single bid e-tender for empanelment of local chemist for
TRANSCRIPT
1
Sign & stamp of tenderer
HP/ESICMH/MED.STORE/2020/02
EMPLOYEES’ STATE INSURANCE CORPORATION
HOSPITAL BADDI, H.P
(Ministry of Labour & Employment, Govt. of India)
INVITES
Single Bid e-Tender for empanelment of Local Chemist for ESIC HOSPITAL BADDI, H.P
2020-2021
2
Sign & stamp of tenderer
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रर् एवं रोजगार र्ंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गांव - काठा, बद्दी, जजला - सोलि (हिर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205 An ISO 9001:2015 Certified institute
Ph: 01795-275105, E-mail: [email protected]
Single Bid E-Tender for empanelment of local chemist for ESIC Model Hospital,
Baddi , for the period of (01) years.
E -Tender in prescribed form under single bid system, are invited by the Medical Superintendent, ESIC
Model Hospital Baddi, for the day to day supply of Medicines, Drugs (Allopathic), Dressings and
Consumables for the ESIC Model Hospital, Baddi for items which are not available( NA) or not supplied
under DGESIC Rate Contract (NR)
Date of upload of Tender document 24/01/2020
Last date and time of upload of Tender
documents(duly signed)on the e – tender portal
https://eprocure.gov.in/eprocure/app
13/02/2020 upto 1:00 PM
Last Date and Time of Submission of EMD at ESIC
Model Hospital, Baddi
13/02/2020 upto 1:00 PM
Opening of the tender 14/02/2020 AT 2:00 PM
Earnest Money Deposit (in the form of Demand
Draft)
Rs. 20000/- (Twenty thousand only) in the form of
Demand draft/ banker’s cheque drawn in favour of
ESIC Fund A/C No.-1 Payable at Baddi, H.P must
be deposited in Tender Box lying in the office of
Medical Superintendent, ESICMH Baddi, H.P
Address for submission of EMD Medical Superintendent, ESIC Model Hospital,
Baddi, H.P
Performance Security Deposit (After finalization
of tender in the form of Demand Draft.)
Rs. 100000/- (One Lakh Only)
Expected value of local purchase yearly 1000000/- (Ten lakhs only)
3
Sign & stamp of tenderer
List of Annexure in the Tender Document
Annexure Description Page No.
Annexure I Financial Bid 16
Annexure II Undertaking on non – judicial stamp paper 17
Annexure III Forwarding letter by firm on Firm’s letterhead 18,19
Annexure IV Check List 20
Annexure V Mandate Form 21
The tender document can be downloaded from the website www.esic.nic.in and
https://eprocure.gov.in/eprocure/app.
Medical Superintendent
ESIC Model Hospital, Baddi.
4
Sign & stamp of tenderer
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI
श्रर् एवं रोजगार र्ंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गांव - काठा, बद्दी, जजला - सोलि (हिर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205 An ISO 9001:2015 Certified institute
Ph: 01795-275105, E-mail: [email protected]
Instruction for online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital
Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal,
prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app
REGISTERATION:-
1. Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal
(URL:https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on the CPP Portal
which is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a
password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part of the registration
process. These would be used for any communication from the CPP Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III
Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS /
nCode / eMudra etc.), with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure
that they do not lend their DSC’s to others which may lead to misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.
5
Sign & stamp of tenderer
SEARCHING FOR TENDER DOCUMENTS
1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.
2. Once the bidders have selected the tenders they are interested in, they may download the required
documents/ tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would
enable the CPP Portal to intimate the bidders through SMS / email in case there is any corrigendum issued to
the tender document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1. Bidder should take into account any corrigendum published on the tender document before submitting
their bids.
2. Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the bid
documents have to be submitted, the number of documents – including the names and content of each of the
document that need to be submitted. Any deviations from these may lead to rejection of the bid.
3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS
/ RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in
reducing size of the scanned document.
4. To avoid the time and effort required in uploading the same set of standard documents which are required
to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy,
annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other
Important Documents’’ area available to them to upload such documents. These documents may be directly
submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This
will lead to a reduction in the time required for bid submission process
SUBMISSION OF BIDS
1. Bidder should log into the site well in advance for bid submission so that they can
6
Sign & stamp of tenderer
upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to
other issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter
details of the instrument / scan copy.
4. Bidder should prepare the EMD as per the instructions specified in the tender document. The details of the
DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and
the data entered during bid submission time. Otherwise the uploaded bid will be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the
tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to
download the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial
quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have
been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is
found to be modified by the bidder, the bid will be rejected.
6. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for
referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow
this time during bid submission.
7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid
opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology.
Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to
symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric
encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable
only after the tender opening by the authorized bid openers.
8. The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
9. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal),
the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the
date & time of submission of the bid with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.
7
Sign & stamp of tenderer
ASSISTANCE TO BIDDERS :-
1. Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be
directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315. Foreign bidder
can get help at +91-79-40007451 to 460.
8
Sign & stamp of tenderer
कर्मचारी राज्य बीर्ा निगर् आदर्म अस्पताल, बद्दी
EMPLOYEES` STATE INSURANCE CORPORATION MODEL HOSPITAL, BADDI श्रर् एवं रोजगार र्ंत्रालय, भारत सरकार / Ministry of Labour & Employment, Govt. of India
गांव - काठा, बद्दी, जजला - सोलि (हिर्ाचल प्रदेर्)/ Village - Katha, Baddi, Dist - Solan (H.P) 173205 An ISO 9001:2015 Certified institute
Ph: 01795-275105, E-mail: [email protected]
TENDER FORM
1 Name of the firm
2 a) Full Postal Address(including the address of the
branches of the shop)
b) Telephone No /Cell Phone No
3 Date of Establishment of Firm
4 Are you in the list of approved chemist of any other
organizations/institutions, if any give details
5 If your firm is registered under
a) The Indian Factories Act/ Shops and Establishment Act
b) ESI Act
6 Total number of Employees
7 a) Name and Address of your Banker in which the
Account stands
b) Account No.
c) IFSC code/RTGS code
d) MICR code
8 GST No.
9 Valid drug license No. for retail chemist as per drugs and
cosmetics rule (20,20B,21,21B) of Himachal Pradesh
10 Any other information which you consider necessary to
furnish
11 PAN/TAN No.
12 Distance of Shop/ Service centre from ESIC Model Hospital,
Baddi
13 Documentary proof of last 03 years turnover certificate issued
by chartered accountant (2016-17,2017-18,2018-19).
14 Whether the firm has been Debarred/Blacklisted by any Govt
or other organization
9
Sign & stamp of tenderer
TERMS AND CONDITIONS FOR LOCAL CHEMIST:
Eligibility Criteria:
1) The bidder must be in the Local trade of drugs having a minimum experience of 3 years.
2) Valid Drug License for Himachal Pradesh State as per drugs and cosmetics rule (20,20B,21,21B)
3) Valid GST Number
4) Turn over certificate as per issued by Chartered Accountant with signature and stamp for last three
consecutive year (AY 2016-2017,2017-2018, 2018-2019). The firm must have annual turnover of Rs.10 Lacs
during each of the last three consecutive financial year (AY 2016-1017,2017-2018,2018-2019).
5) There should no case pending under the Drugs & Cosmetics Act & Rule there under as well as under Drug
price control order against the tender during last three years’ self declaration must be furnished in this regard.
6) The supplier must have shop/service centre in Baddi/Barotiwala/Nalagarh (BBN) or Chandigarh Tri
city Jurisdictional Area. The name, address, Phone No., fax no. etc. of the branch/shop/service centre (as
the case may be) must be submitted.
7) The firm should not have been De-barred/ Black-listed by any Govt. or other organization.
8) Proper infrastructure to store and dispatch medicines timely & regularly on daily basis.
9) Relatives of any ESIC employees will not be eligible to participate in the tender, if he/she intends to
participate, prior intimation to be made.
10) Separate List of all available Generic and Branded medicine must be enclosed with tender.
Copy of requisite documents (Duly attested in case of photocopy) in support of above mentioned eligibility
condition to be enclosed with the tender.
Terms & Conditions
1. Tender is in the form of Single bid system. ONLY ONLINE TENDER WILL BE TAKEN INTO
CONSIDERATION.
2. This tender form is Non-Transferable.
3. Late Tenders: Late tenders due to whatsoever reason shall not be accepted.
10
Sign & stamp of tenderer
4. Tenders with price variation clause or conditional tenders will not be accepted.
5. VALIDITY OF CONTRACT
The contract will be valid for a period of 01 Years from the date of issue of acceptance of tender, unless
the contract is terminated before that, by Medical Superintendent at his/her discretion. However, this
contract may be extended for further period of 1 year if consent and subject to satisfactory
performance of Vendor.
6. PREPARATION AND DELIVERY OF TENDER
a) Tenderers are requested that before quoting their rates or sending tender, the tender document may please be
read out thoroughly (line by line), otherwise purchaser will not be held responsible for any error/oversight of his
own.
b) A person signing the tender form or any documents forming part of the contract on behalf of another shall be
deemed to construe that he has authority to sign and if on enquiry it appears that the person so signing has no
authority to do so, the Medical Superintendent (purchaser), without prejudice to other civil and criminal remedies,
will cancel the contract, forfeit the Performance Security and hold the signatory responsible for all costs and
damages.
c) EMD (Earnest Money Deposit) The tenderer shall have to deposit Rs. 20000.00 (Rs. Twenty thousand only) in
the form of demand-draft(s) separately, drawn in favour of ESIC fund A/c No - 1 payable at Baddi, as earnest
money in the Tender Box lying in the office of The Medical Superintendent, ESIC Model Hospital,
Baddi, H.P. CHEQUES WILL NOT BE ACCEPTED. In the event of the withdrawal/revocation of tenders before
the date specified for acceptance, the earnest money shall stand forfeited. Tender without EMD will be rejected.
EMD of unsuccessful tenderers will be refunded only after finalization of tender. If successful bidder does not
submit performance security within the stipulated time, EMD will stand forfeited. Demand Draft of EMD
sent by hand delivery/registered post, should be delivered at this office not later than
the due date and time stipulated in the schedule of tender. After due date no EMD will
be accepted.
d)Individual signing this tender document & subsequent contract must specify whether he/she is signing the
Tender/ Contract as:
i) A sole proprietor of the firm. Or
ii) A partner of the firm if it be a partnership firm. Or
iii) Constituted attorney of the firm, if it is a company.
iv) A copy of the partnership agreement or General Power of Attorney attested by a Notary Public
should be furnished if applicable.
e) ) DELIVERY OF TENDER: The tenderers/bidders have to upload the scanned copies of each page of
tender duly signed including the required certificates, documents etc. on the e-tender portal
https://esictenders.eproc.in latest by date and time mentioned in schedule of tender process. Only online
tenders/bids will be accepted, no need to submit hard copy of tender document.
7. ACCEPTANCE OF TENDER
11
Sign & stamp of tenderer
a) Criteria for awarding Contract will be fulfilment of technical conditions, maximum discount offered by the
local chemist on MRP (Inclusive of all taxes) i.e. maximum retail price of Generic & Branded medicines
which is printed on the packing/flaps/bottles (To be quoted in the Annexure-I FINANCIAL BID, enclosed
with tender) and inspection of premises from where medicines will be supplied. The Chemist will be paid on
M.R.P minus discounts and no other tax will be paid separately, which has to be borne by the Chemist.
b) Rate quoted (in figures and in words) should be FOR ESIC Model Hospital, Baddi (HP) and no other
charges will be paid.
c) Equal weightage will be given to the discount on branded items and generic items for comparison of rates during evaluation of bid.
d) The Medical Superintendent of the hospital reserve the right to enter into parallel contract simultaneously or at
any time during the period of this contract, with one or more chemists for one and the same medicine or for
different medicines.
e) All the powers of acceptance or rejection of tender lies with the Medical Superintendent.
f) Separate discounts should be quoted for generic and branded drugs. Minimum discounts offered on
Branded Medicines should be 12% on M.R.P and Minimum discounts offered on Generic Medicines
should be 52% on M.R.P. and, Minimum Discounts on Anticancer Medicine should be 15% on M.R.P.
8.REJECTION OF TENDER: If
A) A firm submits conditional tender
B)If desired discounts are not quoted in financial bid separately for Branded, Generic, Anticancer, Surgical
Consumable and Surgical Sutures items.
C)All the documents uploaded/ submitted are not complete.
D)Providing incorrect/ false information.
E)If the scanned copies of each of tender/ mandatory documents are not clear or the file becomes corrupt due to
any reason, it will tantamount to non-submission and the bidder will not hold ESIC Model Hospital ,Baddi
responsible.
9.INSPECTION OF PREMISES
The Tenderer shall, wherever, call upon to do so give full information with reference to the services in hand and
shall also permit the Medical Superintendent or any other officer nominated by him to inspect the premises of the
tenderer any time during the currency of the contract and shall give full assistance and information as may be
required by him in connection with the contract.
10.ACCEPTANCE OF CONTRACT
On finalization of the tender the local chemist will be communicated by a letter of offer. In case Local Chemist is
willing to accept the offer he may submit the letter of acceptance and enter into the agreement with ESIC as per
terms and conditions of the contract within 10 days. Successful local chemist will have to sign an agreement and
undertaking (as per Annexure-II) about acceptance of the terms and conditions of the tender on a Non- Judicial
stamp paper of Rs.100/-. The selected tenderer, in any circumstances, cannot appoint sub-contractor for the
12
Sign & stamp of tenderer
supplies. Subletting will lead to cancellation of contract and security deposit will be forfeited. Successful local
chemist will have to fill the details for mandate form as per annexure IV.
11.SECURITY DEPOSIT
a) The selected tenderer will be required to deposit Rs. 1,00,000/-(One lac Only) as a Security Deposit through
a D.D in favour of ESIC Fund A/C NO 1 payable at Baddi, H.P or Bank Guarantee from any
Nationalized Bank. The Performance Security Deposit should remain valid upto a period of minimum 60
(sixty) days beyond completion of all contractual obligations of the contractor.
b) Security Deposit will only be discharged after satisfactory performance in all respect of the contract.
c) No interest will be paid on the Security Deposit.
d) Security Deposit will be forfeited in cases of Unsatisfactory Performance Report.
e) Security deposit should be taken back by tenderer within 2 months from date of completion of tender.
12.COLLECTION OF PRESCRIPTION FOR SUPPLY
a) Indents should be collected by the chemist or his representative from the medical store on working days
between 3.00 pm to 3.30 pm except on Saturday between 12.00 noon to 12.30 pm.
b) The Store in Charge of hospital will issue supply orders to panel chemist in triplicate. The panel chemist after
filling the required columns in supply order will return one copy along with medicines and second copy along
with the invoice.
13.DELIVERY OF SUPPLY
The delivery of supplies will be made on next day by 12.00 Noon. But if the delay shall have arisen from
any cause, such as strikes, lockouts, fire, accident, riots etc., which the Medical Superintendent, ESIC
Hospital, Baddi may admit it as reasonable ground for giving further time. The Medical Superintendent may
allow such additional time required by circumstances of the case.
14.SUPPLY OF MEDICINES
a) The supplier will maintain sufficient stock of standard quality of medicines all the time to avoid
inconvenience to the ESI beneficiaries.
b) The supplier shall indicate batch number and name of manufacturer, date of manufacture, expiry date, in
indents at the time of supplying the drugs.
c) The medicines/drugs to be supplied will be of standard quality. In case, it is found that any particular
medicine's date has expired, or is substandard or spurious, the firm will be liable to be black listed for a
period of 5 years from future participation in any ESIC tender.
d) The item will not be considered branded if other companies are providing the same drug in generic form or
cheaper rates.
e) Items like Bandage, Gauge, Cotton, Disposable syringes and routine surgical & lab consumables will be
treated as GENERIC and discounts will be applied accordingly.
13
Sign & stamp of tenderer
f) Under no circumstances the indented medicine would have to be substituted in case the Indent is of brand item
otherwise the supply shall be treated as Generic Item.
g) Branded drugs: are the drugs which are listed in leading pharmaceutical index books (like DRUG UPDATE,
CIMS, DRUG TODAY etc) or magazines. Otherwise, those drugs should be treated as GENERIC DRUGS.
***Anti-Cancer Drugs: These drugs should be either USP, BP or IP
h) Generic drugs will be given preference. Even though prescription may be of branded medicine but chemist
is supposed to provide generic medicine as a first preference unless specifically asked for. In case generic
drugs are not available on the day of supply and the vendor supplies Branded drugs instead, a certificate to
that effect is to be submitted along with the supply and the supplier will supply Branded medicine of
minimum price available in the market. Tenderer must attach list of Available Generic and branded medicine
along with tender
i) In case of failure or refusal by the supplier to supply the medicines to the hospital, the contract is liable to be
cancelled at supplier's risk and cost. Any extra cost involved in arranging supplies from alternative source
will be recovered from the original supplier.
j) The chemist will be paid on M.R.P less discount (GST on packing and the delivery charges will be borne by
the chemist) and no packing and delivery charges will be given.
k) Tampering on the printed M.R.P. of the manufacturer by the local chemist by use of stickers or by any other
means will not be accepted.
l) Life period: The life of goods supplied should not have passed more than half life from the date of
manufacture, at the time of supply.
m) Inspection of Medicines:
i) All Medicines are to be inspected by Inspecting Officer nominated by Medical Superintendent.
j) In emergency and exceptional situations drugs and dressings supplied outside office hours will be
received by the officials of Casualty department but the tenderer will ensure that the challan is re-verified
in the medical store department on the immediate next working day.
k) Rejected supply: Rejected supply will be returned by hospital store to the supplier at their cost and risk
within 7 days.
n) Right of Acceptance: The Medical Superintendent (purchaser) shall not accept the supply of damaged/ near
expiry or expired items.
15.PENALTY CLAUSE:
a) Recovery of sum due: Whenever any claim for the recovery arises against local chemist such recovery will
be appropriated in part or whole from the subsequent bill payment or Security Deposit.
b) Risk Purchase (Items not available with chemist): In case of failure to supply all items as per
requisition/purchase order/specification/prescribed brand of item or failure to turn up to collect the orders from the hospital, it shall be treated as ‘non-compliance’ and ‘breach of contract’ and the order in part or full shall be arranged from alternative source(s) at the discretion of the hospital authority (Medical
14
Sign & stamp of tenderer
Superintendent) and the difference in prices will be realized from the tenderer with whom contract is made by way of any of his subsequent/pending bills or security deposit.
i) For first breach of such contract a penalty of Rs-5000/- will be imposed apart from recovery of total
amount incurred in supplying the same items from alternative source.
ii) For second repeated default a penalty of 10000/- will be imposed apart from recovery of total amount
incurred in supplying the same items from alternative source.
iii) For third such default the agency shall be black listed for 5 years for future participation in any ESIC
tender.
c) Late Supply Penalty: In case the Empanelled Chemist fails to supply the ordered items in time and the
Hospital/ Patient is forced to purchase the same from Local market, the difference in cost of such purchased
item shall have to be borne by the Empanelled Chemist. Such difference of amount shall be deducted from
any current or future bill of the Empanelled chemist.
16. MEDICINES REQUIRED IN EMERGENCY
a) Medicines needed on an Emergency/Urgent basis shall be supplied within 2 hours of the request for the
same. On no account should there be a delay or refusal by the panel chemist to supply the drugs ordered. If
he fails, the hospital may procure the items as required from the market and the cost difference involved
shall be recovered/adjusted from the supplier.
b) On Sunday/Holidays and beyond normal working hours, emergency orders may be placed by the casualty
Medical officer under his signature and seal.
c) Casualty department will ensure that the challan is re-verified in the medical store department on the
immediate next working day.
17. AVAILABILITY OF TENDERER
The tenderer or his representative should be available / approachable for 24 hrs over phone for supply of
drugs and dressings. In case of any emergency requirement, if the order is placed for any item any time, the
requisite item will have to be supplied immediately. The contact telephone number and mobile number must
be provided to the hospital authority for such purpose.
18. QUALITY OF MEDICINES
The medicines/drugs to be supplied will be of standard quality. In case, it is found that any particular
medicine has expired, or is substandard or spurious, the local chemist will be liable to be black-listed for a
period of 5 years for future participation in any ESI tender. Besides this other legal actions as deemed fit will
be taken.
19. PRESENTATION OF BILLS: The contractor shall present his bill for each fortnight's supply within 10
days of the closing of each respective fortnight. Bank account details once submitted will not be changed throughout the tender tenure.
I The bill shall be printed and serially numbered Invoices /Credit bill with name & address of chemist, valid
Drug license no.: GST NO. Printed thereon.
II The bill shall show the summary of the total amount for each day for the net amount claimed supported by
the acknowledged first copy of the indent with all the column duly filled.
15
Sign & stamp of tenderer
III The purchaser reserves the right also to demand in any case, the original copies of the suppliers' invoices
for the verification of the net trade price claimed by the contractor.
IV Care should be taken to submit the challans and bills duly completed and without any errors to prevent
rejection/cancellation/delay in their processing of bills. Overwritten or white inked bills will be rejected.
V Payment: The chemist shall claim payments once a month. Payments of bills prescribed in complete
form and in time will be arranged in 3-4 weeks from the date of presentation. However, no claim shall be
made by the contractor against ESIC corporation in respect of interest or damage in case the payment is
delayed for any reason beyond the control of ESIC corporation.
VI The bills without signs of Inspecting officer, Pharmacist and chemist will not be considered.
20. TERMINATION OF CONTRACT
In case of the unsatisfactory performance of the Empanelled Chemist, the Medical Superintendent has right to
terminate the contract by giving one-month notice. In such case the Performance Security will be forfeited.
21. ARBITRATION CLAUSE
In case of any dispute (between panel chemist and hospital authority), the Medical Superintendent will nominate an
officer to act as an Arbitrator. Decision of the Arbitrator shall be final and binding on both the parties. The contract
shall be under Baddi Jurisdiction only. All legal matters will be settled under the jurisdiction of Baddi (Dist- Solan).
22. License
Bidders should have valid retail license issued by Drug Controller Authority of the Himachal Pradesh state for
running the chemist shop for various categories of allopathic drugs as applicable under the provisions of Drug &
Cosmetic rule (20,20B,21,21B) as on the date of bid opening above, for various categories. The successful bidder
will further ensure that their licenses remain valid till the end of contract period.
22.FORCE MAJEURE: If at any time, during the applicability of Terms and conditions of Tender the bidder
fails to discharge its obligation due to force Majeure (natural disaster or act of God etc.) he will promptly notify to
MS, ESIC MODEL HOSPITAL ,Baddi or its representative about the happening of such an event. The MS ESIC
MODEL HOSPITAL, Baddi or its representative is solely entitled to terminate the order/contract in respect of such
performance of bidder(s) obligations, if he so desires. The obligations under the contract on the behalf of bidder for
the contract shall be resumed , as soon as practicable, after the event has come to an end or ceased to exit.
Note: Apart from all above terms and conditions, Medical Superintendent or his representative reserve the right to
purchase any category (for which tender is being invited) of items from third party through tender besides the
selected bidders.
IMPORTANT NOTE: In case of last date of tender submission/opening is declared as government holiday, the
tenders will be accepted and opened on next working day on the same time & venue.
16
Sign & stamp of tenderer
ANNEXURE I
FINANCIAL BID
QUOTATION FOR PANEL CHEMIST FOR PERIOD: 2020-21
S. No Item % Discount
offered on
MRP (in
figures)
% Discount offered on MRP (in
words)
1 Branded drugs -(A)
2 Generic drugs -(B)
3 Anti Cancer Drugs -(C)
4 Surgical Consumables (Bandage, gauze,
cotton, Disposable syringes& routine
surgical and lab chemicals)-(D)
5 Surgical Sutures –(E)
1. The rate should be quoted in figures as well as in words and covered with transparent tape. No cutting or
overlapping is acceptable.
2. Formula for Calculation= A + B+C+D+E = Party with Maximum Score will be awarded the tender.
Note – Minimum discount for Branded Drugs should be 12 %, Generic medicine 52 %, Anti-
Cancer Drugs 15%, Surgical Consumables (Bandage, gauze, cotton, Disposable syringes& routine
surgical and lab chemicals) 52%, and Surgical Sutures 45%.
17
Sign & stamp of tenderer
ANNEXURE-II
UNDERTAKING
(ON NON JUDICIAL STAMP PAPER OF RS. 100 /-)
a) I, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and
undertake to comply with them.
b) The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the
rates quoted are the lowest quoted for any other institutional hospital in India.
c) I/We give the rights to Medical Superintendent to forfeit the Security money deposited by me/us if any delay
occurs on my part or failed to supply the article within the appointed time or the items of desired quality.
d) There is no vigilance/CBI case or court case pending against the firm and not declared invalid by any government
department.
e) I hereby undertake to supply the items as per directions given in the tender document/supply order within
stipulated period.
f) We hereby undertake that rates offered by us, will be within the price ceiling fixed by National Pharmaceuticals
Pricing Authority (NPPA), Ministry of Chemical & Fertilizers. We further undertake that in case there is any
down-ward revision by the NPPA, same will be passed on to the ESI Corporation from the effective date during
the currency of the contract and in case of failure to do so we are liable to be debarred from future ESIC Tender
Inquiry for a further period of two years along with recovery of excess payment made due to reduced rate.
g) There is no case pending under the Drugs and Cosmetics Act/DPCO against the firm during the last three years.
h) I/ We are not related to any ESIC officials/employees.
i) Medicines supplied shall be of the best quality and in accordance with the specifications.
I) My/our firm has not been black listed by any private/Govt. organization.
Date:
Place:
Signature of the Tenderer:
Full Name:
Designation:
(Office Seal of the Tenderer)
18
Sign & stamp of tenderer
ANNEXURE III
TENDER NO:
Forwarding letter of the firm (On Firm’s Letter Head)
From (Name and address of the Firm)
To,
The Medical Superintendent,
ESIC Model Hospital, Baddi,
H.P-173205.
Dear Sir,
I am/We are authorized signatories of M/s.
I/We hereby undertake as follows:
1. I/We hereby offer to supply Medicines/Drugs (Allopathic), dressings and Consumables to ESIC
Model Hospital, Baddi as indicated in Tender Documents.
2. I/We have understood the instructions to the tender and conditions of contract in schedule to the
tender form and accept them.
3. I/We am/are fully aware of the nature of stores required and my/our offer pledge to supply stores
strictly in accordance with the requirements.
4. I/We agree to arrange supplies in accordance with the nomenclature, specifications and packages
given in the schedule of tenders.
5. I/We agree to arrange the supplies of life saving medicines/dressings/consumables as stipulated in
the schedule of tender.
6. I/We agree to supply of aforesaid and will comply with the provisions of Drugs and Cosmetic
Act,1940 and rules made hereunder.
7. I/We agree to abide by Terms and Conditions of tender and the schedule of the tender and
specifically to the arbitration clause of the contract.
8. I/We undertake and agree that under any circumstances if my/our license for executing business
is cancelled/ suspended by any authority of State Government, my contract with ESI Corporation
will be terminated automatically and my security will be forfeited.
9. I/We upload scanned copies of:
19
Sign & stamp of tenderer
9.1 Requisite EMD ( Original DD must be submitted as per schedule of Tender) and complete
tender document duly signed with stamped on each page.
9.2 Self attested copy of valid drug license for retail chemist as per Drug and Cosmetics Act.
9.3 No Conviction Certificate in original/photocopy attested by Gazetted officer/Public notary
issued from State Drug Controller that there is no case pending under the Drug and Cosmetic
Act and rules there under as well as under Drug Price Control Order(DCPO) against the firm
during the last 03 years.
9.4 Copy of GST Registration Certificate.
9.5 Name and address of bankers along with other documents for E.C.S purpose as per mandate
form.
9.6 Audit annual turnover report (complete) duly certified by Chartered Accountant along with
profit and loss account and Balance sheet of the firm for the last three consecutive financial
year i.e 2016-17,2017-18,2018-19( The firm must have annual turnover of Rs 10 Lac during
each of the last three consecutive financial year i.e 2016-17,2017-18,2018-19.
9.7 Undertaking as per Annexure II
9.8 I/We undertake to replace the Items supplied by me which are near expiry.
9.9 My/Our active e-mail ID is …………………………………………………………………………
SIGNATURE OF TENDERER WITH SEAL:
ADDRESS:
20
Sign & stamp of tenderer
ANNEXURE IV
(Check list)
1 EMD Rs.----------------------, DD No.--------------------, Dt.---------------------
2 Scanned copy of Tender document signed on all pages with stamp
3 Scanned copy of valid drug license
4 Scanned copy of latest GST registration certificate
5 Scanned copy of ITR with Audited account statement with profit and loss account balance sheet of Rs. 10 lacs or more
for the last three assessment years (2016-17, 2017-18, 2018-19), duly certified by Chartered Accountant.
6 Scanned copy of Income Tax PAN/TAN Card
7 Scanned copy of Undertaking (Annex. – II)
8 Name & address of their bankers & bank A/c no. for ECS/RTGS purpose has been enclosed
9 Scanned copy of 'No Conviction Certificate' from State Drug Controller that there is no case pending under the drugs
and cosmetic Act and Rules there under as well as under Drug Price Control-2- Order (DPCO) against the firm during the
last 3 years. 'No conviction certificate' must be issued after the 31.12.2019.
10 Scanned copy of forwarding letter of the Firm (On Firm’s Letter Head)
10 Separate list of all Generic and Branded medicine available .
21
Sign & stamp of tenderer
ANNEXURE V
MANDATE FORM
BENEFICIARY’S OPTION TO RECEIVE PAYMENT THROUGH e-PAYMENT
1. BENEFICIARY NAME:
2. BENEFICIARY ADDRESS:
3. BENEFICIARY ACCOUNT NO:
4. ACCOUNT TYPE (S.B. ACCOUNT/CURRENT ACCOUNT FOR CASH CREDIT)
5. MICR CODE:
6. BANK NAME:
7. BANK ADDRESS:
TELEPHONE NO.
8. IFSC (INDIAN FIANANCIAL SERVICE CODE)
9. PHOTOCOPY OF CANCELLED CHEQUE TO CONFIRM CORRECTNESS OF IFSC CODE AND ACCOUNT NO.
I, HEREBY, DECLARE THAT THE PARTICULARS GIVEN ABOVE ARE CORRECT AND COMPLETE. IF THE TRANSACTION IS DELAYED
OR NOT EFFECTED AT ALL FOR REASON OF INCOMPLETE OR INCORRECT INFORMATION GIVEN BY ME AS ABOVE, I WOULD NOT
HOLD THE USER INSTITUTION RESPONSIBLE. DATED ___________
(____________________________________)
SIGNATURE OF THE BENEFICIARY/CUSTOMER