula Katutraya Kwath Churna 500 gm 5412

50 Dashamulakatutray adi Kashayam Churna 100 gm 7640

51 Dashamulakatutray adi Kashayam Churna 500 gm 3522

52 Dhanyapanchaka Kashaya Churna 100 gm 4120

53 Dhanyapanchaka Kashaya Churna 500 gm 2460

54 Drakshadi Kashayam Churna 100 gm 14125

55 Drakshadi Kashayam Churna 500 gm 2580

56 Elakanadi Kashayam Churna 100 gm 7270

57 Elakanadi Kashayam Churna 500 gm 2480

58 Gandharvahastya di Kashayam Churna 100 gm 7940

59 Gandharvahastya di Kashayam Churna 500 gm 2670

60 Gojihvadi Kashaya Churna 100 gm 40470

61 Gojihvadi Kashaya Churna 500 gm 3726

62 Guduchyadi Kashaya Churna 100 gm 19735

63 Guduchyadi Kashaya Churna 500 gm 2922

64 Indukantam Kashayam Churna 100 gm 3804

65 Indukantam Kashayam Churna 500 gm 2890

66 Manjishthadi Kashaya Churna 100 gm 27940

67 Manjishthadi Kashaya Churna 500 gm 4389

68 Maha Atmaguptadi Kashaya Churna 100 gm 4950

69 Maha Atmaguptadi Kashaya Churna 500 gm 2380

70 Nayopayam Kashayam Churna 100 gm 4880

71 Nayopayam Kashayam Churna 500 gm 2190

72 Pancha-valkala Kashaya Churna 100 gm 12946

73 Pancha-valkala Kashaya Churna 500 gm 4120

74 Pathyadi Kwath(Shadanga) Churna 100 gm 20462

75 Pathyadi Kwath(Shadanga) Churna 500 gm 2876

76 Phalatrikadi KwathChurna 100 gm 13665

77 Phalatrikadi KwathChurna 500 gm 2950

78 Punarnavadi KwathChurna 100 gm 23410

79 Punarnavadi KwathChurna 500 gm 6010

80 Pashanbhedadi Kwath Churna 100 gm 24060

81 Pashanbhedadi Kwath Churna 500 gm 3620

82 Rasnapancakam Kashayam Churna 100 gm 15370

83 Rasnapancakam Kashayam Churna 500 gm 2622

84 Rasnasaptaka Kashaya Churna 100 gm 23882

85 Rasnasaptaka Kashaya Churna 500 gm 3192

86 Sahacharadi Kashayam Churna 100 gm 16756

87 Sahacharadi Kashayam Churna 500 gm 2310

88 Shadanga Kwath Churna 100 gm 8687

89 Shadanga Kwath Churna 500 gm 3230

90 Sukumara Kashaya Churna 100 gm 5362

91 Sukumara Kashaya Churna 500 gm 2380

7 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

92 Trinapanchamula Kwath Churna 100 gm 3850

93 Trinapanchamula Kwath Churna 500 gm 4634

94 Varunadi KwathChurna 100 gm 16530

95 Varunadi KwathChurna 500 gm 2654

96 Vasaguduchyadi Kashaya Churna 100 gm 8420

97 Vasaguduchyadi Kashaya Churna 500 gm 2050

98 Vasaguduchyadi Kashaya Churna 500 gm 2390

99 Vyaghryadi Kashayam Churna 100 gm 6224

100 Vyaghryadi Kashayam Churna 500 gm 2050

101 Vyaghryadi Kashayam Churna 500 gm 2190

102 Vyoshadi Kashayam Churna 100 gm 5494

103 Vyoshadi Kashayam Churna 500 gm 2090

104 Vyoshadi Kashayam Churna 500 gm 2210

105 Patoladi Kvatha Churna 100 gm 4380

106 Patoladi Kvatha Churna 500 gm 2042

107 Patoladi Kvatha Churna 500 gm 2112

108 Amritadi Guggulu 10 gm 154770

109 Amritadi Guggulu 500 gm 9998

110 Amritadi Guggulu 100 gm 28720

111 Gokshuradi Guggulu 10 gm 102700

112 Gokshuradi Guggulu 500 gm 12185

113 Gokshuradi Guggulu 100 gm 15844

114 Kanchanara Guggulu 10 gm 40800

115 Kanchanara Guggulu 500 gm 12383

116 Kanchanara Guggulu 100 gm 33934

117 Kaishora Guggulu 10 gm 88800

118 Kaishora Guggulu 500 gm 14565

119 Kaishora Guggulu 100 gm 50670

120 Lakshadi Guggulu 10 gm 49300

121 Lakshadi Guggulu 500 gm 6905

122 Lakshadi Guggulu 100 gm 5877

123 Navak Guggulu 10 gm 47120

124 Navak Guggulu 500 gm 3692

125 Navak Guggulu 100 gm 4722

126 Rasna Guggulu 10 gm 61320

127 Rasna Guggulu 500 gm 3926

128 Rasna Guggulu 100 gm 6222

129 Simhanada Guggulu 10 gm 140590

130 Simhanada Guggulu 500 gm 10682

131 Simhanada Guggulu 100 gm 5720

132 Saptavinshati Guggulu 10 gm 34800

133 Saptavinshati Guggulu 500 gm 5327

134 Saptavinshati Guggulu 100 gm 4275

135 Triphala Guggulu 10 gm 51320

136 Triphala Guggulu 500 gm 11705

137 Triphala Guggulu 100 gm 6124

138 Trayodashanga Guggulu 10 gm 52000

8 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

139 Trayodashanga Guggulu 500 gm 7430

140 Trayodashanga Guggulu 100 gm 7314

141 Punarnava Guggulu 10 gm 98750

142 Punarnava Guggulu 500 gm 6471

143 Punarnava Guggulu 100 gm 36332

144 Yogaraja Guggulu 10 gm 96600

145 Yogaraja Guggulu 500 gm 15988

146 Yogaraja Guggulu 100 gm 39353

147 Brahmi Ghrita 100 gm 13908

148 Brahmi Ghrita 500 gm 6458

149 Brahmi Ghrita 100 gm 20320

150 Dadimadi Ghrita 100 gm 7090

151 Dadimadi Ghrita 500 gm 1444

152 Dadimadi Ghrita 100 gm 4400

153 Guggulutiktaka Ghrita 100 gm 12266

154 Guggulutiktaka Ghrita 500 gm 7066

155 Guggulutiktaka Ghrita 100 gm 16640

156 Jathyadi Ghrita 100 gm 14676

157 Jathyadi Ghrita 500 gm 422

158 Jathyadi Ghrita 100 gm 8150

159 Jivantyadi Ghritam 100 gm 10016

160 Jivantyadi Ghritam 500 gm 626

161 Jivantyadi Ghritam 100 gm 2800

162 Kalyanaka Ghrita 100 gm 11100

163 Kalyanaka Ghrita 500 gm 890

164 Kalyanaka Ghrita 100 gm 10150

165 Kshirashatpala Ghrita 100 gm 10666

166 Kshirashatpala Ghrita 500 gm 370

167 Kshirashatpala Ghrita 100 gm 6904

168 Panchatikta Ghrita 100 gm 12200

169 Panchatikta Ghrita 500 gm 547

170 Panchatikta Ghrita 100 gm 6180

171 Phala Ghrita 100 gm 30545

172 Phala Ghrita 500 gm 784

173 Phala Ghrita 100 gm 16080

174 Shatphala Ghrita 100 gm 14756

175 Shatphala Ghrita 500 gm 390

176 Shatphala Ghrita 100 gm 8150

177 Shatavaryadi Ghrita 100 gm 10380

178 Shatavaryadi Ghrita 500 gm 1884

179 Shatavaryadi Ghrita 100 gm 8500

180 Sukumar Ghrita 100 gm 12710

181 Sukumar Ghrita 500 gm 1810

182 Sukumar Ghrita 100 gm 2900

183 Indu kanta Ghrita 100 gm 5860

184 Indu kanta Ghrita 500 gm 190

185 Indu kanta Ghrita 100 gm 860

9 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

186 Tiktaka Ghrita 100 gm 5660

187 Tiktaka Ghrita 500 gm 205

188 Tiktaka Ghrita 100 gm 6160

189 Triphala Ghrita 100 gm 27320

190 Triphala Ghrita 500 gm 924

191 Triphala Ghrita 100 gm 2450

192 Ajamodadi Churna 25 gm 23330

193 Ajamodadi Churna 500 gm 1745

194 Ajamodadi Churna 100 gm 37085

195 Avipattikara Churna 50 gm 131350

196 Avipattikara Churna 500 gm 15569

197 Avipattikara Churna 100 gm 42010

198 Balachaturbhadra Churna 25 gm 35885

199 Balachaturbhadra Churna 500 gm 4941

200 Balachaturbhadra Churna 100 gm 6966

201 Bilwadi Churna 50 gm 30400

202 Bilwadi Churna 500 gm 5185

203 Bilwadi Churna 100 gm 6970

204 Dadimastak Churna 50 gm 71350

205 Dadimastak Churna 500 gm 7140

206 Dadimastak Churna 100 gm 18150

207 Dashanasanskar Churna 50 gm. 38165

208 Dashanasanskar Churna 50 gm. 46570

209 Dashanasanskar Churna 50 gm. 7350

210 Eladi Churna 25 gm 50510

211 Eladi Churna 500 gm 5826

212 Eladi Churna 100 gm 18300

213 Gangadhara Churna 25 gm. 40700

214 Gangadhara Churna 25 gm. 28310

215 Gangadhara Churna 25 gm. 7600

216 Hinguvachadi Churna 25 gm. 57920

217 Hinguvachadi Churna 25 gm. 40100

218 Hinguvachadi Churna 25 gm. 4100

219 Hingwashtaka Churna 50 gm 88250

220 Hingwashtaka Churna 500 gm 17523

221 Hingwashtaka Churna 100 gm 48060

222 Lavanabhaskara/ Bhaskarlavan churna 50 gm 62690

223 Lavanabhaskara/ Bhaskarlavan churna 500 gm 9614

224 Lavanabhaskara/ Bhaskarlavan churna 100 gm 58400

225 Madhusnuhi Churna 50 gm. 17140

226 Madhusnuhi Churna 50 gm. 19300

227 Madhusnuhi Churna 50 gm. 2300

228 Nisha-Amalaki Churna 50 gm. 30858

229 Nisha-Amalaki Churna 50 gm. 48664

230 Nisha-Amalaki Churna 50 gm. 18500

231 Pushyanuga Churna 25 gm. 86950

232 Pushyanuga Churna 25 gm. 82135

10 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

233 Pushyanuga Churna 25 gm. 38400

234 Panchanimba Churna 25 gm. 151400

235 Panchanimba Churna 25 gm. 123100

236 Panchanimba Churna 25 gm. 76000

237 Shivakashara Pachana Churna 50 gm. 96785

238 Shivakashara Pachana Churna 50 gm. 143250

239 Shivakashara Pachana Churna 50 gm. 73100

240 Sitopaladi Churna 25 gm 240820

241 Sitopaladi Churna 500 gm 19420

242 Sitopaladi Churna 100 gm 110640

243 Sudarshana Churna 25 gm 23401

244 Sudarshana Churna 500 gm 9479

245 Sudarshana Churna 100 gm 35054

246 Talishadya Churna 25 gm 76836

247 Talishadya Churna 500 gm 18421

248 Talishadya Churna 100 gm 83020

249 Trikatu Churna 25 gm 44200

250 Trikatu Churna 500 gm 11610

251 Trikatu Churna 100 gm 47725

252 Triphala Churna 50 gm 98970

253 Triphala Churna 500 gm 24172

254 Triphala Churna 100 gm 125620

255 Jatiphaladya Churna 25 gm 43160

256 Jatiphaladya Churna 500 gm 9978

257 Jatiphaladya Churna 100 gm 3954

258 Amalaki Churna 50 gm 50400

259 Amalaki Churna 500 gm 12508

260 Amalaki Churna 100 gm 27350

261 Arjuna Churna 50 gm 20660

262 Arjuna Churna 500 gm 15102

263 Arjuna Churna 100 gm 32260

264 Ashwagandha Churna 50 gm 67820

265 Ashwagandha Churna 500 gm 18650

266 Ashwagandha Churna 100 gm 78890

267 Gokshura Churna 50 gm 57100

268 Gokshura Churna 500 gm 7086

269 Gokshura Churna 100 gm 25730

270 Guduchi Churna 50 gm 70260

271 Guduchi Churna 500 gm 8246

272 Guduchi Churna 100 gm 55100

273 Haritaki Churna 50 gm 70100

274 Haritaki Churna 500 gm 12902

275 Haritaki Churna 100 gm 81930

276 Pippali Churna 25 gm 48700

277 Pippali Churna 500 gm 10260

278 Pippali Churna 100 gm 14484

279 Pippali mool Churna 25 gm. 51612

11 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

280 Pippali mool Churna 25 gm. 48400

281 Pippali mool Churna 25 gm. 18450

282 Punarnava Churna 50 gm 33500

283 Punarnava Churna 500 gm 7986

284 Punarnava Churna 100 gm 34962

285 Shunthi Churna 25 gm 32400

286 Shunthi Churna 500 gm 9091

287 Shunthi Churna 100 gm 34536

288 Sarasvat Churna 25 gm 38500

289 Sarasvat Churna 500 gm 10214

290 Sarasvat Churna 100 gm 34330

291 Trivritamool Churna / Trivrita Churna 25 gm. 13250

292 Trivritamool Churna / Trivrita Churna 25 gm. 4100

293 Trivritamool Churna / Trivrita Churna 100 gm 2520

294 Vidanga Churna 50 gm 34330

295 Vidanga Churna 500 gm 6579

296 Vidanga Churna 100 gm 11750

297 Yashtimadhu/ Madhuyashti/ Yashti Churna 50 gm 48500

298 Yashtimadhu/ Madhuyashti/ Yashti Churna 500 gm 3668

299 Yashtimadhu/ Madhuyashti/ Yashti Churna 100 gm 38300

300 Anutaila 10 ml. 54570

301 Anutaila 450 ml 252

302 Anutaila 200 ml 380

303 Asanbilwadi Taila 50 ml. 7660

304 Asanbilwadi Taila 450 ml 230

305 Asanbilwadi Taila 200 ml 680

306 Apamargkshara Taila 10 ml. 16010

307 Apamargkshara Taila 450 ml 41

308 Apamargkshara Taila 200 ml 172

309 Bala Taila 50 ml. 50177

310 Bala Taila 450 ml 5632

311 Bala Taila 200 ml 2300

312 Balashwagandhadi Taila 50 ml. 51290

313 Balashwagandhadi Taila 450 ml 3864

314 Balashwagandhadi Taila 200 ml 2850

315 Bhringaraja Tail 50 ml. 234170

316 Bhringaraja Tail 450 ml 7006

317 Bhringaraja Tail 200 ml 4100

318 Bilva Taila 200 ml 8618

319 Bilva Taila 450 ml 274

320 Bilva Taila 200 ml 3460

321 Dhanwantar Taila/Dhanwantar Taila Avarti 10 ml. 115800

322 Dhanwantar Taila/Dhanwantar Taila Avarti 450 ml 4236

323 Dhanwantar Taila/Dhanwantar Taila Avarti 200 ml 8040

324 Dhasturapatradi Taila 200 ml 5480

325 Dhasturapatradi Taila 450 ml 410

326 Dhasturapatradi Taila 200 ml 1820

12 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

327 Eranda Taila 50 ml. 119730

328 Eranda Taila 450 ml 4145

329 Eranda Taila 200 ml 4100

330 Erimedadi Taila 50 ml. 24745

331 Erimedadi Taila 450 ml 2182

332 Erimedadi Taila 200 ml 3530

333 Gandharvahasta Taila 50 ml. 21280

334 Gandharvahasta Taila 450 ml 452

335 Gandharvahasta Taila 200 ml 4350

336 Jatyadi Taila 50 ml. 139880

337 Jatyadi Taila 450 ml 8588

338 Jatyadi Taila 200 ml 28260

339 Ksheerbala Taila / Ksheerbala Taila Avarti (Shatapaki) 50 ml. 41700

340 Ksheerbala Taila / Ksheerbala Taila Avarti (Shatapaki) 450 ml 2344

341 Ksheerbala Taila / Ksheerbala Taila Avarti (Shatapaki) 200 ml 4100

342 Kottamachukkadi Taila 50 ml. 54328

343 Kottamachukkadi Taila 450 ml 5004

344 Kottamachukkadi Taila 200 ml 8700

345 Karpooradi Taila 50 ml. 47508

346 Karpooradi Taila 450 ml 2734

347 Karpooradi Taila 200 ml 5450

348 Kasisadi Taila 50 ml. 50116

349 Kasisadi Taila 450 ml 2448

350 Kasisadi Taila 200 ml 7270

351 Laghuvishagarbha Taila 50 ml. 135980

352 Laghuvishagarbha Taila 450 ml 4368

353 Laghuvishagarbha Taila 200 ml 2300

354 Marichyadi Taila 50 ml. 110010

355 Marichyadi Taila 450 ml 11309

356 Marichyadi Taila 200 ml 14360

357 Mahanarayan Taila 50 ml. 175480

358 Mahanarayan Taila 450 ml 4480

359 Mahanarayan Taila 200 ml 2370

360 Brihanmasha Taila /Mahamash Taila 50 ml. 72630

361 Brihanmasha Taila /Mahamash Taila 450 ml 1038

362 Brihanmasha Taila /Mahamash Taila 200 ml 2300

363 Moorivenna Tail 50 ml. 70100

364 Moorivenna Tail 450 ml 3972

365 Moorivenna Tail 200 ml 7700

366 Narayana Taila 50 ml. 93700

367 Narayana Taila 450 ml 1334

368 Narayana Taila 200 ml 4100

369 Nalpamaradi Taila 50 ml. 10900

370 Nalpamaradi Taila 450 ml 2682

371 Nalpamaradi Taila 200 ml 920

372 Nirgundi Taila 25 ml. 42780

373 Nirgundi Taila 450 ml 3816

13 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

374 Nirgundi Taila 200 ml 7600

375 Panchaguna Taila 50 ml. 56440

376 Panchaguna Taila 450 ml 2011

377 Panchaguna Taila 200 ml 7000

378 Pinda Taila 50 ml. 81380

379 Pinda Taila 450 ml 5056

380 Pinda Taila 200 ml 4100

381 Narikel Lavan 10 gm. 21190

382 Narikel Lavan 10 gm. 13650

383 Narikel Lavan 10 gm. 8650

384 Apamarga Kshar 10 gm. 24134

385 Apamarga Kshar 10 gm. 6270

386 Apamarga Kshar 10 gm. 870

387 Saindhavadi Taila 50 ml. 48645

388 Saindhavadi Taila 450 ml 3120

389 Saindhavadi Taila 200 ml 4100

390 Shadabindu Taila 50 ml. 21817

391 Shadabindu Taila 450 ml 4115

392 Shadabindu Taila 200 ml 4100

393 Somaraji Taila 25ml 33730

394 Somaraji Taila 450 ml 4174

395 Somaraji Taila 200 ml 6142

396 Arka Lavan 10 gm. 14020

397 Arka Lavan 10 gm. 7850

398 Arka Lavan 10 gm. 3680

399 Kalyana Kshar 10 gm. 10904

400 Kalyana Kshar 10 gm. 8650

401 Kalyana Kshar 10 gm. 3650

402 Vajra Kshar 10 gm. 7854

403 Vajra Kshar 10 gm. 8654

404 Vajra Kshar 10 gm. 3650

405 Yavakshar 10 gm. 27764

406 Yavakshar 10 gm. 38050

407 Yavakshar 10 gm. 20050

408 Dashanga Lepa 50 gm 21050

409 Dashanga Lepa 500 gm 2822

410 Dashanga Lepa 100 gm 11180

411 Kottamchukkadi Lepa Churna 50 gm 9600

412 Kottamchukkadi Lepa Churna 500 gm 1036

413 Kottamchukkadi Lepa Churna 100 gm 2250

414 Rasnadi Lepa Churna 50gm. 14290

415 Chitrakadi Gutika 5 gm 37800

416 Rasnadi Lepa Churna 50gm 14400

417 Chitrakadi Gutika 500 gm 8214

418 Rasnadi Lepa Churna 50gm. 5400

419 Chitrakadi Gutika 100 gm 7850

420 Sarjarasa Malahara 25 gm 15150

14 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

421 Sarjarasa Malahara 25 gm 7000

422 Sarjarasa Malahara 25 gm 5800

423 Eladi Gutika 10 gm 41310

424 Eladi Gutika 500 gm 4082

425 Eladi Gutika 100 gm 2400

426 Abhayad Modakam 20 gm 17660

427 Abhayad Modakam 20 gm 14140

428 Abhayad Modakam 20 gm 4100

429 Bilvadi Gutika 5 gm 44312

430 Kankayan Gutika 10 gm 43000

431 Bilvadi Gutika 5 gm 36800

432 Kankayan Gutika 500 gm 7943

433 Bilvadi Gutika 5 gm. 12700

434 Kankayan Gutika 100 gm 2305

435 Khadiradi Gutika (Mukhroga) 10 gm 37305

436 Khadiradi Gutika (Mukhroga) 500 gm 2810

437 Khadiradi Gutika (Mukhroga) 100 gm 2624

438 Chandraprabha Vati 5 gm 319200

439 Kutajaghan Vati 5 gm 41920

440 Chandraprabha Vati 5 gm 253800

441 Kutajaghan Vati 500 gm 2568

442 Chandraprabha Vati 5 gm 78550

443 Kutajaghan Vati 100 gm 13624

444 Lavangadi Vati 5 gm 49205

445 Lavangadi Vati 500 gm 2894

446 Lavangadi Vati 100 gm 9300

447 Lahsunadi Vati 5 gm 288300

448 Lahsunadi Vati 10 gm 103840

449 Lahsunadi Vati 10 gm 33100

450 Marma Gutika 5 gm 51210

451 Marma Gutika 5 gm 27720

452 Marma Gutika 5 gm 7700

453 Dhanvantar Gutika 5 gm 68750

454 Prabhakar Vati 5 gm 131700

455 Dhanvantar Gutika 5 gm 99090

456 Prabhakar Vati 5 gm 101660

457 Dhanvantar Gutika 5 gm 73950

458 Prabhakar Vati 5 gm 73200

459 Raj ahpravartini Vati 5 gm 199460

460 Raj ahpravartini Vati 5 gm 37180

461 Raj ahpravartini Vati 5 gm 37950

462 Dugdha Vati 10 gm 35740

463 Samshamani Vati / Guduchighan Vati 5 gm 83840

464 Dugdha Vati 10 gm 3800

465 Samshamani Vati / Guduchighan Vati 500 gm 4806

466 Dugdha Vati 10 gm 2300

467 Samshamani Vati / Guduchighan Vati 100 gm 11300

15 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

468 Sarpagandhaghan Vati 5 gm 51520

469 Sarpagandhaghan Vati 500 gm 8145

470 Sarpagandhaghan Vati 100 gm 2505

471 Sanjivani Vati 5 gm 45209

472 Sanjivani Vati 500 gm 23213

473 Sanjivani Vati 100 gm 29730

474 Vishamajwarantaka Gulika 5 gm 34120

475 Vishamajwarantaka Gulika 500 gm 3998

476 Vishamajwarantaka Gulika 5 gm. 24100

477 Gopichandanadi Gutika 10 gm 29700

478 Vishamushti Vati 5 gm 22700

479 Gopichandanadi Gutika 5 gm 33520

480 Vishamushti Vati 500 gm 1598

481 Gopichandanadi Gutika 5 gm. 18500

482 Vishamushti Vati 100 gm 3944

483 Vettumaran Gulika 5 gm 29200

484 Gandhak Vati 10 gm 216680

485 Chandrodaya Varti 5 gm 99750

486 Gandhak Vati 10 gm 100560

487 Gandhak Vati 10 gm 43800

488 Elanirkuzambu/ Nalikeranjana 25 ml 12425

489 Guduchi Sattva 25 gm 139660

490 Makaradhvaja 2 gm 104330

491 Rasa Sindura 2 gm 61770

492 Panchamrita Parpati 5 gm 55100

493 Shveta Parpati/Kshara Parpati 10 gm 44000

494 Akika Pishti 5 gm 53415

495 Mukta Pishti 2 gm 61605

496 Pravala Pishti 5 gm 438620

497 Trinakantamani Pishti 5 gm 38950

498 Abhraka Bhasma (Shatputi) 5 gm 74960

499 Godanti Bhasma 10 gm 143740

500 Hajarulyahuda Bhasma 10 gm 100050

501 Jaharamohara Bhasma 5 gm 54300

502 Kapardika Bhasma 5 gm 56015

503 Kasisa Bhasma 5 gm 24660

504 Mandur Bhasma 5 gm 38080

505 Muktashukti Bhasma 5 gm 53710

506 Shankha Bhasma 5 gm 269230

507 Sphatika Bhasma 5 gm 105215

508 Tankana Bhasma/ Saubhagya 5 gm 95400

509 Svarnamaksika Bhasma 5 gm 54700

510 Punarnavadi Mandura 5 gm 115240

511 Anitundi Vati 5 gm 88150

512 Anandabhairav Rasa 5 gm 42090

513 Arogyavardhini Vati/Rasa 5 gm 286125

514 Arsho Kuthara Rasa 5 gm 104070

16 | P a g e

Sr.No Name of Medicine Packing Size

Total Demand

515 Balarka Rasa 2 gm 27340

516 Brahmi Vati 5 gm 171340

517 Chandramrita Rasa 5 gm 91260

518 Ekangaveer Rasa 2 gm 131620

519 Gandhak Rasayana 5 gm 297150

520 Hridayarnava Rasa 2 gm 70200

521 Kamadudha Rasa 5 gm 164580

The quantities mentioned above are only indicative, AYUSH

department may or may not place orders for the amount indicative above or may place higher order.

End of section-2

17 | P a g e

SECTION-3: ELIGIBILITY CONDITIONS AND GENERAL CONDITIONS OF FIRMS TO QUOTE IN TENDER PROCESS 3.1 ELIGIBILITY CONDITIONS

a) Only Central Public Sector Undertakings (CPSU) or State Public Sector

Undertakings (SPSU), Pharmacies under state Govt. and Co-operatives

having WHO GMP certification or AYUSH premium mark (a Voluntary

Quality Control Certification prescribed by the Drug and Quality

control of Ministry of AYUSH, Govt. of India) and who have their own

arrangements for manufacturing Ayurvedic medicines. The

procurement of medicines is not permitted from the loan licensee

manufacturer.

b) Supplier Firm will have to submit audited financial statements for last

three years in support of annual turnover. Turnover should be in

respect of firms submitting the tender. Group turnover will not be

considered for determining the eligibility.

c) A self- attested copy of the sales tax clearance certificate should

accompany the tender.

d) A certificate from the State Drug Controller concerned that the firm

has been manufacturing and marketing the product/ products for

which the firm has quoted the price, for the last three years at the

time of submission of offer.

e) Supplier firms should submit a non-conviction certificate issued by

the State Drugs Controller, to the effect that the manufacturer has not

been convicted under the Drugs and Cosmetics Act, 1940 and Drugs

and Cosmetics Rules, 1945 during the preceding three years or any of

the drugs for which it has quoted price. (Applicable for items covered

under drug manufacturing license).

f) There should be no case pending in the court w.r.t. the drugs for

which the firm is submitting tender and the drug should not have

been declared, sub standard/ spurious /adulterated/ miss branded

by any Govt. during the previous three years. The firm has to submit

an undertaking in this regard.

3.2 GENERAL CONDITIONS:- a) The firm will have to submit the samples along with tenders for items

specifically mentioned in the specification for that item. If firms fail to

submit the samples, the offer will be rejected.

b) The department reserves the rights to invite in his sole discretion

separate quotations to effect purchases outside this contract in the

event of any urgent demand arising in locality where no stocks are

held or otherwise.

18 | P a g e

c) Undertaking by the firm that it would own responsibility of any

damage arising because of delay in supply, non- supply or supply of

poor quality of drugs.

d) In all supplies, which are labelled with HARYANA GOVERNMENT

SUPPLY, NOT FOR SALE mark including rejected stores, it would be

a condition that such supplies will not be sold to the general public.

e) Firms will indicate the assessed manufacturing/ productions capacity

for each items quoted by him. They will be liable for cancellation of the

contract for any misleading information found at any time during the

currency of the contract.

f) The firm will have to supply the list of names of procurement agencies

to whom drugs have been supplied during the last one year.

g) The firm will submit an affidavit that the firm has not been convicted/

black listed/debarred for the last three years in respect of drug and

non drugs items.

h) The consignee will, as soon as possible but not later than 10 days of

the date of arrival of stores at destination, notify the firm/

department, of any loss damage to the stores that may have occurred

during the transit.

i) Validity of the rate contract is one year from the date of finalization of

the contract, but in case of exigencies, period can be extended further

by mutual consent of both parties.

End of section-3

19 | P a g e

SECTION-4: INSTRUCTIONS TO BIDDERS 4.1. INTRODUCTION

Ayurveda, Yoga & Naturopathy, Unani, Siddha and Homoeopathy

have been providing Health Care Services to a large section of the

population, particularly in the rural. These systems of medicine are popular

in the country. People not only in India but also in other parts of world are

increasingly favoring treatment through these systems due to lesser side

effects in comparison to the modern medicines. After the formation of

Haryana State various steps have been taken by the State Govt. for the

propagation and development of these systems of medicine in the Haryana

State to provide medical relief and education through these systems of

medicine.

This tender is an e-tender and only on-line bid submission is possible.

The e-tender portal is designed by National Informatics Centre (NIC), Govt of

India. The two bid system, which is followed, has been designed to eliminate

those bidders which do not match the technical specifications or not having

the proven technology and to eliminate firms that do not have the financial

or technical capability to supply. 4.2 Eligible Bidders Only Indian Manufacturers are eligible to participate in the tender, if they

fulfill conditions laid out in Section-3. 4.3 Cost of Bidding

a) Bid fee: The bid fee amounting to Rs 5000/- shall be deposited in the

form of DD/ Banker-cheque in favour of Deputy Director, AYUSH,

Haryana payable at Panchkula. The bid fees shall be deposited in the

AYUSH department before the last date and time of bid submission.

The bidder shall submit the scanned copy of DD/Banker’s cheque

along with the technical bid online.

b) The Bidder shall bear all costs associated with the preparation and

submission of its bid and AYUSH will not be liable for the cost

incurred, regardless of the outcome of the bidding process.

4.4 THE BIDDING PROCEDURE

4.4.1 Bidding Procedure: Pre-Contract :The online bidding process comprises of downloading the

tender document, pre-bid meeting if applicable, bid submission comprising

only online submission of technical and financial bid, opening of technical

20 | P a g e

bid and short-listing of technically responsive bids , opening of financial

bids, Notification of Award and signing of contract.

Post- Contract: Ordering, quality testing, payment & contract management

as per terms & conditions of Rate Contract.

4.5 BID CONFIDENTIALITY AND CLARIFICATION OF BIDDING DOCUMENTS:

4.5.1 Bid confidentiality:

It is expected from all the bidders that they will ensure that the

document to be used in the bid set will be given to reliable person, and that

a fully reliable person shall be authorized for digital signatures so that the

confidentiality of the bids/ rates is maintained up to bid opening & that no

documents are put to any misuse.

A prospective Bidder requiring any clarification of the Bidding

Documents may notify the Purchaser in writing at the Purchaser’s email

indicated in the NIT. The Purchaser will respond in writing to any request

for clarification of the Bidding Documents which it receives between date of

publication and 7 days prior to the deadline for submission of bid. Written

copies of the Purchaser’s response (including an explanation of the query

but without identifying the source of inquiry) will be sent to all prospective

Bidders through email at the address quoted by them or put on website. 4.6 PRE-BID AMENDMENTS OF BIDDING DOCUMENT Pre-Bid Meeting:

If required pre bid meeting may be held on given schedule at Conference Hall, AYUSH Department, Sector-3, Panchkula, Haryana.

4.7 Amendment of Bidding Documents

a) At any time prior to the deadline for submission of bids, the Purchaser

may, for any reason, whether at its own initiative or in response to a

clarification requested by a prospective bidder, modify the Bidding

Documents by an amendment. b) All prospective bidders will be informed of the amendments by publishing

on the website/s mentioned in the NIT. c) In order to allow prospective bidders reasonable time to make

amendments in preparing their bid, the Purchaser may, at its discretion,

extend the deadline for the submission of bids.

4.8 PREPARATION OF BIDS Language of Bid

The Bid prepared by the bidder and all correspondence and documents

relating to the bid exchanged by the Bidder and the Purchaser, shall be

21 | P a g e

written in the English language. Supporting documents and printed

literature furnished by the Bidder may be written in another language

provided they are accompanied by an 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. 4.9 DOCUMENTS COMPRISING THE BID The bid document can be downloaded from www.etenders.hry.nic.in or www.ayushharyana.gov.in . Contents of Bidding Documents include:

Section-1- Notice Inviting Tender (NIT);

Section-2- Schedule of Requirements & Technical Specification ;

Section-3 - Eligibility criteria

Section-4- Instructions to the bidders

Section-5 - Contract Form

Section-6- Conditions of Contract

Section-7- Forms and Formats

Section-8-Checklist

The detailed technical specifications and terms and conditions governing

the supply, quality testing, and payment are contained in the Tender

Document. The online documents shall be submitted through the e-tender

portal www.etenders.hry.nic.in. Bidders have to enroll themselves in the e-

tender portal and digital signature certificate is required. Bidders should

have a Class II or above Digital Certificate (DSC) to be procured from any

Registration Authorities (RA) under the Certifying Agency of India. Once the

DSC is obtained, bidders have to register on www.etenders.hry.nic.in

website for participating in this tender. Website registration is a one-time

process without any registration fees. However, bidders have to procure DSC

at their own cost. Bidders may contact e-Procurement support desk of

AYUSH through email: [email protected] for assistance in this regard.

The Technical Bid should be uploaded as scanned documents into the NIC

portal and hard copies should also be submitted separately in AYUSH

Department. Bidders have to download blank price bid in Excel sheet and to

be uploaded after filling the price of medicines. While preparing the Bid, the

Bidder should ensure that:

22 | P a g e

(a) Each page of the documents should be signed and sealed by the bidder.

The Photocopies should be self-attested and stamped by the bidder on each

page. (b) Documentary evidence establishing in accordance with Clause 4.12 that

the Bidder is eligible to bid and is qualified to perform the contract if its bid

is accepted; (c) Documentary evidence establishing in accordance with Clause 4.13 that

the goods and ancillary services to be supplied by the Bidder shall conform

to the Bidding Documents; and (d) Bid Security furnished in accordance with Clause 4.14. 4.10 BID OFFER

a) All the quotes shall be in Indian Rupees only.

b) Financial Bid has to be submitted online only. No financial bid should

be submitted manually otherwise bid shall be liable to rejection.

c) There should not be any alteration or condition in the tender. If the

same is found then tender is liable to be cancelled. 4.11 BID PRICE a) Bid Prices would comprise of the following: Basic Price: The price of the medicines quoted shall be inclusive of ex-

factory prices. Basic price shall also include loading unloading & stacking,

all other taxes, duties & levies and incidental services if applicable.

GST: Applicable GST shall be quoted in this column in numeric

values and in Rupees (if the field is left blank, value will be taken as

zero).

The packing, forwarding freight and insurance charges applicable

shall be quoted separately in numeric values and in words in Rupees

(If the field is left blank, value will be taken as zero).

The total amount will be calculated automatically and will be taken for

evaluation and bid ranking. These amounts should be quoted on FOR

basis anywhere in Haryana. b) The details of the required Medicines along with quantities are shown in

schedule of requirements. The quantity mentioned is only the tentative

requirement and may increase or decrease as per the decision of Ordering

Authority and/or Tender Inviting Authority. The rates quoted should not

vary with the quantum of the order or the destination.

23 | P a g e

c) The rates quoted and accepted will be binding on the bidder for full

contract period as per the validity of contract from the date of signing of

agreement and any request for increase in price will not be entertained till

the completion of this tender period. Accordingly this clause will be

applicable for all orders placed during the contract period. d) 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 bidders in the

Bids shall not be entertained after submission of the tenders. Cross

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 conditional/ incomplete and

accordingly the same will be rejected. 4.12 DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND

QUALIFICATIONS Pursuant to Clause 4.9, the bidder shall furnish, as part of its bid,

documents establishing the bidder’s eligibility to bid and its qualifications to

perform the Contract if its bid is accepted.

4.12.1 Documents:

a) Documentary evidence for the constitution of the company /Firm

such as Memorandum and Articles of Association, Partnership deed

etc. with details of the Name, Address, Telephone Number, Fax

Number, e-mail address of the firm and of the Director General /

Partners / Proprietor. The list of present Directors in the board of the

Company duly certified by a Company Secretary of a

Company/Practicing Company Secretary/Chartered Accountant to be

furnished.

b) The bidder should furnish attested photocopy of Manufacturing

License for the product duly approved by the Licensing authority for

each and every product quoted as per specification in the tender. The

license must have been duly renewed up to date and the items quoted

shall be clearly highlighted in the license.

c) The instruments such as power of attorney, resolution of board etc.,

authorizing an officer of the bidder should be enclosed with the tender

24 | P a g e

duly signed by the Authorized signatory of the Company/Firm and

such authorized officer of the bidder should sign the tender

documents. Authorization letter nominating a responsible person of

the bidder to transact the business with the Tender Inviting Authority.

d) The WHO GMP inspection certificate and product wise Certificate of

Pharmaceutical Products (COPP). As per clause no 4(point 1).

e) List of Items Quoted.

f) Bidders who have been convicted/blacklisted/ debarred by Tender

Inviting Authority or any State Government or Central Government

department/Organization for the product quoted should not

participate in the tender during the period of conviction/blacklisting/

debarring.

g) Bidders have to supply an Affidavit that they have not supplied

medicines of “Not of Standard Quality” to any State Govt/GOI in last

three years.

h) Copy of approved Source/ Rate contract with any Government

Organization in Country.

i) A checklist indicating the documents submitted with the bid

document and their respective page number shall be enclosed with

the bid document. The documents should be serially arranged and

should be securely tied and bound. All pages of bid document should

be numbered.

j) Undertaking by the firm that they will own responsibility of any

damage arising because of delay in supply, non-supply or supply of

poor quality items.

k) An undertaking by the firm that they agree to terms and conditions of the DNIT.

l) A copy of label of medicines manufactured by bidder.

All documents enclosed with the bid document should also be signed

by the bidder. For online bidding scan copy of needful documents in proper

resolution should be uploaded online. 4.13 SUBMISSION OF SAMPLES

a) Samples must be sent of the quoted items wherever demanded

during Technical evaluation shall be supplied free of cost on demand

by AYUSH department. No sample will be accepted after prescribed

25 | P a g e

period. In the event of non submission of samples within prescribed

period on demand, the bid shall not be considered.

b) Samples of consumables of the unsuccessful bidder should be

collected back from the place of its storage within the stipulated

period as indicated by purchaser. The AYUSH would retain the

sample of approved item for one month beyond expiry of contract.

The AYUSH will not make any arrangement for return of samples

even if the bidders agree to pay the cost of transportation. The

uncollected samples shall stand forfeited to the department after the

stipulated period allowed for collection and no claim for the cost etc.

shall be entertained.

c) Samples should be strictly according to the specifications item quoted

in the bid form failing which the bid will not be considered. Sample

must be submitted duly sealed and securely fastened to the sample

with particulars as mentioned below:-

i. Name and full address of the firm,

ii. Name of the item,

iii. Name of section,

iv. Name of manufacturer,

v. Brand,

d) No change of sample or its marking on sample will be allowed after

the submission of sample.

4.14 BID SECURITY a) Pursuant to Clause 4.9, the Bidder shall furnish, as part of its bid, bid security for the amount Rs. 12,00,000/-. No exemption from payment of bid security is permitted except for the firms which are entitled as per Govt. of Haryana guidelines. b) The bid security is required to protect the Purchaser against risk of

Bidders conduct which would warrant the security’s forfeiture. c) The bid security shall be in Indian Rupees and shall be in one of the following forms:

A demand draft/ Bankers Cheque obtained from any scheduled bank

in favor of Deputy Director, AYUSH, Haryana payable at Panchkula

EMD/Bid security shall be deposited in the o/o AYUSH DEPARTMENT

before the last date and time of bid submission. The bidder shall submit the

scanned copy of DD/Banker’s cheque along with the technical bid online.

d) Any bid not secured in accordance with Clauses 4.13 (a)and (c) above will

be rejected by the Purchaser as non-responsive e) Unsuccessful bidders bid security will be discharged/returned as

promptly as possible but not later than 45 days after the expiration of the

26 | P a g e

period of bid validity prescribed by the Purchaser. Bid security shall not

carry any interest and shall be refunded without any interest. f) The successful bidder's bid security will be discharged after the expiry of

contract period. g) The bid security may be forfeited:

(i) if bidder withdraws its bid during the period of bid validity

specified by the Bidder on the Bid form; or

(ii) in case of a successful bidder, if the bidder fails:

to sign the contract in accordance with schedule specified in the

Contract

to furnish performance security 4.15 PERIOD OF VALIDITY OF BIDS

a) Bids shall remain valid for one year from the date of contract. A bid

valid for a shorter period may be rejected by the Purchaser as non-

responsive.

b) In exceptional circumstances, the Purchaser may solicit the bidders

consent for an extension of the period of bid validity. The request and

the responses thereto shall be made in writing by e-mail. The bid

security provided shall be suitably extended as mutually agreed. A

bidder may refuse the request without forfeiting its bid security. A

bidder granting the request for extension is not permitted to modify its

bid.

4.16 SIGNING OF BID

The bid shall be signed by the Bidder or a person or persons duly

authorized to bind the Bidder to the Contract. The letter of authorization

shall be indicated by written power-of-attorney accompanying the bid. All

pages of the bid, except for unamend printed literature, shall be initialed by

the person or persons signing the bid. 4.17 SUBMISSION OF BIDS Sealing and Marking of Bids Only online bids are accepted. The demand drafts and other required

documents as per clause 4.9 to be submitted separately. 4.18 DEADLINE FOR SUBMISSION OF BIDS The AYUSH department may, at its discretion, extend this deadline for

submission of bids by amending the bid documents, in which case all rights

and obligations of the purchasers and bidders previously subject to the

deadline will thereafter be subject to the deadline as extended.

27 | P a g e

4.19 LATE BIDS

Any bid received by the Purchaser after the deadline for submission of

bids prescribed by the Purchaser, will be rejected and/or returned

unopened to the Bidder. 4.20 MODIFICATION AND WITHDRAWAL OF BIDS

a) The bidder may modify or withdraw its bid after the bids submission,

provided that written notice of the modification or withdrawal is

received by the Purchaser prior to the deadline prescribed for

submission of bids.

b) The bidders modification or withdrawal notice shall be prepared,

sealed, marked and dispatched. A withdrawal notice may also be sent

by email but followed by a signed confirmation copy, to reach AYUSH

department not later than the deadline for submission of bids.

c) No bid may be modified or allowed to be withdrawn subsequent to the

deadline for submission of bids and withdrawal of the bid subsequent

to deadline of submission of bids shall result in the bidders forfeiture

of its bid security. 4.21 BID OPENING AND EVALUATION

4.21.1 Opening of Bids by Purchaser a) The Purchaser will open only the Technical bids of all bidders, in the

presence of bidder's representatives who chose to attend, at 11:00 am on

08.02.2019 at the location specified in the NIT or changed location as notified.

The bidder’s representatives who are present shall sign a register

evidencing their attendance. In the event, the specified date of bid

opening is declared a holiday, the bids shall be opened at the

appointed time and location on the next working day. b) The bidders names, modifications, bid withdrawals and the presence or

absence of the requisite bid security and such other details as the

Purchaser, at its discretion, may consider appropriate will be announced at

the opening. No bid shall be rejected at bid opening, except the late bids,

which shall be returned unopened to the bidder or the bids without security. c) The Purchaser will prepare minutes of the bid opening. d) The “Financial Bid” will be opened after evaluation of “Technical bids” and

the date and time of opening of financial bid will be intimated to bidders

whose bids are responsive and who are selected by the Purchaser. Opening

of Financial bid will be intimated only online.

28 | P a g e

4.22 CLARIFICATION OF BIDS

During evaluation of bids, the Purchaser may, at its discretion, ask

the bidder for clarification of the bid. The request for clarification and the

response shall be in writing and shall be submitted then and there by

authorized person. 4.23 BID EVALUATION

Bids will be evaluated by Bid Evaluation Committee constituted by the

purchaser. The decisions of the Bid Evaluation Committee on whether the

tenders are responsive or non-responsive or requiring clarifications will be

published. The Bid Evaluation would comprise of the following steps:

a) Eligibility Evaluation

b) Technical Evaluation

c) Financial Evaluation

a) Eligibility Evaluation: The Bid will be evaluated for Eligibility Criteria

set out in Section 3 of this DNIT.

b) Technical Evaluation: For evaluation The Bid evaluation committee

would scrutinize documents submitted by the Bidder, seek

clarifications wherever required, undertake demonstration, conduct

test from labs, examine or get examined the sample provided by the

bidder and technically evaluate the item on the specifications in the

DNIT. The AYUSH department reserves the right to carry out

inspection of bidder’s premises for assessing the

capacity/capability/eligibility of the firm to make supplies and to

ensure that good manufacturing practices are being followed by

manufacturer.

The bidder will be informed of the deficiencies in the bids if any and

will be given time by the purchaser to clarify the deficiencies. Testing:

The Purchaser reserves the right to test any of the samples of the

quoted item to ensure conformity with specifications and quality. Cost

of testing will borne by before or after supply order issue to firm the

Bidder.

A bid which is non-responsive will be rejected by the Purchaser and

the financial bid of such bidders shall not be considered for opening.

29 | P a g e

c) Financial Evaluation

Financial bids submitted online will be opened of all the technically

qualified bidders. The total of all costs will be taken for evaluation and

bid ranking.

Regarding negotiations of rate, policy issued by State Govt. vide G.O.

No. 2/ 2/2010-4-IB-II dated 16.06.2014 will be applicable. 4.24 CONTACTING THE PURCHASER

a) The bidders shall not make attempts to establish unsolicited and

unauthorized contact with the Tender Inviting Authority or Tender

Scrutiny Committee or Tender accepting authority, after opening of

the bids and prior to the notification of award and any attempt by any

bidder to bring to bear any extraneous pressures on any Authority

bidder shall be sufficient reason to disqualify the bidder.

b) Notwithstanding anything contained in clause 4.20, the Tender

Inviting Authority or the Tender Accepting Authority, may seek bona

fide clarifications from bidders relating to the bids submitted by them

during the evaluation of bids, and the bidder will reply back within

seven calendar days with the documentary proof. 4.25 AWARD OF CONTRACT 4.25.1 Post Qualification

a) In the absence of pre-qualification, the Purchaser will determine to its

satisfaction whether the bidder that is selected as having submitted

the lowest evaluated responsive bid, meets the criteria specified in

Clause 4.11 and is qualified to perform the contract satisfactorily.

b) The determination will take into account the bidders financial,

technical and production capabilities. It will be based upon an

examination of the documentary evidence of the bidders qualifications

submitted by the bidder, pursuant to Clause 4.12, visit to Bidder’s

premises as well as such other information as the Purchaser deems

necessary and appropriate.

c) An affirmative determination will be a pre-requisite for award of the

contract to the bidder. A negative determination will result in rejection

of the bidders bid, in which event the Purchaser will proceed to the

next lowest evaluated bid to make a similar determination of those

bidders capabilities to perform satisfactorily.

30 | P a g e

4.26 AWARD CRITERIA Subject to Clause 4.22, the Purchaser will award the contract to the

successful bidder whose bid has been determined to be substantially

responsive and has been determined as the lowest evaluated bid, provided

further that the bidder is determined to be qualified to perform the contract

satisfactorily. 4.27 PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD a) The Purchaser reserves the right at the time of award of contract to

increase or decrease the quantity of goods and services originally specified

in the schedule of requirements without any change in unit price or other

terms and conditions. b) Purchaser reserves the right to accept any bid and to reject any or all

bids or cancel the bid.

The Purchaser reserves the right to accept or reject any bid, and to

annul the bidding process and reject all bids at any time prior to

award of contract, without thereby incurring any liability to the

affected bidder or bidders or any obligation to inform the affected

bidder or bidders of the grounds for the purchaser’s action. 4.28 NOTIFICATION OF AWARD AND LETTER OF OFFER

Prior to the expiration of the period of bid validity, the Purchaser will

notify the successful bidder in writing by registered letter or by email or fax.

This would be treated as a Letter of Offer. At the same time, the Purchaser

will send the bidder the contract form provided in the bidding documents for

signature. 4.29 ACCEPTANCE OF AWARD

Soon after the notification of award the successful Bidder shall submit

the letter of acceptance / confirmation to the AYUSH department for the

execution of contract along with Performance Security. The bidder will

submit the performance security and signed contract form within 7 days.

AYUSH department reserves the right to extend this period by another seven

days. After 7 days or the extended period the notice of award shall be

withdrawn and Bid Security shall stand forfeited.

31 | P a g e

4.30 PERFORMANCE SECURITY

Within 7 days of the receipt of notification of award from the

Purchaser or extended period as mentioned in para 4.28, the successful

bidder shall furnish the performance security in prescribed/specified form

in accordance with the conditions of contract. 4.31. SIGNING OF CONTRACT

a) Within 7 days of receipt of notification of award or extended period

mentioned in para 4.28 the successful bidder shall sign the contract

agreement. b) Failure of the successful bidder to comply with the requirement of Clause

4.28 or Clause 4.29 shall constitute sufficient grounds for the annulment of

the award and forfeiture of the bid security, in which event the Purchaser

may make the award to the next lowest evaluated bidder or call for new

bids.

End of section-4

32 | P a g e

SECTION-5: CONTRACT DOCUMENT

CONTRACT FORM for BI PARTITE AGREEMENT

(If Bidder is Manufacturer)

THIS CONTRACT is made on this________ day of _____________, 20____

between ________________________________________________________(Name

and address of purchaser) (hereinafter "the Purchaser")/acting

through __________ having office at ____________ of the one part

and________________________________________________ (Name and address of

Supplier) acting through _____________ who have been duly authorized vide

authority letter/ power of attorney dated _________ to sign this contract

on behalf of the supplier (hereinafter called "the Supplier") of the other

part:

WHEREAS the Purchaser is desirous that to the purchaser certain

Goods and ancillary services viz;. Supply of Ayurvedic Medicines and

consumables in the tender reference No. , dated ______.

(Brief Description of Goods and Services) and has accepted a bid by the

Supplier for the supply of Ayurvedic Medicines for the sum

of___________________________________________________(Contract Price in Words

and Figures) (hereinafter called "the Contract Price") vide letter of award

dated__________ along with the detail breakup of cost.

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this Contract words and expressions shall have the same

meanings as are respectively assigned to them in the Conditions of

Contract referred to in DNIT, and they shall be deemed to form and be

read and construed as part of this contract.

2. The following documents shall be deemed to form and be read and

construed as part of this Contract viz.:

a. The Notice Inviting Tender

b. The Terms and Conditions of the Contract

c. The Schedule of Requirement

d. The Technical Specification

e. Any other document listed in the supplier’s bid and replies to

queries, clarifications issued by the purchaser, such

confirmations given by the bidder which are acceptable to the

purchaser and the entire Addendum issued as forming part of

the contract or any other terms and conditions which are

mutually agreed in writing by both the parties.

f. The supplier’s bid including enclosures, annexures, etc.

g. The Letter of Acceptance issued by the purchaser.

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 provide, the goods and services as agreed

33 | P a g e

upon 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 supplied/

provided by the Supplier are as under:-

Sl.

No

Brief Description

of Ayurvedic

Medicines to be

supplied

Tender

Qty in

No.

Unit

Price

GST

in

%

Total value

inclusive of

GST

IN WITNESS where of the parties here to have caused this Agreement

to be executed in accordance with their respective laws the day and

year first above written.

Signed, Sealed and Delivered

in the presence of

.......................................... Signature

Name

Address

Signed, Sealed and Delivered by the Signed, Sealed and

Delivered by the

Said.............................. (For the Purchaser) Said..............................

(Manufacturer)

in the presence of

......................................... Signature

Name Address Witness 1.

34 | P a g e

CONTRACT FORM for TRI PARTITE AGREEMENT

(If Bidder is not Manufacturer)

THIS CONTRACT is made on this__________ day of_____________, 20____

between_____________________________________________________(Name

and address of purchaser) (hereinafter "the Purchaser")/acting

through______________ having office at ___________of the one part and

__________________________________________________________(Name and

address of Supplier) acting through ____________ who have been duly

authorized vide authority letter/ power of attorney dated_________ to sign

this contract on behalf of the supplier (hereinafter called "the

Supplier") of the Second Part :

_________________AND____________________ (Description legal entity)

having his/its office/ Registered office at___________________of

(hereinafter called "the Manufacturer”) Third Part.

WHEREAS the Purchaser is desirous that to the purchaser certain

Goods and ancillary services viz;. Supply of Ayurvedic Medicines and

consumables in the tender reference No. , dated

______. (Brief Description of Goods and Services) and has accepted a

bid by the Supplier for the supply of those Ayurvedic Medicines for

the sum of___________________________(Contract Price in Words and Figures)

(hereinafter called "the Contract Price") vide letter of award dated --------

along with the detail breakup of cost (including Basic Cost and AMC/CMC)

as per Annexure.

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this Contract words and expressions shall have the same

meanings as are respectively assigned to them in the Conditions

of Contract referred to in DNIT, and they shall be deemed to form

and be read and construed as part of this contract.

2. The following documents shall be deemed to form and be read and

construed as part of this Contract viz.:

a. The Notice Inviting Tender

b. The Terms and Conditions of the Contract

c. The Schedule of Requirement

d. The Technical Specification

e. Any other document listed in the supplier’s bid and replies to

queries, clarifications issued by the purchaser, such

confirmations given by the bidder which are acceptable to

the purchaser and the entire Addendum issued as forming

part of the contract or any other terms and conditions which

are mutually agreed in writing by both the parties.

f. The supplier’s bid including enclosures, annexures, etc.

g. The Letter of Acceptance issued by the purchaser.

35 | P a g e

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 provide, the goods and services

as agreed upon 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 supplied /

provided by the Supplier are as under:-

Sl.

No

Brief Description

of Ayurvedic

Medicines to be

supplied

Tender

Qty in

No.

Unit

Price

GST in

%

Total value

inclusive of

GST

IN WITNESS where of the parties here to have caused this Agreement to

be executed in accordance with their respective laws the day and year first

above written.

Signed, Sealed and Delivered

in the presence of

.......................................... Signature

Name

Address

Signed, Sealed and Delivered by the

Said.............................. (For the Manufacturer)

Signed, Sealed and Delivered by the Signed, Sealed and

Delivered by the

Said.............................. (For the Purchaser)

Said.............................. (Supplier)

in the presence of ......................................... Signature

Name Address Witness 1. End of section-5

36 | P a g e

SECTION-6: CONDITIONS OF CONTRACT 6.1 APPLICATION: The Conditions of Contract shall be deemed to form

and be read and construed as part of the agreement at of Section VI.

6.2 DEFINITIONS: In this contract the following terms shall be

interpreted as indicated:

a) “The Contract” means this agreement entered into between the

Purchaser and the Supplier as recorded in the Contract Form signed

by the parties, including NIT all the attachments and appendices

thereto and all documents incorporated by reference therein;

b) “The Contract Price” means the price payable to the Supplier under

the Contract for the full and proper performance of its contractual

obligations;

c) “Goods”: hereinafter are deemed to include Ayurvedic Medicines as per technical specification;

d) “Services” means services ancillary to the supply of the Goods,

such as transportation and insurance, and other incidental services,

such as installation, commissioning, provision of technical

assistance, training and other obligations of the Supplier covered

under the contract;

e) “CC” means the Conditions of Contact contained in this section.

f) “The Purchaser” means the Organization purchasing the Goods, i.e

AYUSH Department

g) “The Supplier” means the individual or firm who is eligible under NIT

for supplying the Goods under this Contract;

h) Consignee site is the place(s) mentioned in the Schedule of

Requirements and Purchase order issued from time to time.

i) Rate Contract: Rate Contract is a contract for the supply of stores at

specified rates during the period covered by the contract.

j) “Delivery period” means the period applicable up to completion of

testing and supply of the medicines by the supplier at the Consignee

site mentioned by purchaser.

37 | P a g e

6.3 TECHNICAL SPECIFICATIONS: The Goods & Services to be provided

by the supplier under this contract shall conform to the technical

specifications and quality control parameters mentioned in

“Technical Specification” Sections II of this document.

6.4 PATENT RIGHTS: The Supplier shall indemnify the Purchaser

against all third-party claims of infringement of patent, trademark or

industrial design rights arising from use of the Goods or any part

thereof in India.

6.5 PERFORMANCE SECURITY :

It would be read with Para 4.30 of Section IV

a) Within 7 days from the date of issue of Notification of Award, the

supplier shall furnish performance security to the Purchaser for an

amount of 5% of the contract value valid upto 2 years after the date

of completion of performance obligations including the warranty

obligations. The contract value means the total value of the items as

specified in Schedule for which the purchaser may place order during

the contract period.

b) The Performance Security shall be denominated in India Rupees and

shall be in the form of a Bank guarantee issued by a nationalized/

scheduled bank located in India and in the form provided in the

bidding Documents or any other form acceptable to the Purchaser.

c) The proceeds of the performance security shall be payable to the

purchaser as compensation for any loss resulting from the Supplier’s

failure to complete its obligations under the Contract. If the loss

suffered is more than the performance security then shall be

adjusted against payments due & if it cannot be adjusted then it

shall be recovered as per law. If at any stage the performance

security gets adjusted then the supplier shall have to give fresh

Performance Security to continue with this contract within seven

days or the contract shall stand cancelled and purchases shall be

made at the risk and cost of supplier for the remaining contract

period.

38 | P a g e

d) The performance security will be discharged by the Purchaser and

returned to the Supplier not later than 180 days following the date of

completion of the Supplier’s performance obligations. The AYUSH

department shall not pay any interest on Performance security.

In the event of any contract amendment, the supplier shall,

within 15 days of receipt of such amendment, furnish the

amendment to the Performance Security, rendering the same

valid for the duration of the Contract, as amended for further

extended period.

e) The firms which are registered as Small Scale Industry unit of

Haryana, shall be required to submit the Performance Bank

Guarantee (PBG), as per Haryana Govt Rules.

6.6 PACKAGING AND LABELING: a) The firm shall supply the stores with proper packing and labelling if

the drugs as per the procurement of Drugs and Cosmetics Rules,

1945 for transit, and should reach at the destination free from any

loss or damage. The stores supplied by the firm should strictly

conform to the labelling provisions laid down under the Drug &

Cosmetics Rules, 1945.

b) All labels of cartons, ampoules, vials, bottles, jars, tubes, tins, strips,

containers etc., should be emboldened/ imprinted/stamped with

CAPITAL AND BOLD LETTER, HARYANA GOVT. SUPPLY, NOT FOR

SALE’. MRP should not be printed. Such packing shall clearly

indicate the description, quantity, name and address, contact no. for

identification.

c) Loose supplies/ damaged packing/ tempered or damaged labelled

supplies shall not be accepted under any circumstances and will be

recovered from the firm.

d) Supplies to be made in proper boxes/ Cartons.

e) Liquid orals/oils to be supplied only in glass bottles/plastic bottles

conforming to IHP/ Drugs & Cosmetics Act.

f) All containers i.e. bottles/ tins, cartons, tubes etc. are required to be

secured with pilfer- proof seals to ensure genuineness of the products

packed and the correctness of the contents.

g) The tablets/ capsules should be packed in 10 tabs or capsules per

strip and 10 strips in a box except otherwise mentioned.

6.7 SUPPLY PERIOD:

a) Supply is to be made directly by the firm.

b) Maximum delivery period will be four weeks after issue of supply

order.

39 | P a g e

c) If the firm fails to execute the supply order within the stipulated

period, a penalty of 2% per week or a part of the week will be levied

the maximum penalty of supply shall not exceed 8% of the total value

of the order. The cutoff date of delivery period shall be counted from

date of actual dispatch of supply order to date of receipt of supply at

F.O.R destination. If the articles are not supplied by the schedule

date as indicated above or later till four weeks after the schedule

date, the supply order will be cancelled at the risk and expense of the

supplier. The extra expenditure involved in procuring supply from

elsewhere will be recoverable from the supplier in full. Apart from

risk purchase action, the firm shall invite other penal actions like

debarring and black listing for present and future period not less

than 2 years.

d) The firm is normally required to deliver full supplies within the

stipulated period including permissible delay period. However, in

exceptional circumstances and that too with the approval of DG

AYUSH, supply may be accepted to an extent of minimum 50% of

ordered quantity of each item. The remaining supply will have to be

given within the delay period along with penalty @ 2% per week for

the remaining supply. However, the payment will be released after

the receipt of 100% supply.

e) Inability to supply must be conveyed within 7 days of the receipt of

the supply order, otherwise it will be presumed that supply order has

been accepted.

f) The medicine should reach at F.O.R. destination within 1/6th of its

total shelf life (i.e. at least 5/6 of shelf life must be remaining on the

date of delivery). Batch number, date of manufacture and date of

expiry should also be mentioned on the body of the bill.

g) A certificate should be recorded on the invoice/bill that the rates

charged are not higher than the rates quoted by the approved source

to any other Institution in India.

6.8. LABELLING, MARKING AND PACKAGING: Labeling, marking and packaging conditions should be as per

specifications. 6.9. QUALITY TESTING:

Every batch of medicines would undergo testing before it is

distributed. On receipt of supply, the Ware House Manager would place the

supply in a separate room and mark it “Un- Tested” till it is tested in a

Govt. approved empanelled laboratory. Random sampling of drugs will

undergo testing at a Govt. approved analytical laboratory. If any supply

fails to meet the standard quality on test analysis or on inspection by the

40 | P a g e

Competent Authority, the Supplier firm shall be liable to replace the entire

consignment against the particular invoice.

The supply would remain in a separate room till it is passed by the

Govt. approved analytical laboratory. Once it is passed, the stock would be

entered into stock register/ computer and shifted to main store area for

further distribution. In case the quality test fails, the stock would be

labelled as “Frozen Stock” and kept along with testing report from supplier

till the supplier picks it back. In case, the supplier doesn’t pick it up, then

the Warehouse Manager will dispose it off as per standard procedure.

However, the department may with the prior approval of

Government exempt the testing for the drugs procured from the

Government sources mentioned in letter No. F. Diary No. 8300/Director

(SKC)/AYUSH/2008 dated 27th November, 2008 of Ministry of AYUSH,

Govt. of India.

6.10 INSPECTION AND SAMPLING AT THE CONSIGNEE’S ADDRESS: a) The supplier should be accompanied with in-house or Govt. Approved

lab test report. After the receipt of the consignment, the department will draw a sample out of reached consignment and will send it for testing at one of the Govt. /Govt. approved testing laboratories. The

cost of testing of samples will be borne by the supplier. If the sample/samples is/are found not of standard quality, consignment

shall be rejected. Where there are visible and obvious defect in the consignment, it shall be rejected. Manufacturer will provide working standards for testing of drugs with traceability certificate of the item

supplied, if required. b) Random sampling/test of drugs may be undertaken by Govt./Govt.

approved laboratories at any time during the shelf life or whenever

any defect noticed. c) All rejected stores shall in any event remain and will always be at the

risk of the firm immediately on such rejection. d) The department reserves the right for inspection of the

pharmaceuticals firms participating in the tenders, by officers

appointed by the Director General AYUSH. They can carry out inspection for accessing the capacity/capability/eligibility of the firm

to make supplies and to ensure that good manufacturing practices are being followed by manufacturer the decision of the Director General AYUSH shall be final in this regard. It is also open to the

department to send persons as may be designated by him to inspect stores and draw samples from their before dispatch of the consignment.

e) The test report from the approved laboratory will be final and no representation would ordinarily be entertained. In exceptional cases,

where the report of the duly approved laboratory is not acceptable to the firm and the firm represents giving sufficient reasons why a second test is warranted, a retesting may be undertaken.

41 | P a g e

f) Sample of that batch would be taken for testing in Govt. approved laboratory different from the previous one. The report received would

be taken as final & action will be taken accordingly. No more representation would be entertained in this regard afterwards. Cost

of retesting would be borne by the firm challenging the initial test results.

g) The samples will be sent after coding, to different laboratories for

testing as decided by the department. If the drugs as per report is found not of standard quality in the first test, the supplier will be required to replace the entire quantity of that batch declared NSQ

(not of standard quality) or the cost of it, in shape of bank draft in favour of AYUSH department and take back the available stock

(unused) in different AYUSH institutions of the state at his own cost. h) The firm will replace the full stock of the NSQ batch if it is informed

in writing (date of issue of letter for replacement) within 30 days of

receipt of their drugs/medical consumables that the drug/medical consumables has been declared NSQ, with good quality drugs/

medical consumables and take back the available NSQ stocks at their own cost. The department has the right to destroy such substandard goods, if the supplier does not take back the balance goods available

at Government AYUSH Institutions of the State. 6.11 PAYMENT:

a) Payment for the supply will be made within 4 weeks after receipt and

acceptance of the supply in good conditions.

b) No advance payments towards cost of drugs and medical

consumables etc. will be made to the supplier.

c) All payments will be made preferable by E-Banking or the A/C payee

cheques/RTGS/Bank drafts through registered post/courier/speed

post of supplier. 6.12 PENALITIES:

a) Non-performance of contract provisions, part supply and non supply

of purchase orders will disqualify a firm to participate in the tender

for a period of 2 years and his security deposit will be forfeited.

b) If any store/stores supplied against the rate contract are found to be

not of standard quality on test analysis from approved laboratory

and/ or on inspection by competent authority, the firm will be liable

to replace the entire quantity or make full payment of entire batch

irrespective of fact that part or whole of the supplied stores may have

been consumed.

c) If the firm fails to replace the batch declared to be “Not of standard

quality” or fails to make payment in lieu of that, the firm is liable to

be debarred for 3 years in respect of the one or more or all the item in

the rate contract.

42 | P a g e

d) If at any time the product is found to be not of standard quality, the

suppliers will however, make full payment of entire batch irrespective

of the fact that part of the supplied stores may have been consumed.

Where a drug supplied by a firm is found to be of “Not of standard

quality” the firm will be debarred from supplying that drug for a

period of 3 years. No further orders will be placed to the firm for that

particular drug and rate contract for that particular drug will be

cancelled.

e) If more than one item for the firm are declared as “Not of standard

quality/spurious” by a Government approved laboratory, then the

firm will be debarred to participate in tender for one or more or all

the products for a period of 3 years.

f) If Category A and Category B defect is found, then firm will be

debarred for 3 (three) years for one or more or all the products in the

rate contract. The classification of defect into – Category-A, Category-

B and Category-C defects will be as per the guidelines issued by the

Drug Controller General of India from time to time.

6.13 PRICE FALL CLAUSE:

If at any time during the execution of the contract the controlled

price becomes lower or the contract reduces the sale price or sells or offer

to sell such stores as are covered under the contract, to any person

organization including the purchaser or any department of Central

Government/State Government at a price lower than the price chargeable

under the Contract, he shall forthwith notify such reduction or sale or offer

of sale to the purchaser and the price payable under the contract for the

store supplied after the date of coming into force of such reduction or sale

or offer of sale shall stand correspondingly reduced. An undertaking to this

effect must be submitted along with tender.

6.14 TERMINATION OF CONTRACT:

6.14.1 Termination for Default

a) The Purchaser may, without prejudice to any other remedy for breach

of contract, by written notice of default sent to the supplier,

terminate the Contract in whole or part if

a. The Supplier fails to deliver any or all of the goods within the

time period(s) specified in the Contract, or within extended

period granted by the Purchaser or

43 | P a g e

b. If the Supplier fails to perform any other obligation(s) under the

Contract; or

c. If the supplier, in the judgment of the Purchaser, has engaged

in fraud and corruption, as, in competing for or in executing

the contract.

b) In the event, the Purchaser terminates the Contract in whole or in

part, the Purchaser may procure, upon such terms and in such

manner as it deems appropriate, Goods or Services similar to those

undelivered, and the Supplier shall be liable to the Purchaser for any

additional costs for such similar Goods. However, the Supplier shall

continue the performance of the Contract to the extent not

terminated.

6.14.2 Termination for Insolvency The Purchaser may at any time terminate the Contract by giving

written notice to the Supplier, if the Supplier becomes bankrupt or

otherwise insolvent

6.14.3 Termination for Convenience

The Purchaser, may by written notice sent to the Supplier, may

terminate the Contract, in whole or in part, at any time for its convenience.

The notice of termination shall specify that termination is for the

Purchaser’s convenience, the extent to which performance of work under

the Contract is terminated, and the date upon which such termination

becomes effective.

6.15. Force Majeure

a) The Supplier shall not be liable for forfeiture of its performance

security, liquidation damages or termination for default, if and to the

extent that, its delay in performance or other failure to perform its

obligations under the Contract is the result of an event of Force

Majeure.

b) For purposes of this Clause “Force Majeure” means an event beyond

the control of the Supplier and not involving the Supplier’s fault or

negligence and not foreseeable.

Such events may include, but are not limited to, acts of the

Purchaser either in its sovereign or contractual capacity, wars

or revolutions, fires, floods, epidemics, quarantine restrictions

and freight embargoes.

44 | P a g e

c) The bidder shall be entitled to the benefit of this clause only if it

informs in writing of the circumstances amounting to Force Majeure

to AYUSH Department for each consignment/dispatch separately

within 72 hours of the happening thereof by fax/e-mail immediately,

followed by a confirmatory letter sent by Registered Post. Unless

otherwise directed by the Purchaser in writing, the Supplier shall

continue to perform its obligations under the Contract as far as is

reasonably practical, and shall seek all reasonable alternative means

for performance not prevented by the force majeure event.

6.15 RESOLUTION OF DISPUTES

a) The Purchaser and the supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the

Contract.

b) If, after thirty (30) days from the commencement of such informal

negotiations, the Purchaser and the Supplier have been unable to

resolve amicably a Contract dispute, either party may require that

the dispute be referred to the Arbitrator, the Additional Chief

Secretary /Principal Secretary (Health) to the Government of

Haryana, whose decision shall be final and binding on both the

parties in accordance with the Arbitration and Conciliation Act 1996.

The venue of arbitration shall be at Panchkula.

6.17 Governing Language The contract shall be written in English language. English language

version of the Contract shall govern its interpretation. All Correspondence

and documents pertaining to the Contract which are exchanged by the

parties shall be written in the same language.

6.18 Applicable Law

The Contract shall be interpreted in accordance with the laws of the

Union of India and Govt of State.

6.19 Taxes and Duties Suppliers shall be entirely responsible for all taxes, duties, license fee, octroi,

road permits etc. incurred until delivery of the contracted Goods to the purchaser.

6.20 Non-performance of contract provisions:

45 | P a g e

Non-performance of contract provisions, will disqualify a firm to

participate in the tender for a period of 3 (three) years and its security

deposit will be forfeited and no further purchase order will be given to that

firm.

6.21 Indemnity:

The Director General AYUSH department, all employees of AYUSH

department shall remain at all times fully indemnified and the supplier

shall keep every concerned Department duly indemnified against any

chemical analysis or statutory inspections/check during the life of the

Equipment of the items supplied. It is made clear that no suit, prosecutions

or any legal proceedings shall lie against the Director General AYUSH

department or any other officer/official of the State Govt. / Corporation for

anything that is done in good faith or intended to be done in pursuance of

the tender.

6.22 Area of Jurisdiction

All disputes concerning to this tender, if any shall be subject to the

Civil jurisdiction of Municipal Limits of Panchkula (Haryana) where the

registered office of the AYUSH department is located.

6.23 Fraudulent and Corrupt practices 6.23.1For bidders & suppliers:

AYUSH department requires that the bidders, suppliers and

contractors and their authorized representatives/agents observe the

highest standard of ethics during the procurement and execution of such

contracts. In pursuance of this policy, the purchaser; defines, for the

purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly

or indirectly, of anything of value to influence improperly the actions

of another party (“another party” refers to a public official acting in

relation to the procurement process or contract execution]. In this

context, “public official” includes staff and employees of other

organizations taking or reviewing procurement decisions.

(ii) “fraudulent practice” is any act or omission, including a

misrepresentation, that knowingly or recklessly misleads, or attempts

to mislead, a party to obtain a financial or other benefit or to avoid an

46 | P a g e

obligation (a “party” refers to a public official; the terms “benefit” and

“obligation” relate to the procurement process or contract execution;

and the “act or omission” is intended to influence the procurement

process or contract execution).

(iii) “collusive practice” is an arrangement between two or more parties

designed to achieve an improper purpose, including to influence

improperly the actions of another party [“parties” refers to participants

in the procurement process (including public officials) attempting to

establish bid prices at artificial, non competitive level].

(iv) “coercive practice” is impairing or harming, or threatening to impair or

harm, directly or indirectly, any party or the property of the party to

influence improperly the actions of a party (a “party” refers to a

participant in the procurement process or contract execution).

(v) “obstructive practice” is: deliberately destroying, falsifying, altering or

concealing of evidence material to the investigation or making false

statements to investigators in order to materially impede a investigation

into allegations of a corrupt, fraudulent, coercive or collusive practice;

and/or threatening, harassing or intimidating any party to prevent it

from disclosing its knowledge of matters relevant to the investigation or

from pursuing the investigation; or acts intended to materially impede

the exercise of the purchaser’s inspection and audit rights provided for

under sub-clause (e) below AYUSH department may take following

actions in case a bidder/ supplier is found guilty of above or any other

terms and conditions which are mutually agreed in writing by both the

parties.

a) will reject a proposal for award if it determines that the bidder

considered for award has, directly or through an agent, engaged in

corrupt, fraudulent, collusive, coercive or obstructive practices in

competing for the contract in question;

b) will cancel the contract if the purchaser determines at any time that

the bidder, supplier and contractors and their sub contractors

engaged in corrupt, fraudulent, collusive, or coercive practices.

c) will sanction a firm or individual, including declaring ineligible, either

indefinitely or for a stated period of time, to be awarded a contract if

47 | P a g e

it at any time determines that the firm has, directly or through an

agent, engaged in corrupt, fraudulent, collusive, coercive or

obstructive practices in competing for, or in executing, a contract;

and

d) will have the right to inspect the accounts and records of the

bidders, supplier, and contractors and their

subcontractors/authorized representatives and to have them

audited by auditors appointed by the purchaser.

End of section-6

48 | P a g e

DIRECTORATE OF AYUSH HARYANA

(AYURVEDA, YOGA & NATUROPATHY, UNANI, SIDDHA AND HOMOEOPATHY)

AYUSH BHAWAN, NEAR YOUTH HOSTEL, SECTOR-3, PANCHKULA,

HARYANA, Pin: 134112, E-mail Address: [email protected],

Ph.: 0172-2570909, 2570919 (Fax)

SECTION-7: FORM AND FORMATS

7.1 MANUFACTURERS AUTHORISATION FORM

No___________ dated____________

To

_________________

_________________

Dear Sir,

We who are established and reputable manufacturers of______________

__________________________ having factories at and do hereby authorize

M/s.______________________________________________________ (Name and

address of Representative) to submit a bid, and subsequently negotiate

and sign the contract with you. I hereby declare:-

That this bidder is the sole authorized bidder for this Tender

That I am fully responsible for all the documents submitted by

this bidder and consumable items.

That I am fully responsible for Supply of Ayurvedic Medicines.

I certify that the Ayurvedic Medicines quoted in the tender will

be available till the rate contract ends. In case the bidder does not

abide by the rules and regulation of agreement then I am fully

responsible for that.

Yours faithfully, (Name)

for and on behalf of

M/s. (Name of manufacturers)

Note: This letter of authority should be on the letterhead of the

manufacturing concern and should be signed by a person competent and

having the power of attorney to bind the manufacturer.

49 | P a g e

7.2 MANDATE FORM 01. Firm Name__________________________________________________ 02. Postal Address of the Firm with Telephone No., Fax No. and e-Mail I.D.__________________________________________________________ 03. Name of the Managing Director / Director /Manager Mobile No. /

Phone No. E-mail I.D._____________________________________________

__________________________________________________________________

04. Name and Designation of the authorized firm official Mobile No. E-

mail ID ____________________________________________________________ 05. Name of the Bank__________________________________

Branch________________________________________________

Name & address. Branch Code No__________________________________

Branch Manager Mobile No. _______________________________________

Branch Telephone no. Branch E-mail ID____________________________ 06. 9 digit MICR code number of the bank and branch appearing on the MICR

cheque issued by the bank.__________________________________ 07. IFSC code of the Branch_________________________ 08. Type of Account (Current / Savings)_______________ 09. Account Number (as appear in cheque book)____________________

(in lieu of the bank certificate to be obtained , please attach the original

cancelled cheque issued by your bank for verification of the above particulars). I /We hereby declare that the particulars given above are correct and

complete. If the transaction is delayed or not effected at all for reasons of

incomplete or incorrect information, I would not hold Director, AYUSH

Department Haryana on behalf of Govt. of Haryana responsible. I have read the conditions of the tender/agreement entered and agree to

discharge the responsibility expected of me / from the firm as a bidder

/successful bidder.

Date: Firm Seal Signature

Place:

(Name of the person signing & designation)

(Authorized Signatory)

50 | P a g e

7.3 AFFIDAVIT: For Price Fall Clause

(An undertaking to this effect must be submitted along with tender)

I/We M/s___________ agree undertake that If at any time during the execution

of the contract the controlled price becomes lower or the supplier reduces the

sale price or sells or offer to sell such stores as are covered under the contract,

to any person organization including the purchaser or any department of

Central Government/State Government at a price lower than the price

chargeable under the Contract, he shall forthwith notify such reduction or

sale or offer of sale to the purchaser and the price payable under the contract

for the store supplied after the date of coming into force of such reduction or

sale or offer of sale shall stand correspondingly reduced.

Date:

Place:

Authorized Signatory

51 | P a g e

7.4 AFFIDAVIT: For not having been blacklisted/prosecuted.

We, M/s _____________ hereby declare that:-

Our Firm has not been debarred/blacklisted/convicted/prosecuted

by Government of Haryana or by any other State/Central Government/

organization.

Date:

Place:

Authorized Signatory

52 | P a g e

7.5 Form: PERFORMANCE SECURITY FORM

To : ______________________________(Name of Purchaser) WHEREAS

_________________________________(Name of the Supplier) herein called ‚ the

Supplier has undertaken, in pursuance of Contract No______________ dated,

_________ to supply _____________________________________(Description of

Goods and Services) hereinafter 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 recognized bank for

the sum specified therein as security for compliance with the Supplier’s

performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee

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 limit 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.

This guarantee is valid until the __________ day of__________ 20___.

Signature and Seal of Guarantors

___________________________

___________________________

___________________________

Date __________20____

Address ____________

_____________________

_____________________

53 | P a g e

DIRECTORATE OF AYUSH HARYANA

(AYURVEDA, YOGA & NATUROPATHY, UNANI, SIDDHA AND HOMOEOPATHY)

AYUSH BHAWAN, NEAR YOUTH HOSTEL, SECTOR-3, PANCHKULA,

Haryana, Pin: 134112, E-mail Address: [email protected],

Ph.: 0172-2570909, 2570919 (Fax)

7.6. Declaration of Acceptance of DNIT

Acceptance of DNIT

I (Mr/Mrs/Ms)_________________________________________authorized signatory of M/s _________________________________________ (Bidder) hereby certify

that I have read the tender document and I agree to all qualifying requirements, specifications, Eligibility Criteria, Terms & Conditions of the said DNIT.

Date: - Digital Signature

End of section-7

54 | P a g e

DIRECTORATE OF AYUSH HARYANA (AYURVEDA, YOGA & NATUROPATHY, UNANI, SIDDHA AND HOMOEOPATHY)

AYUSH BHAWAN, NEAR YOUTH HOSTEL, SECTOR-3, PANCHKULA,

HARYANA, Pin: 134112, E-mail Address: [email protected],

Ph.: 0172-2570909, 2570919 (Fax)

SECTION-8: CHECKLIST

All mentioned documents must be uploaded at the time of Bid Submission and no Document will be accepted after closing of the

Tender. However, clarification can be sought from the Bidder. The following documents have to be uploaded online.

S. No Particulars Submitted

(Yes or No)

Page

No.

1 Tender and Bid Security Fee

2 Declaration of Acceptance of DNIT

3 Self attested copy of the sales tax clearance certificate.

4 Turnover Certificate of Bidder certified by Chartered Accountant along with supporting documents.

5 Certificate from the State Drug Controller/ Licensing Authority concerned that the firm has been manufacturing and marketing the products for which firm has quoted the price.

6 Audited financial statement for last three year in support for annual turnover.

7 Certificate of non-conviction issued by State Drug Controller/ Licensing Authority.

8 Affidavit for no case pending in the court w.r.t the drugs.

9 Samples of the medicines for which firm is submitting the tender.

10 Undertaking on delay in supply, non-supply or supply of poor quality drugs.

11 Manufacturing Experience of Manufacturer certified by Competent Authority

12 Authority along with supporting documents.

13 Manufacturing License Certificate.

14 Affidavit for Price Fall Clause.

15 Affidavit for not having been blacklisted. (Both by the Bidder and Manufacturer).