0% found this document useful (0 votes)
14 views23 pages

Tendernotice 1

The document is a notice inviting tenders for a rate contract to supply kits for the Department of Pathology at AIIMS Nagpur, with key dates for bid submission and opening outlined. It specifies requirements for bidders, including submission of technical specifications, financial documents, and earnest money deposit, along with conditions for local supplier preference. The contract will initially last for one year with the possibility of extension, and all disputes will be subject to Nagpur jurisdiction.

Uploaded by

kartik.adlift
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
14 views23 pages

Tendernotice 1

The document is a notice inviting tenders for a rate contract to supply kits for the Department of Pathology at AIIMS Nagpur, with key dates for bid submission and opening outlined. It specifies requirements for bidders, including submission of technical specifications, financial documents, and earnest money deposit, along with conditions for local supplier preference. The contract will initially last for one year with the possibility of extension, and all disputes will be subject to Nagpur jurisdiction.

Uploaded by

kartik.adlift
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 23

Tender No.

: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23 Date:- 16/01/2025

अ खल भारतीय आयु व ान सं थान, नागपरु


ALL INDIA INSTITUTE OF MEDICAL SCIENCES, NAGPUR
Address: Plot No. 2, Sector-20, MIHAN, Nagpur– 441108
Email: - [email protected]

Notice Inviting Tender


For
"Rate Contract for Supply of ‘Kits’ for
Department of Pathology”
at
All India Institute of Medical Sciences, Nagpur

CRITICAL DATE SHEET


Published Date 16/01/2025 at 05:00 PM

Bid Document Download Start Date 16/01/2025 at 05:05 PM

Bid Submission Start Dates 17/01/2025 at 09:00 AM


Bid Submission End Date 06/02/2025 at 03:00 PM
Bid Opening Date 07/02/2025 at 03:30 PM

Page 1 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS /Patho/Kits/OTE/24-25/23

SCHEDULE OF REQUIREMENT

Sl. No. Items Details and Technical Specifications

1 As per Annexure-I

Note:
1. Online bids are invited on single stage two bid system for “Rate Contract for supply of “Kits” for
Department of Pathology”. Manual bids shall not be accepted.
2. Tender document may be downloaded from AIIMS web site www.aiimsnagpur.edu.in (for reference
only) and CPPP site https://eprocure.gov.in/eprocure/app as per the schedule as given in CRITICAL
DATE SHEET as under.
3. Bid shall be submitted online at CPPP website: https://eprocure.gov.in/eprocure/app.
4. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing
size of the scanned document.
5. Tenderer who has downloaded the tender from the AIIMS web site- www.aiimsnagpur.edu.in and
Central Public Procurement Portal (CPPP) e-procurement website
https://eprocure.gov.in/eprocure/app shall not tamper/modify the tender form including
downloaded price bid template in any manner. In case if the same is found to be
tempered/modified in any manner, tender shall be completely rejected and tenderer is liable to be
banned from doing business with AIIMS Nagpur.
The Technical bid should include the detailed specifications of main item/equipment and its
accessories. All items should be numbered as indicated in the Annexure-I (Any deviation should be
clearly mentioned and supporting document should be submitted).
6. Manual bid shall not be accepted in any circumstance.

7. The complete bidding process in online bidding, Bidder should be possession of valid digital
Signature Certificate (DSC) for online submission of bids. Prior to bidding DSC need to be registered
on the website mentioned above.
8. Tenderers are advised to follow the instructions provided in the ‘Instructions to the Tenderer
for the e-submission of the bids online through the Central Public Procurement Portal for e
Procurement at https://eprocure.gov.in/eprocure/app’
9. Quotations should be valid for 180 days from the tender due date i.e. tender opening date. The
bidder should clearly indicate the period of delivery, AMC & warranty terms etc. whichever is
applicable.
10. Relevant literature pertaining to the items quoted with full specifications should be uploaded, where
ever applicable.
11. EMD / Bid Security-
Money Deposit (i.e. ₹ 30,000.00) to be deposited in the form of Insurance Surety Bonds/Demand
Draft/ FDR/Banker’s Cheque or BG (including e-Bank Guarantee). In the case of EMD is
submitted in the form BG the same need to essentially linked to SFMS by issuing bank for
verification. Scanned copy to be enclosed with technical bid. It is also clarified that the bids
submitted without earnest money will be summarily rejected. The Insurance Surety Bonds/Demand
Draft/ FDR/Banker’s Cheque or BG (including e-Bank Guarantee) may be prepared in the name of
"The Director, AIIMS, Nagpur". The EMD (Original Insurance Surety Bonds/Demand Draft/
FDR/Banker’s Cheque or BG (including e-Bank Guarantee) or any exemption certificate) must reach
at Store Office (Hospital Store), First Floor, IPD, AIIMS, Plot No. 2, Sector- 20, MIHAN, Nagpur
prior to opening of tender as per the critical date mentioned in the tender document.
-No request for transfer of any pervious deposit of earnest money or security deposit or payment of
any pending bill held by the AIIMS Nagpur in respect of any previous supply will be entertained.

Page 2 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS /Patho/Kits/OTE/24-25/23
Tenderer shall not be permitted to withdraw his bid or modify the terms and conditions thereof. In
case the tenderer fails to observe and comply with stipulations made herein or backs out after quoting
the rates, the aforesaid amount of earnest money will be forfeited
- Tenders without Earnest Money will be summarily rejected.
- No claim shall lie against the AIIMS Nagpur in respect of erosion in the value or interest on the
amount of EMD.
- If MSME firm (only Micro and Small Enterprises) is registered for above tendered item,
then the firm will be exempted for submission of EMD amount. Firm must upload scanned
copy of following documents in support of exemption.
a) District Industries Centers (DIC)
b) Khadi and Village Industries Commission (KVIC)
c) Khadi and Village Industries Board
d) Coir Board
e) National Small Industries Corporation (NSIC)
f) Directorate of Handicraft and Handloom
g) Any other body specified by Ministry of MSME (MoMSME)
h) Udyog Aadhaar Acknowledgment/Udyog Aadhaar Memorandum/Udyam issued by MoMSME.
- The earnest money will be returned/refund to the unsuccessful tenderers after the tender
is decided.
- EMD should remain valid for a period of 180 days beyond the final bid validity period. When
the tenderer agrees to extend the validity of bid; he shall also extend the validity of EMD
suitably.
12. Tenderer must provide evidence of having supplied government hospital / reputed private hospital
organizations in India similar nature of items of at least ₹ 7.5 lakh of Supply of similar consumables
of Tender value in the last three years together (i.e FY 2020-21, 21-22, 22-23) and the copy of the
same should be uploaded.
13. The firm should be registered and should have the average turnover at least ₹ 7.5 Lakh of the bidder
in the last three financial years (i.e FY 2021-22, 22-23, 23-24) together. Copies of authenticated
balance sheet for the past three financial years (i.e FY 2021-22, 22-23, 23-24) should be uploaded.
14. Relaxation in Prior Turnover and Experience: The Procuring Entity reserves its right to relax the
condition of prior turnover and prior experience for start-up enterprises subject to meeting of quality
& technical specifications. The decision of the Procuring Entity in this regard shall be final.
15. The tender document must be accompanied by copy of PAN, Certificate of firm/company
registration, GST Registration Certificate.
16. The quantity shown against each item is approximate and may vary as per demand of the Institute at
the time of placement of order.
17. The bidder must be able to provide the product/items within specified time period as prescribed in the
Purchase Order. Furthermore, on completion of the stipulated time period, Purchase Order will be
cancelled and award will be given to another qualified bidder with the negotiated terms & conditions
as per Institutes norms.
18. In the event of any dispute or difference(s) between the vendee (AIIMS Nagpur) and the vendor(s)
arising out of non-supply of material or supplies not found according to the specifications or any
other cause what so ever relating to the supply or purchase order before or after the supply has been
executed, shall be referred to the Director/AIIMS/Nagpur who may decide the matter himself or may
appoint arbitrator(s) under the arbitration and conciliation Act 1996. The decision of the arbitrator
shall be final and binding on both the parties.
19. The place of arbitration and the language to be used in arbitral proceedings shall be decided by the
arbitrator.
20. All disputes shall be subject to Nagpur Jurisdiction only.
21. AIIMS Nagpur reserves the rights to accept/reject any bid in full or in part or accept any bid
other than the lowest bid without assigning any reason thereof. Any bid containing incorrect
and incomplete information shall be liable for rejection.
22. The Tender/Bid will be opened on Store office at AIIMS Nagpur Premises.
Page 3 of 23 Signature and Stamp of Bidder
Tender No.: AIIMS/NAG/CMS /Patho/Kits/OTE/24-25/23
i) Only those financial bids will be opened whose technical bids are found suitable by the expert
committee appointed for the concerned instrument/equipment/consumable.
ii) No separate information shall be given to individual bidders. In incomparable situation, the
committee may negotiate price with the technically and financially qualified bidder before
awarding the bid.
23. Copies of original documents defining the constitution or legal status, place of registration and
principal place of business of the company or firm or partnership, etc.
24. Award of Contract
i) The Purchaser will award the contract to the bidder whose quotation has been determined to be
substantially responsive and who has bided the lowest evaluated quotation price. However,
Purchase reserves the right to finalize Rate Contract with more than one vendor for same type /
category of consumables, if found reasonable.
ii) Notwithstanding the above, the Purchaser reserves the right to accept or reject any quotations and
to cancel the bidding process and reject all quotations at any time prior to the award of contract.
iii) The bidder whose bid is accepted will be notified of the award of contract by the Purchaser prior to
expiration of the bid validity period. The terms of the accepted bid shall be incorporated in the
purchase order.
iv) Samples of the quoted items will be called from the vendors before finalization of the contract.
v) L1 will be decided item wise.
25. Period of Rate Contract
Period of Rate contract will be initially for 1 year and it can be extended for further 1 year based on
mutual consent of both the parties and on performance review.

26. Purchase Preference to Local Suppliers


In pursuance of Government of India Order No. P-45021/2/2017-B.E.-II dated 16th September
2020 (as amended from time to time) and F.No. Z.28018/67/2017-EPW dated 12th June 2018
purchase preference shall be given to local suppliers in all procurements undertaken in the
manner specified hereunder and the procurement shall be made as per terms and conditions
contained in the said order.

(i) Minimum local content: The minimum local content shall as per Government of India
Order No. P- 45021/2/2017-B.E.-II dated 16th September 2020 (as amended from time to
time) and F.No. Z.28018/67/2017-EPW dated 12/06/2018, till the Nodal Ministry prescribes
a higher or lower percentage.

(ii) Margin of Purchase Preference: The margin of purchase preference shall be 20%. The
Local supplier whose quoted price falls in the margin of purchase preference desirous of
claiming benefit of the Order No. P-45021/2/2017-B.E.-II dated 16th September 2020 shall
submit an undertaking within 7 days of opening of financial bid, that he would be ready to
supply the product at L1 price. In case of non-receipt of the same, he would not be given
purchase preference.

(iii) The bidders are required to submit the following annexure in compliance of public
procumbent (Preference to Make in India) order, 2017: Affidavit of self-certification
regarding local content (to be provided on Rs. 100/- stamp paper as per Form - E.

(iv) (All other terms & conditions will be as per the Department of Industrial Policy and
Promotion (DIPP) order No. P-45021/2/2017-B.E.-II dated 16th September 2020 (as
amended from time to time).

27. Land Border Sharing – as per Certificate regarding compliance Rule-144 (xi) , any bidder from
such countries sharing a land border with India will be eligible to bid in any procurement whether of
goods, services (including consultancy services and non-consultancy services) or works (including
Page 4 of 23 Signature and Stamp of Bidder
Tender No.: AIIMS/NAG/CMS /Patho/Kits/OTE/24-25/23
turnkey projects) only if the bidder is registered with the Competent Authority. Bidders to submit
self-declaration on their letter head as per Form D
28. Rates should be quoted inclusive of packing, forwarding, postage and transportation charges etc.
29. The competent authority reserves all rights to reject the goods if the same are not found in accordance
with the required description / specifications/quality.
30. A brochure displaying clearly the product is to be attached with the tender if required.
31. In case the supplier requires any elucidation regarding the tender documents, they are requested to
contact to the Store Officer, AIIMS Nagpur through e-mail: [email protected] on or
before end date of clarification as per critical date sheet.
32. Other terms and condition applicable as per manual for procurement of goods 2017, GFR-2017 etc.

Administrative Officer
AIIMS, Nagpur.

Page 5 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

Annexure-1
Specification and Annual Requirement
Annual
Sr. Pack
Description of Items Requirement
No. Size/Unit
(Approximate)
ANA IIF, Bottle/Pack, (10 x 05)
Specifications for ANA IIF kits:
1) Slides should be containing biochips coated with HEp-2 cells
and primate liver.
2) Positive and negative control should be provided in the kit
3) All the necessary reagents should be included in the kit like
1
Anti human IgG – FITC labelled antibody, wash buffers, Bottle/Pack 60 Nos.
coverslips and mounting medium.
4) Adequate cold chain of +2°C to +8°C should be maintained at
the time of delivery.
5) Expiry date of the kits should be longer (minimum 1 year).
6) Necessary onsite and online support should be provided by the
supplier.
ANCA IIF, Bottle/Pack, (10x05)
Specifications for ANCA IIF kits:
1) Slides should be containing biochips coated with granulocytes
(EOH), HEp-2 cells + granulocytes (EOH) and granulocytes
(HCHO).
2) Positive and negative control should be provided in the kit
3) All the necessary reagents should be included in the kit like
2 Anti human IgG – FITC labelled antibody, wash buffers, Bottle/Pack 6 Nos.
coverslips and mounting medium.
4) Adequate cold chain of +2°C to +8°C should be maintained at
the time of delivery.
5) Expiry date of the kits should be longer (minimum 1 year).
6) Necessary onsite and online support should be provided by the
supplier.

ds DNA IIFT, Bottle/Pack, (10x05)


Specifications for ds-DNA IIF kits:
1) Slides should be containing biochips coated with a smear of
Crithidia luciliae
2) Positive and negative control should be provided in the kit
3) All the necessary reagents should be included in the kit like
Anti human IgG – FITC labelled antibody, Crithidia luciliae
3 sensitive IIFT buffer, wash buffers, coverslips and mounting Bottle/Pack 3 Nos.
medium.
4) Adequate cold chain of +2°C to +8°C should be maintained at
the time of delivery.
5) Expiry date of the kits should be longer (minimum 1 year).
6) Necessary onsite and online support should be provided by the
supplier.

4 Antisera ABD BLOOD GROUPING (3 ×10 ml) Bottle/Pack 20 Nos.


5 G6PD Qualitative test kit (10 tests/kit) Kit 75 Nos.
6 Urine test strips 10 parameter (100 tests/kit) Kit 150 Nos.
7 Stool for Occult blood kit (50 tests/kit) Kit 30 Nos.
Note: The Quantity mentioned here is tentative it may increase or decrease based requirement of AIIMS, Nagpur.

Page 6 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

Other Terms &Conditions:

Pre–Qualification Criteria:
i. Bidder should be the manufacturer/authorized dealer/Distributor/Trader/ Supplier. Letter of
Authorization from Manufacturer for the same and specific to the tender should be uploaded in the
prescribed place.
ii. An undertaking from the original Manufacturer is required stating that they would facilitate the
bidder on regular basis with technology/product updates and extend support for the warranty as well.
The scanned copy of same to be uploaded.
Performance Guarantee Bond:
i. The successful bidder shall have to submit a performance security deposit (SD) within 30 days from
the date of Rate Contract. Extension of time for submission of PG beyond 30 days and up to 60 days
from the date of Rate Contract may be given by the competent authority to sign the contract agreement
however a panel interest of 15% per annum shall be charged for the delay beyond 30 days. i.e. 31st day
after the date of issue of Rate Contract. In case of the contractor fails to submit the requisite PG even
after 60 days from the date of issue of Rate Contract the contract shall be terminated. The failed
contractor shall be debarred from participating in re-tender (if any) for that item. Performance
Guarantee Bond is mandatory.
ii. Successful supplier/firm should submit performance security deposit (SD) as prescribed in favour
of “The Director, AIIMS Nagpur” through any Schedule Bank with a clause to enforce the same on
their local branch at Nagpur and to be received in the Store Office, Ground Floor, Admin Block,
AIIMS Nagpur, Pin- 441108 within 30 days from the date of Rate Contract. The performance
guarantee bond to be furnished in the form of Bank Guarantee as per given Proforma of the tender
documents, for an amount of 3% of total projected tender value.
iii. Validity of the performance security deposit (SD) shall be for a period of 60 days beyond of entire
contract period.
Delivery/Supply: The supply should be completed within stipulated time period mentioned by the user
department and this clause should be strictly adhering to failing which administrative action as deemed
fit under rules will be taken against the defaulter. Otherwise Liquidation Damages will be imposed as
per clause. Unloading of material will be arranged by supplier.

Purchase order will be placed as required by institute.


Penalty: If the suppliers fails to deliver and place any or all the Equipment/item or perform the service by
the specified date as mention in purchase order, penalty at the rate of 0.5% per week of delayed value
of goods subject to the maximum of 10% of delayed goods value will be deducted, afterwards another
penalty may be imposed.
Right of Acceptance: AIIMS, Nagpur reserves the right to accept or reject any or all tenders/quotations
without assigning any reason there of and also does not bind itself to accept the lowest quotation or
any tender. AIIMS, Nagpur also reserves the rights to accept all the
item/consumable/equipment/instruments in the given tender or only part of it in any given schedule
without assigning any reason. Sample to be submitted with bids as and when required.

Validity of the bids: The bids shall be valid for a period of 180 days from the date of opening of the
tender. This has to be so specified by the tenderer in the commercial bid which may be extended, if
required.
Risk Purchase & Recovery of sums due to:
Failure or delay in supply of any or all items as per Requisition / Purchase Order, Specification or
Brand prescribed in the tender, shall be treated as 'non-compliance' or 'breach of contract' and the order
in part or full be arranged from alternative source(s) at the discretion of the hospital authority and the
difference in price has to be recovered from the tenderer as mentioned elsewhere.
The amount will be recovered from any of his subsequent / pending bills or security Deposit.
In case the sum of the above is insufficient to cover the full amount recoverable, the contractor shall
pay to the purchaser, on demand the remaining balance due.

Communication of Acceptance: AIIMS, Nagpur reserves all right to reject any tender including of those
tenderers who fails to comply with the instructions without assigning any reason whatsoever and does
Page 7 of 23 Signature and Stamp of Bidder
Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

not bind itself to accept the lowest or any specific tender. The decision of this Institute in this regard
will be final and binding.

Insolvency etc.: In the event of the firm being adjudged insolvent or having a receiver appointed for it by a
court or any other under the Insolvency Act made against them or in the case of a company the passing
any resolution or making of any order for winding up, whether voluntary or otherwise, or in the event
of the firm failing to comply with any of the conditions herein specified AIIMS, Nagpur shall have
the power to terminate the contract without any prior notice.
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, exception, 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 party to other within 21 days from the date of
occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract
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, Nagpur party may, at
least option to terminate the contract.
Breach of Terms and Conditions: In case of breach of any terms and conditions as mentioned above, the
Competent Authority, will have the right to cancel the contract without assigning any reasons thereof
and nothing will be payable by AIIMS, Nagpur. In that event the security deposit shall also stand
forfeited.
Billing Agency: Name and address of the billing agency will be informed by the OEM/Manufacturer after
award of the Rate Contract. (If Required) with the following details of billing agency:-

i) PAN Card
ii) GST Registration Certificate
iii) Non –conviction certification/ No pending conviction certificate attested/ issued by
Notary.
iv) A notarized affidavit regarding no relation of billing agency with the persons authorized
to evaluate TEC/PEC or involved in finalizing the tender on stamp paper of Rs. 100/-.
Information required on challan & bills:
1) Challan: Supply order will be released and you may execute the supplies directly or through billing
agency. Challan must be endorsed by the security personal at AIIMS NAGPUR main gate. The
endorsement must clearly mention time and date of entry of the material. The challan must always bear
the following information:
i) Name of the item as, it is mentioned in Rate Contract/ Supply order.
ii) Name of the item as, it is mentioned in the product literature of the company (i.e. Brand if
any)
iii) Size of the item
iv) Supply order no. and Date
v) Date of Manufacturing
vi) Date of expiry
vii) Batch Number
viii) Quantity of each item (in unit)
ix) Maximum Retail Price (MRP)
2) Pre-receipted bill (Tax Invoices) must always bear the following information:
i) Name of the item as, it is mentioned in Rate Contract/ Supply order.
ii) Name of the item as, it is mentioned in the product literature of the company (i.e. Brand if
any)
iii) Size of the item
iv) Supply order no. and Date
v) Date of Manufacturing
vi) Date of expiry
vii) Batch Number
viii) Quantity of each item (in unit)
Page 8 of 23 Signature and Stamp of Bidder
Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

ix) Value of each item


x) Total Value of the bill
xi) The amount of GST paid by the supplier
xii) Maximum Retail Price (MRP)
3) Terms of payment:
Payment Terms: - Payment shall be made subject to recoveries, if any, by way of liquidated damages
or any other charges as per terms & conditions of contract in the following manner.
(a) 100% payment of the contract price shall be paid on receipt and acceptance of goods in good
condition at the consignee premises and subject to recoveries, if any, either on account of defects/
deficiencies not attended by the supplier or otherwise upon the submission of the following
documents:
(b) Four copies of suppliers invoice showing contract number, goods description, quantity, unit price
and total amount with revenue stamp.
(c) Two copies of packing list identifying contents of each package.
(d) Billing Agency may collect payment in own Name for supplies made under written authorization
form from the manufacturer.
(e) The payment will be done on monthly basis by submitting the concerned month bill by the vendor.
The supplier shall not claim any interest on payment under the contract.
Where there is a statutory requirement for tax deduction at source, such deduction towards income tax
and other tax as applicable will be made from the bills payable to the supplier rates as notified from
time to time.
No payment shall be made for rejected stores. Rejected item/consumable/equipment must be removed
by the supplier within two weeks of the date of issue of reje ction advice at their own cost & replace
immediately. In case these are not removed these will be auctioned/disposed of at the risk and
responsibility of the suppliers without notice.
Fall Clause:
i. Prices charged for supplies under Rate Contract by the supplier should in no event exceed the lowest
prices at which he bids to sell or sells the stores of identical description to any other State or Central
Government/DGS&D/GeM/Public Undertaking during the period of the contract.
ii. If at any time during the period of contract, the prices of tendered items is reduced or brought
down by any law or Act of the Central of State government, the supplier shall be bound to inform
Purchasing Authority immediately about such reduction in the contracted prices, in case the supplier
fails to notify or fails to agree for such reduction of rates, the Purchasing authority will revise the rates
on lower side. If there is a price increase for any product after quoting the rates, the bidder will have to
supply the item as per quoted rates. This office will not accept any higher rates after wards.

iii. If at any time during the period of contract, the supplier quotes the sale price of such goods to any
other State Govt./GeM and Pubic Undertakings at a price lower than the price chargeable under the
rate contract he shall forthwith notify such reduction to Purchasing Authority and the prices payable
under the rate contract for the consumable/equipment’s supplied from the date of coming into force of
such price stands correspondingly reduced as per above stipulation.

Any deviation in the material and the specifications from the accepted terms may liable to be rejected
and the suppliers need to supply all the goods in the specified form to the satisfaction/ specifications
specified in the Purchase order and demonstrate at the their own cost.
Arbitration:
If any difference arises concerning this agreement, its interpretation on payment to the made there
under, the same shall be settled out by mutual consultation and negotiation. If attempts for conciliation
do not yield any result within a period of 30 days, either of the parties may make a request to the
Director, AIIMS Nagpur to settle the dispute by Sole Arbitrator. Sole arbitrator will be appointed by
the Director, AIIMS Nagpur. In case of such arbitrator refusing, unwilling or becoming incapable to
act or his mandate having been terminated under law, another arbitrator shall be appointed in the same
manner from among the panel of three persons to be submitted by the claimant. The provision of
Arbitration and Conciliation Act, 1996 and the rule framed there under and in force shall be applicable
to such proceedings.
Page 9 of 23 Signature and Stamp of Bidder
Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

Legal Jurisdiction:
The agreement shall be deemed to have been concluded in Nagpur and all obligations hereunder
shall be deemed to be located at Nagpur and Court within Nagpur will have Jurisdiction to the
exclusion of other courts.
Item wise comparison of the quotes will be made and L1 will be determined accordingly. In this
context, final decision of the committee will be binding to all and no claim in this regard can be
entertained. The quantity indicated is tentative and may vary, and any decision in this regard by
Executive Director AIIMS Nagpur shall be final. (L1 is lowest one).

Administrative Officer
AIIMS Nagpur

Page 10 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

1. Technical Bid (Check List)

The following documents are required to upload by the Bidder along with Technical Bid as per
the tender document:

Sl. Particulars Attached Page Remarks


No (Yes/No) No

1 Check list (Technical Bid)


Please mention that the bidder is Manufacture /Distributor
2 /Dealer / Trader/Supplier relevant document should be uploaded
(Form B)
3 Copy of PAN Card & GST should be uploaded
4 Firm/Company registration certificate should be uploaded
All pages of the tender documents need to be signed and
5
stamped by the Bidder
Bid Security/EMD amount of ₹ 30,000.00/- in the form of
6 DD/FD or UDYAM Registration certificate as per clause 11 of
page no. 2&3 of NIT document.
Tenderer must provide evidence of having supplied government
hospital / reputed private hospital organizations in India similar
7 nature of items of at least ₹ 7.5 Lakh of Tender value in the last
three years (i.e 2021-22, 22-23, 23-24) together and the copy of
the same should be uploaded.
Annual turnover of ₹ 7.5 Lakh of Last three financial year 2021-
8 22, 22-23, 23-24) together duly certified by CA as mentioned in
tender document should be uploaded.
“Declaration by the Bidder” (Form A) should be uploaded as
9
mentioned in tender document should be uploaded.
Relevant brochure/catalogue pertaining to the items quoted with
10
full specifications etc.
11 Technical Specifications Compliance Report Form “F”
12 Certifications (as per tender specifications)
13 Details of item quoted in the technical bid in Form ‘C’
14 Border sharing countries clause “Form D”
Self-Certification regarding Local Content in consumables to be
purchase Form “E”
15
(Percentage of local content needs to be mentioned by the
vendor, else bid will be rejected)

Price Bid
Price Bid Price bid in the form of BOQ_XXXX .xls

Price Bid Format


Total
Name of Basic Rate (In Rs) Total Amount
Sl. No GST (In Rs) Amount
Item Unit Price without GST
with GST

Page 11 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

2. GENERAL CONDITIONS

1. Forms in all Annexure should be filled up properly. Every correction should invariably be attested
by tenderer, failing which the tender will be summarily rejected.

2. The tenderer may quote the rates for one or more product of one or more manufacturing company
for which authorized.

3. Total rates should be inclusive of all taxes and/or other charges, if any, as per the price bid - BOQ.

4. The rates quoted and accepted will be binding on the tenderer for stipulated period.

5. The details of the required items are shown in the list (Annexure-1). The rates quoted should not
vary with the quantum of the order or the destination.

6. To ensure sustained supply without any interruption, the Tender Inviting Authority reserves the
right to split orders for supplying the requirements among more than one bidder.

7. The rates quoted and accepted will be binding on the bidder for full contract period of one year
from the date of signing of agreement and extendable up to 3 years by mutual consent with bidder,
any increase in price will not be entertained till the completion of contract. Accordingly, this clause
will be applicable for all orders placed during the currency of contract.

3. ACCEPTANCE OF TENDER
1. The tender inviting authority, AIIMS NAGPUR reserves the right to accept or reject any tender for
any one or more of the items tendered for without assigning any reason. If L1 rate matches to equal
to more than one bidder than competent authority AIIMS Nagpur to issue P.O. order as
recommended by the committee.

2. No tenderer will be allowed to withdraw their bid after opening of technical Bid.

4. SUPPLY CONDITIONS AND DELIVERY PERIOD

1. Purchase orders along with the delivery destinations will be placed on the successful bidder at the
discretion of the Ordering Authority.
2. All supplies will be scheduled for the period from the date of acceptance till the completion of the
tender in installments, as may be stipulated in the Purchase Order.
3. The supply should be completed within stipulated time period mentioned by the user department
and this clause should be strictly adhering to failing which administrative action as deemed fit
under rules will be taken against the defaulter. Otherwise Liquidation Damages will be imposed as
per clause. Unloading of material will be arranged by supplier.

4. The supplier shall complete the earlier purchase order before commencing the supply of subsequent
purchase orders. In case of non-execution, AIIMS Nagpur reserves the right to place purchase order
(partially/fully) on alternate source at the risk and cost of the defaulting bidder.
5. It shall be the responsibility of the Bidder for any shortages/damage at the time of receipt. Tender
inviting authority is not responsible for the stock of the Product received, for which no order is
placed.
6. The bidder shall take back (Reverse distribution), items which are not utilized by the tender inviting
Authority within the shelf life period will have to be replaced by the bidder at their cost. Slow
moving items may be asked for replacement with approved items of the discretion of AIIMS
Nagpur.
7. If at any time the Bidder has, in the opinion of the Tender inviting authority/ordering authority,
delayed the supply of item due to one or more reasons related to force Majeure events such as riots,
mutinies, wars, fire, storm, tempest or other exceptional events, the time for supplying the item may
be extended by the Tender inviting authority/ordering authority at its discretion for such period as

Page 12 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

may be considered reasonable. However, such extension shall be considered only if a specific
written request is made by the Bidder within 11days from the occurrence of such event. The
exceptional cause does not include scarcity of raw material, power cut and labour disputes.
8. Inspection and sampling at the consignee’s end:
i) After the receipt of the consignment, the demanding officer may draw a sample out of each
consignment and send it for testing at one of the approved testing laboratories/user departments.
If the sample/samples is/are found not of standard quality, the consignment shall be rejected. If
the product is found to be not of standard quality for any of the above- mentioned reasons, the
total cost of laboratory test will be recovered from the supplier. Where there are visible and
obvious defect in the consignment, it shall be rejected.
ii) All rejected stores shall in any event remain and will always be at the risk of the contractor
immediately on such rejection.
iii) Purchaser reserves the right to depute persons as may be designated by him to visit the premises
of the manufacturers for ensuring that GMP(s) are observed by the manufacturers. It is also open
to the purchaser to send persons as may be designed by him to inspect stores and draw samples
from there before dispatch of consignment.
iv) In case of rejection of stores, the supplier will have to replace the entire quantity or make full
payment of entire consignment against the particular invoice irrespective of the fact that part of
the supplied stores may have been consumed.

5. PACKING
All primary packing containers/strips/blister should be strictly conforming to the Specification
included in the relevant pharmacopoeia. Packing should be able to prevent damage or deterioration
during transit. Primary packing such as strips, labels, inner carton, outer carton etc. should bear the
following words

“Govt. Supply- Not for Sale”

Secondary packing such as baby shipper (small corrugated box), outer corrugated boxed are labelled
as under.

GOVT. SUPPLY-NOT FOR SALE


Name of the Product:
Manufactured by:
Batch no.:
Mfg. Date:
Exp. Date:
Quantity:

PRICE BID
Price bid in the form of BOQ_XXXX .xls

Page 13 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

6. PENALTIES PROVISIONS

1. If the supplier fails to deliver any or all of the goods or fails to perform the service within the time
frame(s) incorporated in the tender, the Purchaser shall, without prejudice to other right and remedies
available to the Purchaser under the tender, deduct from the quoted price, as liquidated damages, a
sum equivalent to 0.5% per week of delay or part thereof on delayed supply of the quoted price.

2. If the complete supply or part thereof is received in damaged condition it shall not be accepted and
shall be recorded on Delivery Challan. Such damaged material should be replaced by the supplier
within 14 days from the date of noting on Delivery Challans or rejection advice issued by consignee
or else subsequent to no replacement in 14 days the Performance security (SD) would be forfeited
with a notice to the supplier. In case of damage only in the outer packing, the supply will be accepted
only after levying penalty of 1% on the total value of the supply to that destination place. Further the
Performance Security (SD) would be forfeited with a notice to the supplier.

3. Tender Inviting Authority will be at liberty to terminate, without assigning any reasons thereof, the
contract either wholly or in part on 30 days’ notice. The Bidder will not be entitled for any
compensation whatsoever in respect of such termination. All litigations related to the supplier for any
defaults will be done by Tender Inviting Authority and his decision will be final and binding.
7. BLACKLISTING PROCEDURE

1. Non-performance of any tenderer conditions will disqualify a bidder to participate in the next
tender.

2. To assess the correctness of the test results be in given by the Bidders laboratory, samples would
also be taken and sent randomly to AIIMS Nagpur empaneled laboratory. If there is any variation in
the analytical reports furnished by empaneled laboratories, (either pass or fail) with submitted C.O.A,
Bidders shall be black listed for two years besides forfeiture of security deposit, after giving due
opportunity to the concerned bidders.

3. If it is revealed that Bidder is involved in any form of fraud and collusion with the empanelled
laboratory of AIIMS, the Bidder will be blacklisted for five years. The tenderer shall also be liable for
action under criminal law and matter will be informed to drugs controller for penal action against
them.
4. AIIMS, Nagpur will be at liberty to terminate the contract without assigning any reasons. The
tenderer will not be entitled for any compensation whatsoever in respect of such termination.

5. In all matters pertaining to tender, the decision of AIIMS, Nagpur shall be final and binding.

6. In event of any dispute arising out of tender, such dispute would be subject to the jurisdiction of
civil court within NAGPUR.

7. In case of dispute or difference arising between AIIMS NAGPUR and Bidder relating to any matter
arising out of or connected with this tender agreement, such dispute or differences shall be settled in
accordance with the Arbitration and Conciliation Act 1996. The venue of arbitration shall be
NAGPUR.

8. GST
GST rates applicable on your quoted item may please be informed. Please confirm if there is any
(Upward/Reduction) in your Basic Price structure and you are also requested to pass the Input
Credit as per the following Anti Profiteering Clause of GST. “Upon Implementation of GST,
any reduction in the rate of tax on supply of goods or service or the benefit of input tax
credit shall be passed on to AIIMS Nagpur by way of
commensurate reduction in the prices”.

Page 14 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

PARTICULARS FOR PERFORMANCE GUARANTEE BOND


(To be typed on Non-judicial stamp paper of the value of Indian Rupees of Two Hundred)
(TO BE ESTABLISHED THROUGH ANY OF THE SCHEDULED BANK (WHETHER
SITUATED AT NAGPUR OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE SAME
ON THEIR LOCAL BRANCH AT NAGPUR. BONDS ISSUED BY CO- OPERATIVE BANKS
ARE NOT ACCEPTED)

To,
The Director
All India Institute of Medical Sciences (AIIMS),
Nagpur-441108

LETTER OF GUARANTEE
WHERE AS All India Institute of Medical Sciences (AIIMS) Nagpur (Buyer) have invited Tenders
vide Tender No...............................Dt...........................for purchase
of.......................................................................AND WHERE AS the said tender document
requires the supplier/firm(seller)whose tender is accepted for the supply of consumables etc. in
response there to shall establish an irrevocable Performance Guarantee Bond in favour of “The
Director, AIIMS Nagpur” in the form of Bank Guarantee for Rs_____ /- which will be valid
beyond 60 days of completion of warranty period from the date of supply, installation &
commissioning, the said Performance Guarantee Bond is to be submitted within 30(Thirty) days
from the date of Acceptance of the Purchase Order.
NOW THIS BANKHERE BY GUARANTEES that in the event of the said
supplier/firm________ (seller) failing to abide by any of the conditions referred to intender
document/purchase order/performance/quality of the Injector Syringe, instrument/machinery,
consumables etc. This Bank shall pay to All India Institute of Medical Sciences (AIIMS) Nagpur on
demand and without protest or demur...................... (Rupees).
This Bank further agrees that the decision of All India Institute of Medical Sciences (AIIMS) Nagpur
(Buyer) as to whether the said supplier/firm _______(Seller) has committed a breach of any of the
conditions referred in tender document/ purchase order shall be final and binding.
We, ....................................................... (name of the Bank& branch) here by further agree that the
Guarantee herein contained shall not be affected by any change in the constitution of the
supplier/firm(Seller)and/or All India Institute of Medical Sciences (AIIMS) Nagpur(Buyer).
Not with standing anything contained herein:
a. Our liability under this Bank Guarantee shall not exceed`. ............................................... (Indian
Rupees. ............................................................... only).
b. This Bank Guarantee shall be valid up-to................................ (date) and date of claim should be
beyond six month from the date of validity.
c. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only
and only if AIIMS Nagpur serve upon us a written claim or demand on or
before............................
(Date).This should be beyond six months from validity as (b) above.
This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceable at
our branch office at ............................................................................. situated
at ..................................................................................... (Address of local branch).

Yours truly,

Signature and seal of the Guarantor


Name of the Bank:………………………………….
Complete Postal Address: ....................................................

Page 15 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

FORM-A

Declaration by the Bidder:

I/We have downloaded the tender from the internet site and I/We have not tampered /modified the
tender documents in any manner. In case the same is found tampered/ modified, I/We understand that
my/our offer shall be summarily rejected and I/We are liable to be banned from doing business with
AIIMS Nagpur and/or prosecuted as per laws.

I/We have read and fully understood all the terms and conditions contained in Tender document
regarding terms & conditions of the contract& rules and I/we agree to abide them.

The bidder should not have been blacklisted before at any government organization
No other charges would be payable by Client and there would be no increase in rates during the
Contract period.

Place:……………… (Signature of Bidder with seal)


Date:……………… Name :
Seal :
Address :

Page 16 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

FORM-B

MANUFACTURER’s / PRINCIPAL’s AUTHORIZATION FORM

To
The Director,
All India Institute of Medical Sciences Nagpur

Dear Sir,
TENDER: .
we,____________________________________________________________who are established and
reputable manufacturers of , having factories at and
, hereby Authorize Messrs. (Authorized Dealer/Sole
Distributor/Supplier) (name and address of agents) to bid, negotiate and conclude the
contract with you against Tender No.__________________________________________________
for the above goods manufactured by us. No company or firm or individual other than Messrs. are
authorized to bid, negotiate and conclude the contract in regard to this business against this specific
tender. We hereby extend our full guarantee and warranty as per the conditions of tender for the goods
bided for supply against this tender by the above firm. The authorization is valid up to

Yours faithfully,

(Name)
For and on behalf of M/s.
(Name of manufacturers)/Principal

Page 17 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

FORM- C

S Tender Name of Item as in the Specification Brand Name of Pack Category


No. Item tender list of quoted Name Agency for Size Brand/
S No. item quality Generic
certification
e.g. ISI/US-
FDA/CE/ISO
/ COPP.
WHO-GMP
etc.

Page 18 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

Form D
The bidder should submit related undertaking for Restrictions on procurement from bidders from a
county or countries, or a class of countries under Rule 144 (XI) of the General Financial Rules 2017 in
compliance of office OM no. 6/18/2019-PPD dated 23rd July 2020. Ministry of Finance Department of
Expenditure, Public Procurement Division on the basis of following Certificate given below, on the
company letter head duly signed by authorized signatory for this tender.

Certificate for Tender


Tender no.:- _________________________________________________________________

Item name: - ___________________________________________________________

'We have read the clause regarding restrictions on procurement from a bidder of a country which shares
a land border with India; and solemnly certify that we are not from such a county or, if from such a
country, we are registered with the Competent Authority (copy enclosed). We hereby certify that we
fulfill all requirements in this regard and are eligible to be considered."

AND

We have read the clause regarding restrictions on procurement from a bidder of a county which shares a
land border with India and on sub-contracting to contractors from such a country; and solemnly certify
that we are not from such a county or, if from such a country, we are registered with the Competent
Authority (copy enclosed) and we shall not subcontract any work to a contractor from such countries
unless such contractor is registered with the Comps eat Authority. We hereby certify that we fulfil all
requirement in this regard and are eligible to be considered."

It is to declare that if, our bid/offer is accepted by the purchaser, as per undertaking given by us as per
aforementioned points on the basis of certificate are found to be false, in such case this would be a
ground for immediate termination of our bid/offer and further legal action in accordance with the law to
be initiating on us by the procuring entity i.e. AIIMS, Nagpur.

[Signature with date, name and designation]


for and on behalf of
Messrs___________________________
[Name & address of the manufacturers]

*Note: This clause is not applicable for Indian manufactures

Page 19 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

Form-E

Format for Affidavit of Self Certification regarding Local Content in consumables to be purchase on
Rs. 100/- Stamp Paper.

I _______________________________________S/o, D/o, W/o____________________________ of


______________________________________________________________________________ do

hereby solemnly affirm and declare as under:

That I will agree to abide by the terms and conditions of the policy of Government of India issued vide
Notification No:

That the information furnished hereinafter is correct to best of my knowledge and belief and I
undertake to produce relevant records before the procuring entity or any authority so nominated by the
Department of Pharmaceuticals. Government of India for the purpose of assessing the local content.

That the local content for all inputs which constitute the said consumables has been verified by me and
I am responsible for the correctness of the claims made therein.

That in the event of the domestic value addition of the product mentioned herein is found to be
incorrect and not meeting the prescribed value-addition norms based on the assessment of an authority
so nominated by the Department of Pharmaceutical. Government of India for the purpose of assessing
the local content, action will be taken against me as per Oder No. P-45021/2/2017-B.E-II dated
15.06.2017 and Guidelines issued vide letter no. 31026/36/2016- MD dated – 18.05.2018.

I agree to maintain the following information in the company’s record for a period of 8 years and shall
make this available for verification to any statutory authority.

i. Name and details of the Domestic Manufacturer (Registered Office, Manufacturing unit
location, nature of legal entity).
ii. Date on which this certificate is issued.
iii. consumables for which the certificate is produced
iv. Procuring entity to whom the certificate is furnished
v. Percentage of local content claimed (to be calculated based on total items quoted by bidder) -
_____ %(Local Content)
vi. Name and contact details of the unit of the manufacturer
vii. Sale Price of the product
viii. Ex-Factory Price of the product
ix. Freight, insurance and handling
x. Total Bill of Material
xi. List and total cost value of inputs used for manufacture of the consumables.
xii. List and total cost of inputs which are domestically sourced Value addition certificates from
suppliers. If the input is not in use attached.
xiii. List and cost of inputs which are imported, directly or indirectly.

For and on behalf of (Name of firm/entity)


Authorized signatory

Page 20 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

Form-F
Technical compliance report should be submitted in the following format
Item Sr. No as per Item Description as Complied Remark
Annexure – I per Tender Annexure Yes/No
–I

For and on behalf of (Name of firm/entity)


Authorized signatory

Page 21 of 23 Signature and Stamp of Bidder


Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

Instructions for Online Bid Submission:


1. The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements
and submitting their bids online on the CPP Portal.
2. More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.

REGISTRATION

1. Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder
Enrolment” on the CPP Portal which is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1. There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name,
Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number of search parameters such as Organization Name, Form of
Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP
Portal.
2. Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail
in case there is any corrigendum issued to the tender document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1. Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2. Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid.
3. Number of covers in which the bid documents have to be submitted, the number of documents -
including the names and content of each of the document that need to be submitted. Any
deviations from these may lead to rejection of the bid.
4. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG
formats. Bid documents may be scanned with 100 dpi with black and white option which helps
in reducing size of the scanned document.
5. To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to
them to upload such documents. These documents may be directly submitted from the “My
Space” area while submitting a bid, and need not be uploaded again and again. This will lead to
Page 22 of 23 Signature and Stamp of Bidder
Tender No.: AIIMS/NAG/CMS/Patho/Kits/OTE/24-25/23

a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1. Bidder should log into the site well in advance for bid submission so that they can upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2. The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.
3. Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a standard
BOQ format with the tender document, then the same is to be downloaded and to be filled by all
the bidders. Bidders are required to download the BOQ file, open it and complete the white
coloured (unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BOQ file is
found to be modified by the bidder, the bid will be rejected.
4. The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening of
bids etc. The bidders should follow this time during bid submission.
5. The documents being submitted by the bidders would be encrypted using PKI encryption all
techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized
persons until the time of bid opening. The confidentiality of the bids is maintained using the
secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields
is done. Any bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key.
6. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys.
Overall, the uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
7. The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
8. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission”
in the portal), the portal will give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of the bid with all other relevant
details.
9. The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1. Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact person
indicated in the tender.
2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk number 0120- 4200462, 0120-
4001002.

Signature Not Verified


Digitally signed by ASHLESH LAXMAN PATIL
Date: 2025.01.16 16:35:02 IST
Location: eProcure-EPROC
Page 23 of 23 Signature and Stamp of Bidder

You might also like