Upload
others
View
11
Download
0
Embed Size (px)
Citation preview
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).