For Supply of Photocopier A4 Papers & Registers on Rate Contract basis to AIIMS, Bhubaneswar

Similar documents
Tender. For. Human Skeleton

Tender. For. Scrub Stations

Tender. for. Indian Institute of Technology Jodhpur

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

NOTICE INVITING TENDER

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

Notice inviting e-bids for Printing and Supply of IEC Material

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

UV-Visible Spectrophotometer

Notice Inviting Tender For Two Year Rate Contract for Consumable Item for Radiodiagnosis Department At All India Institute of Medical Sciences, Raipur

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

PEC University of Technology, Chandigarh

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Tender. for. Indian Institute of Technology Jodhpur

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

NORTHERN INDIA INSTITUTE OF FASHION TECHNOLOGY, MOHALI TENDER FORM INSTRUCTIONS TO TENDERERS

Rate Contract For Supply of Printing items

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Slotted Angle Rack At All India Institute of Medical Sciences, Raipur

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

GOVT. OF NCT OF DELHI

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS


HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

PUNJAB TECHNICAL UNIVERSITY,

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Standard Bid Document

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

BHARAT HEAVY ELECTRICALS LIMITED,

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

The tender document may be download from the website,www,cdac.in/

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

SUPPLY OF MEDICINAL GASES FOR THE YEAR

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Tender no: SPMU/NRC/CLOTH ENVELOPE FOLDER/283/2016/6 Dated June 9, 2016 TENDER FOR SELECTION OF AGENCY FOR SUPPLY OF CLOTH ENVELOPE DOCUMENT

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

NOTICE INVITING TENDER

REQUEST FOR PROPOSAL For Food Plaza for Leasing

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

dezpkjh jkt; chek fuxe Employees' State Insurance Corporation

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

Supply and Installation of A3 Size Scanner

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

NOTICE FOR EMPANELMENT OF SUPPLIERS FOR PURCHASE OF GENERAL STATIONERY ITEMS AT NBSC, LUCKNOW

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

STATE BANK OF TRAVANCORE (Associate of the State Bank of India) Head Office : Thiruvananthapuram Stationery Department

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

PUNJAB & SIND BANK HO Printing and Stationery Department C-7 Block, New Sabzi Mandi,Azadpur, Delhi

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Tender notice Printing of Wall Calendars for the year 2015

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

Telephone Nos. (0761) , Fax No. (0761)

BHAGWAN MAHAVIR HOSPITAL H-4/5, GURU HARKISHAN MARG, PITAMPURA DELHI Phone: Fax:

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

ESI CORPORATION MODEL HOSPITAL

At All India Institute of Medical Sciences, Raipur

TENDER FOR GRADING / MARKING OF RED SANDERS CLOSING AT 15:00 HRS. IST ON

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

Transcription:

Notice Inviting Tender For Supply of Photocopier A4 Papers & Registers on Rate Contract basis to AIIMS, Bhubaneswar No DME Stage Start Date & Time 1. NIT No. J- 11012(004)/2015/S&P 2. NIT Issue Date 19-06-2018 Name & Signature of the Bidder. Page 1 of 20

3. Last Date of Submission 18-07-2018, 12.00 P.M 4. Tender opening date (Technical bid) 18-07-2018, 3.00 P.M All India Institute of Medical Sciences, Bhubaneswar www.aiimsbhubaneswar.edu.in Name & Signature of the Bidder. Page 2 of 20

Chapter- I (Instruction to bidders) Notice Inviting Tender All India Institute of Medical Sciences, Bhubaneswar www.aiimsbhubaneswar.edu.in Director, AIIMS, Bhubaneswar invites sealed bids from Manufacturers, their authorised distributors for supply of A/4 Photocopier Papers & Registers on Rate Contract Basis. All India Institute of Medical Sciences (AIIMS), Bhubaneswar, Odisha, an Apex Healthcare Institute, established by an Act of Parliament under aegis of Ministry of Health & Family Welfare, Government of India, invites sealed tenders in two-bid system for supply of the following items at the Institute. Intending Tenderers are requested to quote their best offer along with the complete details of specifications, Terms & Conditions for supply of items as detailed below on Rate Contract basis, for a period of one year from the date of commencement of award. If the performance is found satisfactory, the contract would be extendable further for a period of one year, as may be agreed mutually by both the parties. S.No. Item Description EMD Amount 1. Supply of A4 Photocopier Papers & Registers on Rate Contract Basis Rs. 1,00,000/- (Rupees one lakhonly) Tender(s) should be sealed and Superscribed with Tender Number and Address to: Sr. Procurement-cum Stores Officer All India Institute of Medical Sciences, Patrapada, Sijua Bhubaneswar- 751019 The sealed Tender(s) should reach the Institute, latest by dt. 18-07-2018 at 1200 hrs and the Technical Bids will be opened on the same day at 03:00 PM in the Academic Building, AIIMS, Bhubaneswar of the Institute. The bidder(s) or their authorized representative(s) may remain present at the scheduled date and time. In case the appointed date is declared Holiday the next date of opening of the Office shall be applicable for Opening of Tender. Any bid received by the purchaser after the deadline for submission of bids prescribed by the purchaser will be rejected. Such tenders shall be marked as late and not considered for further evaluation. They shall not be opened at all and be returned to the bidders in their original envelope without opening. The tender is in two- bid system i.e. Technical Bid & Financial Bid. The Technical Bid will be opened on the designated date by the Purchase Committee. The Name of the technically qualified bidders shall be hoisted in the website of AIIMS, Bhubaneswar. Any amendment / corrigendum in the bidding document and extension of submission of tender shall be hoisted in the official website of AIIMS, Bhubaneswar i.e. www.aiimsbhubaneswar.edu.in. No paper publication shall, however, be made for this. Name & Signature of the Bidder. Page 3 of 20

Schedule of Tender Issue Date : 19-06-2018-2018 Last date and time of receipt of tender : 18-07-2018-2018, at 12:00 PM Amount of Earnest Money Deposit (EMD) : Rs.1,00,000/- (Rupees One Lakh Only) Date & time of opening of tender : 18-07-2018, at 03:00 PM Venue : All India Institute of Medical Sciences Bhubaneswar - 751019 Terms & Conditions: Chapter-II- Conditions of Contract General Terms and Conditions 1. Tender Fee: The Tender fee being Rs.2,000/- (Rupees two thousand only) (non-refundable) should be deposited in shape of Bank Draft of any Nationalized Bank drawn in favour of AIIMS, Bhubaneswar if collected from AIIMS, Bhubaneswar. No cost of tender document shall be charged for the tender document if downloaded by the bidders from the website of AIIMS, Bhubaneswar. 2. Period of Rate Contract : Initially for a period of one year and extendable to another one year on mutually agreed terms and conditions. 3. Earnest Money Deposit: The bidder shall be required to submit the Earnest Money Deposit (EMD) for an amount of Rs.1,00,000/- (Rupees one lakh only) in shape of FDR/BG only (TENDERS NOT ACCOMPANIED WITH EMD/BID SECURITY ALONGWITH THE TECHNICAL BID SHALL BE SUMMARILY REJECTED). The EMD of the successful bidder shall be returned after the successful completion of contract/ order and it would be returned after award of the contract in respect of unsuccessful bidders. No claim shall lie against the Government/AIIMS, Bhubaneswar in respect of erosion in the value or interest on the amount of Earnest Money Deposit /Security deposit. (i) The firms who are registered with National Small Industries Corporation (NSIC) / OR Small Scale Industries (SSI) Units having NSIC Registration are exempted to submit the EMD (Copy of valid Registration Certificate must be provided along with). (ii) The original documents of the bidders qualified in the Technical Bid shall be subject to verification at the appointed date & time. 4. Rate: Rates should be quoted in Indian Rupees (INR) on F.O.R Basis at AIIMS, Bhubaneswar, Odisha, Inclusive of all the Charges, with break-up as: Basic Cost. GST as applicable. Total Cost (F.O.R at Central Stores, AIIMS Bhubaneswar). 5. Validity: The quoted rates must be valid for a period for 180 days from the date of closing of the tender. The overall offer for the assignment and bidder(s) quoted price shall remain unchanged during the period of validity. If the bidder quoted the validity shorter than the required period, the same will be treated as unresponsive and it may be rejected. In case the tenderer withdraws, modifies or changes his offer during the validity period, bid is liable to be rejected and the Earnest Money Deposit shall be forfeited without assigning any reason thereto. The Tenderer Name & Signature of the Bidder. Page 4 of 20

should also be ready to extend the validity, if required, without changing any terms, conditions etc. of the original Tender. 6. Risk Purchase :In case the tenderer on whom the supply order has been placed, fails to deliver supplies within the delivery schedule and the purchaser has to resort to risk purchase, the purchaser (AIIMS, Bhubaneswar) may recover from the tenderer (from the payment on account of subsequent supply or performance security as the case may be) the difference between the cost calculated on the basis of risk purchase price and that calculated on the basis of rates quoted by tenderer. In case of repeated failure in supplying the order goods the supply order may be cancelled and Bid/EMD/Performance security deposit will be forfeited. 7. FALL CLAUSE :If, at any time, during the contract period, the supplier reduces the contract prices of such Stores or sales such stores to any other person/organization/institution at a price lower than the chargeable, he shall forthwith notify such reduction to the Director, All India Institute of Medical Sciences (AIIMS) Bhubaneswar and the price payable for the Stores supplied after the date of coming into force of such reduction ofprice shall stand correspondingly reduced.the supplier shall furnish the following certificate to Sr. Procurement- cum Store Officer, AIIMS, Bhubaneswar. I/We certify that the Stores of description identical to the Stores supplied to the government under the contract against Tender herein have not been offered/sold by me/us to any other person/organization/institution up to date of bill/ the date of completion of supplies against all supply orders placed during the currency of the tender/rate contract at the price lower than the institute under contract /against tender. 8. Parallel RateContract :The AIIMS Bhubaneswar reserves the right to place an order for supply of any items mentioned in the rate contract, Proprietary Items or otherwise, to any other firm(s) in emergency/unavoidable situation. In case of emergency or non-supply of items from the rate contract holder, AIIMS, Bhubaneswar may purchase Rate Contract items from other sources without any information to the Rate Contract holder. 9. Force Majeure : If, at any time during the subsistence of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, act of public enemy, civil commotion, sabotage, fire, floods, epidemics, quarantine restriction, strikers lockout or act of God (hereinafter referred to as events) provided notice of happening of any such eventuality is given by Rate Contract holder to the purchaser within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contact nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance and deliveries have been so resumed or not shall be final and conclusive. Further, that if the performance in whole or in part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, AIIMS, BBSR has the option to terminate the contract. 10. Delivery: All the goods ordered shall be delivered within 3 (Three) weeks from the date of issue of supply order/ acceptance letter. All the aspects of safe delivery shall be the exclusive responsibility of the supplier. The acceptance of the Supply order (invariably sent by E-Mail) should be furnished with 7 (seven) days Name & Signature of the Bidder. Page 5 of 20

from the date of issue failing which it shall be treated that the firm has accepted the Supply Order. Part Supply is not acceptable. In case of emergency part supply may be done with prior permission by AIIMS, BBSR. Part Billing is strictly prohibited. If the supplier fails to deliver the goods on or before the stipulated date (Excluding the date of issue of purchase order/acceptance letter and date of delivery), then Late Delivery charges at the rate of 0.5% per week or part thereof shall be levied subject to maximum of 10% of the total order value. Purchaser may also resort to termination of the Supply Order & even Tender at any time after expiry of the allowable period for supply of materials. 11. Performance Security: (a) The successful tenderer will be required to furnish a Security Deposit of Rs.1,00,000/- in the form of Fixed Deposit Receipt or Bank Guarantee from any Scheduled Bank duly pledged in the name of the "All India Institute of Medical Sciences, Bhubaneswar" The Performance Security should be kept valid up to 60 days after completion of obligations under the contract. The security deposit can be forfeited by this Institute in the event of any breach or negligence or non observance of any condition of contract or any unsatisfactory performance violating the condition of the contract. (b) The Tenderer shall have to execute a Contract Agreement with AIIMS, Bhubaneswar while accepting the Rate Contract. 12. Sample Verification :The Technical Bid should be accompanied by sample(s) which the prospective bidder has quoted. On the basis of approval of sample and documents, the bidders shall be declared technically qualified or technically disqualified. The price bid(s) of the technically qualified bidders shall be opened and L1 bidder will be determined item-wise i.e. item-wise selection of L1 vendor will be done. 13. Payment Term: 100% payment shall be released after delivery of the items in good and acceptable condition as proposed at clause-3. 14. Bidder shall submit the Tender document and addenda thereto, if any, with each page signed and with seal to confirm the acceptance of the entire Terms &Conditions as mentioned in the tender enquiry document. 15. After due evaluation of the bid(s) Institute will award the contract to the responsive tenderer who has quoted the lowest Price in each of the items. Item wise evaluation will be done for determining lowest quoted price in each of the Items. 16. Conditional Bids will be treated as unresponsive and therefore may be rejected. 17. The Institute reserves the right to accept in part or in full or reject any or more Tender / offer without assigning any reasons or cancel the tendering process and reject all Tender at any time prior to award of contract, without accepting any liability, whatsoever. 18. If a firm quotes NIL charges / consideration, the bid shall be treated as unresponsive and will not be considered. 19. The Procurement of goods and services under this tender will be regulated as per the applicable provision of Public Procurement (Preference to Make in India), order 2017 of MoC&I (DIPP), Govt. Of India, therefore bidders who are claiming to be regulated under the said order are to submit documentary evidence in support of their claim. Name & Signature of the Bidder. Page 6 of 20

20. Clarification of bidding documents. A prospective bidder requiring any clarification of the bidding documents shall contact the purchaser in writing at the purchaser s e-mail address i.e. aso@aiimsbhubaneswar.edu.in&spo@aiimsbhubaneswar.edu.in. The purchaser will respond in writing (e-mail) to any request for clarification, provided that such request is received not later than ten (10) days prior to the deadline for submission of bids. 21. Debarment from bidding. (i) A bidder shall be debarred if he has been convicted of an offence- (a) under the Prevention of Corruption Act, 1988; or (b) the Indian Penal Code or any other law for the time being in force, for causing any loss of life or property or causing a threat to public health as part of execution of a public procurement contract. (ii) A bidder debarred under sub-section (i) or any successor of the bidder shall not be eligible to participate in a procurement process of any procuring entity for a period not exceeding three years commencing from the date of debarment. Department o f Commerce (DGS&D) will maintain such list which will also be displayed on the website of DGS&D as well as Central Public Procurement Portal. (iii) A procuring entity may debar a bidder or any of its successors, from participating in any procurement process undertaken by it, for a period not exceeding two years, if it determines that the bidder has breached the code of integrity. The Ministry/Department will maintain such list which will also be displayed on their website. (iv) The bidder shall not be debarred unless such bidder has been given a reasonable opportunity to represent against such debarment. 22. Code of Integrity: No official of the bidder shall act in contravention of the codes which includes (i) Prohibition of (a) making offer, solicitation or acceptance of bribe, reward or gift or any material benefit, either directly or indirectly, in exchange for an unfair advantage in the procurement process or to other wise influence the procurement process. (b) any omission, or misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be obtained or an obligation avoided. (c) any collusion, bid rigging or anticompetitive behaviour that may impair the transparency, fairness and the progress of the procurement process. (d) Improper use of information provided by the procuring entity to the bidder with an intent to gain unfair advantage in the procurement process or for personal gain. (e) any financial or business transactions between the bidder and any official of the procuring entity related to tender or execution process of contract; which can affect the decision of the procuring entity directly or indirectly. (f) any coercion or any threat to impair or harm, directly or indirectly, any party or its property to influence the procurement process. (g) obstruction of any investigation or auditing of a procurement process. Name & Signature of the Bidder. Page 7 of 20

(h) making false declaration or providing false information for participation in a tender process or to secure a contract; (ii) disclosure of conflict of interest. (iii) Disclosure by the bidder of any previous transgressions made in respect of the provisions of sub-clause (i) with any entity in any country during the last three years or of being debarred by any other procuring entity. The purchaser will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, Fraudulent, collusive or coercive practices in competing for the contract in question. 23. TENDER EVALUATION Tenders evaluation will be done in two stages: a. Technical bid and b. Financial bid. Each bid to be submitted in separate sealed envelopes super-scribed Technical Bid and Financial Bid respectively mentioning therewith the name of Goods/Services. All these 2 envelopes along with envelope containing EMD should be put in another envelope marked as Tender for Supply of A/4 Photocopier Paper & Registers on Rate Contract Basis for AIIMS, Bhubaneswar sealed with sealing wax. A) TECHNICAL BID: The firm should submit the technical bid in a sealed cover separately super-scribed as Technical Bid for Supply of A/4 Photocopier Paper & Registerson Rate Contract Basis along with Name and address of the Bidder. Technical bid should contain information and copy of documents as required in Chapter IV. The Committee constituted by the Competent Authority shall evaluate the Technical Bid on the basis of Specification as per Chapter-III & documents/ information furnished as per Chapter-IV, Make/Brand quoted; literature enclosed, sample submitted, Demo to be displayed wherever required, the authorisation letter from manufacturer for the item etc. The items accepted in Technical Bid will only be considered for evaluation of financial bid. Price should not be quoted with Technical Bid, otherwise the tender will be rejected without any correspondence. If necessary, at the time of technical evaluation and before opening of Price bids,the bidders may be called to demonstrate the items for which they have quoted to ascertain the quality of the items. B) FINANCIAL BID: Financial Bid should be submitted in a separate sealed envelope super-scribed with the words Financial Bid for Supply of A/4 Photocopier Paper & Registers on Rate Contract Basis along with Name and address of the Bidder. The price should indicate cost as mentioned at Para/clause 3 above. Offers with price variation clause will not be accepted. The rates quoted in ambiguous terms such as Freight on actual basis or Taxes as applicable extra or Packing forwarding extra will render the bid liable for rejection. Name & Signature of the Bidder. Page 8 of 20

24. After due evaluation of the financial bids, AIIMS, Bhubaneswar will award the contract to the bidders who have quoted the lowest price in the items, i.e. Item wise evaluation will be done for determining lowest quoted price in each of the Items. 25. Applicable Law: The contract shall be governed by the laws and procedures established by Government of India, within the framework of applicable legislation and enactment made from time to time concerning such Commercial dealings / processing. Any disputes are subject to exclusive jurisdiction of Competent Court and forum in Bhubaneswar, Odisha, India only. The Arbitration shall be held in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and the venue of arbitration shall be at Bhubaneswar. The decision of the Arbitrator shall be final and binding on both the parties. Force Majeure: Any delay due to Force Majeure will be attributable to the supplierunless provided by record of evidence. 26. Turnover : The annual turnover of the firm must be Rs.5.00 lakh per year. The firm should have in the said business atleast for last 3 years and supplied the stationery items to any Govt. bodies/ Public bodies/ Hospitals/ Educational institutions etc. The required experience certificate to this effect should be submitted by the firm. Name & Signature of the Bidder. Page 9 of 20

TENDER DOCUMENT RATE CONTRACT OF A/4 Photocopier Paper &Registers FOR AIIMS, BHUBANESWAR TECHNICAL BID (In separate sealed Cover-I super scribed as Technical Bid ) (Annexure I) SlNo. Particulars Submitted (Yes/No) 1 Name & Address of the manufacture and/or authorized dealers/ distributors/agency with phone number, email, name and telephone/mobile Page No. Specify if your firm/company is a manufactures/ authorized 2 dealer/distributor/ Agency 3 Name, Address & designation of the authorized person (Sole proprietor/partner /Director) 4 Please provide a notarised affidavit on Indian Non Judicial stamp paper of Rs.10/- that (i) no police case is pending against the Proprietor/ partner of the firm. Indicate any convictions, if any. (ii) The firm has never blacklisted by any organization. (iii) We have not quoted the price higher than previously supplied items to any Government Institute / Organisation / reputed Private Organisation or DGS&D rate in recent past. (If you don t fulfil these criteria, your tender will be out rightly rejected). 5 Please attach copy of last 3 years Income Tax Return 6 7 10 Please attach balance sheet (duly certified by Chartered Accountant) for last three (3) years. Experience certificate regarding supply of similar nature of items at least once in the last three financial years to any Govt. Organisation/Reputed Private Organisation, otherwise the bid shall be rejected. 8 PAN No. (Please attach copy) 9 GST No. (Please attach copy) Acceptance of terms & conditions attached (Yes/No). Please sign each page of terms and conditions as token of acceptance and submit as part of tender document with technical bid. Otherwise your Bidshall be rejected. Name & Signature of the Bidder. Page 10 of 20

11 12 Details of the FDR/ BG of bid security (EMD) FDR/ BG No. : Date : DD will not be accepted. Bidders who will submit DD will be rejected. Detail of Tender Fee for Rs. 2,000/- DD No. date : (Free download is available at the website of AIIMS, BBSR) Declaration by the Tenderer: This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained herein and undertake myself/ourselves to abide by them. Place: Date: (Signature of Tenderer with seal) Name: Address : Name & Signature of the Bidder. Page 11 of 20

Sl. No. Description/ Specification of Item SCHEDULE A DETAILS OF ITEMS TO BE PROCURED Specification 1 Photocopier Paper : A/4, 75-80 GSM Good quality, Bright White colour (equivalent to JK) Photocopier Paper : A/4, 90-100 GSM Good quality, Bright White colour (equivalent to JK) 2 Registers : 2.1 Registers No. 10 (80 sheets, 160 pages) 2.2 Registers No. 12 (96 sheets, 192 pages) 2.3 Registers No. 20 (160 sheets, 320 pages) 2.4 Registers No. 24 (192 sheets, 384 pages) 2.5 Registers No. 30 (240 sheets, 480 pages) Size : Hard board cloth binding, Ruled, Paper 75 GSM (Good quality) Tentative Monthly requirement Rate Contract period 700-800 rims 1 (One) year (NOTE : Samples of all the papers for the items at Sl. No. 1 & 2 to be submitted with labels in a sealed packet super-scribed as name of the tender, vendor s name and address along with the Tender document) 50 50 50 50 50 100 rims -do- -do- After due evaluation of the financial bids, AIIMS, Bhubaneswar will award the contract to the bidders who have quoted the lowest price in the items, i.e. Item wise evaluation will be done for determining lowest quoted price in each of the Items. Name & Signature of the Bidder. Page 12 of 20

FINANCIAL BID SUPPLY OFA/4 PHOTOCOPIER PAPER & REGISTERS ON RATE CONTRACT BASIS TO AIIMS, BHUBANESWAR Sl. No. Description/ Specification of Item Unit Tentative Monthly requirement Unit Price for one unit GST Total (Unit Cost of one unit) 1 Photocopier Paper : A/4, 75-80 GSM Good quality, Bright White colour (equivalent to JK) Photocopier Paper : A/4, 90-100 GSM Good quality, Bright White colour (equivalent to JK) 2 Specification ofregisters : Size :34cm x 21cm Hard board cloth binding, Ruled, Paper 75 GSM (Good quality) 2.1 Registers No. 10 (80 sheets, 160 pages) 2.2 Registers No. 12 (96 sheets, 192 pages) 2.3 Registers No. 20 (160 sheets, 320 pages) 2.4 Registers No. 24 (192 sheets, 384 pages) 2.5 Registers No. 30 (240 sheets, 480 pages) 1 Rim (500 sheets) 1 Rim (500 sheets) 700-800 rims 100 rims 1 50 1 50 1 50 1 50 1 50 1. I/we have gone through the terms & conditions as stipulated in the Tender Enquiry document and confirm to accept and abide by the same. 2. No other charges would be payable by the Institute. 3. I/we shall supply the items of requisite quality. 4. I/we undertake that the information given in this tender are true and correct in all respect. Place : Date : Signature of the Bidder with Seal Name & Signature of the Bidder. Page 13 of 20

RATE CONTRACT OF PAPER AND REGISTERS FOR AIIMS, Bhubaneswar General Terms & Conditions (A) Information and Conditions relating to Submission of Bids 1. The tender document containing eligibility criteria, scope of work, terms & conditions and draft agreement can be downloaded from website www.aiimsbhubaneswar.edu.in. Those who download the tender document from the Website need not to paytender feealong with their bids in the Cover-I containing Technical Bid. EMD in shape of BG/FDR/DD of any nationalised Bank for the amount an mentioned above to be submitted. 2. All the duly filled/completed pages of the tender should be given serial /page number on each page and signed by the owner of the firm or his Authorized signatory. In case the Authorized signatory signs the tenders, a copy of the power of attorney/authorization may be enclosed along with tender. A copy of the terms & conditions shall be signed on each page and submitted with the technical bid as token of acceptance of terms & conditions. Tender with unsigned pages/incomplete/partial/part of tender if submitted will be rejected outrightly. 3. All entries in the tender form should be legible and filled clearly. If the space for furnishing information is insufficient, a separate sheet duly signed by the authorized signatory may be attached. No overwriting or cutting is permitted in the Technical Bid as well as Financial Bid unless authenticated by full signature of bidder. Any omission in filling the columns of Financial Bid shall debar a tender from being considered. Rates should be filed up carefully by the tenderer. All Corrections in this schedule must be duly attested by full signature of the tenderers. The corrections made by using fluid and overwriting will not be accepted and tender would be rejected. 4. Bids without EMD shall stand rejected and thus shall not be considered for evaluation at any stage. The original EMD will be put in cover-i containing Technical bid. 5. The bid security (EMD) shall be returned to the unsuccessful bidders after finalization of contract. The EMD of successful bidder shall be returned after finalisation of Contract & on furnishing of Performance Guarantee. 6. The successful bidders has to constitute a contract on Indian non judicial stamp paper of Rs.100/- (Rupees one hundred only) and also required to furnish the performance security @10% of contract value in the form of FDR/BG of any scheduled bank in favour of AIIMS, Bhubaneswar & payable at Bhubaneswar only. Duration of Performance Guarantee BG will be 60 days beyond the period of completion of all contractual obligations. If the successful bidder fails to furnish the full performance security within 15 (fifteen) days after the issue of Supply order, his bid security (EMD) shall be forfeited unless time extension has been granted by AIIMS, Bhubaneswar. 7. The EMD shall be forfeited if successful bidder fails to supply the goods in stipulated time or fails to comply with any of the terms & conditions of the contract or fail to sign the contract. 8. The bid shall be valid and open for acceptance of the competent authority for a period of 180 (one hundred eighty) days from the date of opening of the tenders and no request for any variation in quoted rates and / withdrawal of tender on any ground by bidders shall be entertained. Name & Signature of the Bidder. Page 14 of 20

9. To assist in the analysis, evaluation and computation of the bids, the Competent Authority, may ask bidders individually for clarification of their bids. The request for clarification and the response shall be in writing but no change in the price or substance of the bid offered shall be permitted. 10. After evaluation, the work shall be awarded normally to the Agency fulfilling all the conditions and who has quoted the lowest rate as per Financial Bid after complying with the all the Acts / provisions stated / referred to for adherence in the tender. 11. The competent authority of AIIMS, Bhubaneswar reserves all rights to accept or reject any/ all tender(s) without assigning any reason. AIIMS, Bhubaneswar also reserves the right to reject any bid, which in it s opinion is non-responsive, or violating anyof the conditions/specifications without any liability to any loss whatsoever it may cause to the bidder in the process. (B) SPECIAL TERMS & CONDITIONS OF THE TENDER 1. Rates should be quoted as per the Financial Bid. No extra amount in any manner is payable by the Institute. 2. All the rates should be mentioned in Indian national currency (INR) only. The rates quoted in foreign currency will not be entertained in this tender enquiry & such tenders will be cancelled straightway. 3. Rates should be mentioned clearly in the appropriate column of the Financial Bid. The offer should be typed or written in Ink Pen/ Ball Pen without any correction. Offers in pencil will be cancelled. Telegraphic/ Telex/ Fax offers will not be considered and cancelled straightway. 4. Tender will be regarded as constituting an offer open to acceptance in whole or in part at the discretion of the competent authority of the institute for a period of 180 days (6 months) valid from the date of opening of the tender by the committee. 5. The time for the date of delivery/ dispatch stipulated in supply order shall be deemed to be essence of the contract and if the supplier fails to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch in the supply order, liquidated damages may be deducted from the bill @ 0.5% per week subject to maximum of 10% of the value of the delayed goods or services under the contract. After that period the competent authority of the institute may also cancel the supply. In such a case, bid security of the supplier shall stand forfeited. 6. In case the quality of goods supplied are not in conformity with the standard given in tender and as per the samples supplied or the supplies are found defective at any stage these goods shall immediately will be taken back by the supplier and will be replaced with the tender quality goods, without any delay. The competent authority reserves all rights to reject the goods if the same are not found in accordance with the required description / specifications and liquidates damages shall be charged. 7. Risk Purchase :In case the tenderer on whom the supply order has been placed, fails to made supplies within the delivery schedule and the purchaser has to resort risk purchase, the purchaser (AIIMS, Bhubaneswar) may recover from the tender the difference between the cost calculated on the basis of risk purchase price and that calculated on the basis of rates quoted by tenderer. In case of repeated failure in supplying the orderedgoods the supply order may be cancelled and bid security deposit will be forfeited. 8. The Specification and quantity of the item needed, mentioned in Financial Bid is approximate detail and is subject to increase/decrease at the discretion of the competent authority of AIIMS, Name & Signature of the Bidder. Page 15 of 20

Bhubaneswar. The payment would be made for actual supply taken and no claim in this regard should be entertained. 9. Where the specifications are as per tenderer s range of product & tenderer s offer should mention that the item meets all specifications as per the tender enquiry and if there are improvements/deviations the same should be brought out on separate Letter Head of the firm. It would be discretion of the competent authority of the institute to accept or reject such deviations which are not in accordance with our required specifications as given in Scheduleof the Financial Bid. 10. The Tenderers should furnish a copy of GST registration number and the date of such registration. Tenders not complying with these conditions will be rejected. 11. The tenderers should submit along with the tender, a Photostat copy of the last three years Income Tax return. 12. In case asked, tenderer must personally supply a sample/give the demonstration of the Paper and Register to the competent authority of the institute and in that case all the expenses will be borne by the supplier. 13. Full description & specifications, make/brand and name of the manufacturing firm must be clearly mentioned in the tender failing, which the tender will not be considered. Descriptive literature /catalogues must be attached with the tender in original failing which tender may be ignored. 14. Any failure or omission to carryout of the provisions of this supply by the supplier shall not give rise to any claim by supplier and purchaser one against the other, if such failure or omission arise from an act of God which shall include all acts of natural calamities from civil strikes compliance with any status and or requisitions of the Government lockout and Strikes, riots, embargoes or from any political or other reasons beyond the suppliers control including war (whether declared or not) civil war or state of incarceration provided that notice of the occurrence of any event by either party to the other shall be within two weeks from the date of occurrence of such an event which could be attributed to force majeure. 15. The quoted rates will inclusive of all taxes. 16. The Contract period will be for One year, which can be further extendable to another one yearon mutual consent in writing. 17. Any dispute or reference between the parties arising out of this tender/supply Order/contract shall be to the appropriate courts/ forum of Bhubaneswar jurisdiction only. 18. If at any time, any question, dispute or difference whatever shall arise between supplier and the institute (Purchaser) upon or in relation to or in connection with the agreement, either of the parties may give to the other notice in writing of the existence of such a question, dispute or difference and the same shall be referred to two arbitrators one to be nominated by the institute (Purchaser) and the other to be nominated by the supplier. Such a notice of the existence of any question dispute or difference in connection with the agreement shall be served by either party within 60 days of the beginning of such dispute failing which all rights and claims under this Agreement shall be deemed to have been forfeited and absolutely barred. Before proceeding with the reference, the arbitrators shall appoint/nominate an umpire. In the event of the arbitrators not agreeing in their award the Umpire Name & Signature of the Bidder. Page 16 of 20

Appointed by them shall enter upon the reference and his award shall be binding on the Parties. The venue of the arbitration shall be at Bhubaneswar, (Odisha, India). 19. The supplier should mention the compliance to the specification in the technical bid of the tender document failing this, the bid document will be disqualified. 20. Payment :Payment shall be made within 30 days of submission of items in good acceptable conditions alongwith bill/ invoice. Name & Signature of the Bidder. Page 17 of 20

21. The Supplier should replace the rejected goods forthwith but in any event not later than a period of 15 days from the date of rejection and the Supplier shall bear all cost of such replacement, including freight, if any, on such replacing and replaced goods but without being entitled to any extra payment on that or any other account. I / We hereby accept the terms and Conditions given in the tender --------------------------------------------- (Signature & Stamp of the bidder) Note- Please sign each page of document including terms & conditions & tender Name & Signature of the Bidder. Page 18 of 20

(To be made on Rs 100.00 Non Judicial Stamp Paper) AGREEMENT FORMAT This agreement is made at Bhubaneswar on the day of Two thousand eighteen between the Director, All India Institute of Medical Sciences, Bhubaneswar,, having its Office at AIIMS, Bhubaneswar-751019 (here-in- after called Client which expression shall, unless repugnant to the context or meaning thereof be deemed to mean and include its successors, legal representatives and assigns) of the First Part. Second Part M/s, having its registered office at (here- in-after called the Tenderer which expression unless repugnant to the context shall mean and include its successors-in-interest assigns etc.) of the Second Part. WHEREAS the Client is desirous to engage the Tenderer for supplying A4 Paper & Registers to AIIMS, BHUBANESWAR at Bhubaneswar on the terms and conditions stated below: The Tenderer shall be solely responsible for any accident / medical / health related liability / compensation for the Labour deployed by it at AIIMS, Bhubaneswar site. The Client shall have no liability in this regard. 1. The Provision in the General & Special Terms & Conditions of NIT shall also be part of this Agreement. 2. Any violation of instruction / agreement or suppression of facts will attract cancellation of agreement without any reference or any notice period. 3. The contract can be terminated by giving one month notice on either side. 4. In case of non-compliance with the contract, the Client reserves its right to: a. Cancel / revoke the contract; and / or b. Impose penalty up to 10% of the Total Annual Value of contract. 5. Security Deposit equal to 10% of the Annual Contract Value (refundable without interest after two months of termination of contract) in the form of FDR or Bank Guarantee shall be furnished by the Tenderer at the time of signing of the Agreement. 6. There would be no increase in rates payable to the Tenderer during the contract period. 7. The Tenderer also agrees to comply with annexed Terms and Conditions and amendments thereto from time to time. 8. Decision of Client in regard to interpretation of the Terms and Conditions and the Agreement shall be final and binding on the Tenderer. 9. The Tenderer shall ensure full compliance with tax laws of India with regard to this Contract and shall be solely responsible for the same. The Tenderer shall keep Client fully indemnified against liability of tax, interest, penalty etc. of the Tenderer in respect thereof, which may arise. 10. In case of any dispute between the Tenderer and Client, Client shall have the right to decide. However, all matters of jurisdiction shall be at the appropriate local forum/courts located at Bhubaneswar. THIS AGREEMENT will take effect from day of Two thousand fourteen and shall be valid for one year. 11. All other terms & conditions of the Tender document is part of this agreement. Name & Signature of the Bidder. Page 19 of 20

IN WITNESS WHEREOF both the parties here to have caused their respective common seals to be hereunto affixed/ (or have hereunto set their respective hands and seals) the day and year mentioned above in Bhubaneswar in the presence of the witness: For and on behalf of the Tenderer For and on behalf of the AIIMS, Bhubaneswar Signature of the authorized Official Signature of the authorized Official Name of the Official Name of the Official Stamp / Seal of the Tenderer SIGNED, SEALED AND DELIVERED By the said (Name) By the said (Name) on behalf of the Tenderer in presence of on behalf of the AIIMS, BBSR in presence of Witness Witness Name Name Address Address Name & Signature of the Bidder. Page 20 of 20