zilla swasthya samiti, balangir office of the...
TRANSCRIPT
ZILLA SWASTHYA SAMITI, BALANGIR
Office of the CDMO-Cum-DMD(DPMU, NHM) Balangir
Advt. No. 2243 TENDER NOTICE Date. 26.11.2014
Sealed tenders are invited in the prescribed format by ZSS, Balangir having valid TIN
number for following purposes:
Sl
No.
Item Particular Supplier
01. Branding of MHT Vehicles
under RBSK
(28 vehicles)
Eco Solvent printing
on vinyl substrate with
sharper image quality
Registered Agencies/ Firms
02. Supply of Food items for
meetings/ training etc.
Good quality Registered food Suppliers/
Restaurants/ Catering
Agencies/ NGO`
03. Empanelled Vehicles under
JSSK for DHH Balangir/ SDH
Patnagarh
On hourly basis Individuals/ Agencies
The detail terms & conditions and quotation format can be obtained from DPMU, NHM,
Balangir during the office hours and can also collect the total document from website
www.balangir.nic.in from Dt. 28.11.2014 to 08.12.2014. The documents should reach within
08.12.2014 by 1 PM through Speed Post/Regd Post/Courier only and will be opened on the same
day at 3:00 PM in the Office Chamber of the undersigned.
The undersigned reserves the right to accept or reject any or all the quotations without
assigning any reason thereof. S/d- CDMO-Cum-DMD, Balangir
Sd/- CDMO-cum-District Mission Director, Balangir
TERMS AND CONDITIONS FOR BRANDING OF RBSK VEHICLE
1. Sealed tender will be received by dated 08.12.2014 up to 2 PM at DPMU, NHM, Balangir for
printing and branding of RBSK Vehicle. Any tender received after the due date & time will be
rejected / returned to the sender unopened. The tender will be received through Regd.
Post/Speed Post / Courier services only.
2. The firms/ suppliers/ Dealers are to submit their quotation in the sealed covered envelops,
which should be super scribed as “Quotation for printing and branding of RBSK Vehicles”.
3. Bidder must have sound knowledge of latest intellectual and property right. The authority who
assigns the work is in no way responsible for any deviation made by the printer in this regard.
4. The qualified firm/supplier/ Dealer has/have also to branding/ Mounting the vehicles at
respective places i.e. at each block.
5. Stickering to be made as per sample having eco solvent printing on vinyl substrate with sharper
image quality.
6. No extra charges to be given for branding/ mounting of vehicle.
7. Rates quoted against this quotation shall remain valid up to 12 months after award of
contract. No request for increase in rates, if any, will be allowed or entertained during this
period.
8. Conditional quotation (like alternative price offers etc.) is liable to be ejected. In the event of
acceptance, CDMO-cum-District Mission Director’s decision will be final. The tender, which is
not as per the required specifications will not be considered.
9. Delivery and mounting branding of vehicle must be completed within 7 days from issue of work
order.
10. All legal disputes are subject to the jurisdiction of Balangir courts only.
11. The CDMO-Cum-District Mission Director, Balangir reserves the right to accept or reject any or
all the Quotation without assigning any reasons whatsoever.
QUOTATION
To,
CDMO-cum-District Mission Director, NHM, Balangir
Sub: Quotation for Branding of RBSK Vehicles.
I am here offering my lowest offer for the following items which may please be accepted
Sl. No.
Name of the item Specification Qnty.
Quoted Rate
In figure In word
01 Eco Solvent printing on
vinyl substrate with
sharper image quality
As per protocol
Per Piece
(Signature of the tenderer with Seal)
Supply of Buffet Lunch for Training/ Workshop/Meeting of NHM Terms and Conditions :
1. The firm should have valid food license.
2. The firm should be registered under Value Added Tax (VAT) Act in Orissa.
3. The firm should have valid VAT clearance certificate.
4. The firm should have PAN.
5. The firm should have adequate man power to supply the food in time.
6. The agency will supply food as per requirement & the payment will be made after completion of
programme and within 7-15 days of receipt of bill.
7. The firm shall supply the food at the designated venue with crockery, serving dishes and with manpower
for serving of food as per intimation from CDMO--cum-District Mission Director, NHM, Balangir.
8. The rates quoted per plate (highest rate quoted in each Sl. No.) should not exceed Rs.150/- ( including
all taxes)(Details of food items at format-II)
9. In case of L1 prices quoted by different bidders for different items, the total avg. price per plate (taking the
average of items in each Sl.No.) shall be taken into account for arriving at L1 Price.
10. The firm will enter into agreement with CDMO- cum-District Mission Director, Balangir for supply of buffet
lunch for a period of one year from the date of signing of contract.
11. After completion of the programme the supplier /agency should submit the bill in duplicate along with a
copy of work order within 3 days.
12. CDMO- cum-District Mission Director, Balangir reserves the right to consider/reject any such proposal
without assigning any reason thereof.
13. The tender will be in two parts i.e. Technical Bid (Cover-A) and Price Bid (Cover-B). The bidders
should give their technical and price bid separately in two envelopes and should be put into another
cover envelop superscribed as “Tender for Supply of Buffet Lunch for training/ workshops/
meetings of NHM in reference to Advt. no 2243/ Dt. 26.11.2014”. The Technical & Price Bid envelopes
should be clearly marked as Technical Bid & Price Bid on the top of the relevant envelopes. The tenders
should be addressed to :
The CDMO- cum-District Mission Director
Balangir - 767001
14. Bidders who qualify technically, their price bid shall only be opened.
15. The CDMO-cum-DMD, Balangir reserves its right to accept or reject any or all tenders or any part
thereof without any liability to communicate any reason.
FORMATS OF TENDER
TECHNICAL BID (to be furnished in COVER A) FORMAT -I
(ORGANIZATION PROFILE)
(The documents are to be arranged serially as per the order mentioned below)
1 Name of the Firm
2 Address of the firm
3 Name of authorized signatory (in block letters)
4 Specimen signature of authorized signatory
5 Telephone number of authorized signatory / Firm
6 Valid Food License Certificates (Attach photocopy of registration certificate )
7 VAT clearance certificate (Attach photocopy of certificate )
8 PAN (Attach photocopy of PAN )
9 Major clients of the firm (Attach photocopy of work orders)
10 Whether all documents submitted signed by the authorized signatory of the firm ( Yes/ No)
DECLARATION
I / we hereby certify that the terms and conditions given with the short quotation call notice have been
read carefully and acceptable to me/us and that the information furnished above is full and correct to the best of by /our knowledge. I / we understand that in case of any false information /deviation in the above statement at any state, my Firm/Agency will be blacklisted and will not have any dealing with your organization in future.
(Signature and seal of the authorized signatory)
PRICE BID (to be furnished in COVER B)
FORMAT-II
Sl. No
Name of the Item
Quantity approx.
(per plate)
*Price (Rs.) Item wise (Inclusive of taxes)
*** Avg. Price (Rs.) of each item Sl. No. (Inclusive of taxes)
1
Plain Rice 200 Gm
Jeera Rice 200 Gm
Veg. fried rice 200 Gm
Veg. Palau 200 Gm
2
Dal Plain 100 gm
Dal fry 100 gm
Dal Tadka 100 gm
3
Roti 2 No
Chapatti 2 No
Naan 2 No
4
Veg. Curry (Mix veg.) 200 Gm
Veg. Curry (Nabaratna Kurma) 200 Gm
Veg. Curry (Potal Rassa) 200 Gm
Veg. Curry (Phul Kobi Kasa) 200 Gm
5 Special Veg. Curry (Paneer) 150 Gm
Special Veg. Curry (Mushroom) 150 Gm
6
Non Veg. (Chicken) 200 Gm
Non Veg. (Mutton) 200 Gm
Non Veg. (Fish) 200 Gm
7 Chips 100gm
Potato & Brinjal Bharta 100gm
8
Khata ( Tamato & Khajara) 50Gm
Khata (Dahi brinjal) 50Gm
Khata ( Bundi Raita) 50Gm
9 Salad & Papad
10
Sweets (Rasagola) 1Pc
Sweets (Golab Jamun) 1Pc
Sweets (Jalebi) 1Pc
11 Payas 100 Gm
Sweet curd 100 Gm
** Total Price per plate (taking the highest price of items in each Sl. No.)
( Sum of highest prices of items from Sl.No. 1 to 11)
*** Total Avg. Price per plate (taking the average of items in each Sl. No.)
( Sum of avg. prices from Sl.No. 1 to 11)
*The price should include transportation cost with crockery, serving dishes, man power for serving food & taxes if any. Pl. mention the % of tax inc luded in the price quoted. **The total price quoted per plate (taking the highest price in each Sl. No.) should not exceed Rs.150/- (including all taxes) *** In case of L1 prices quoted by different bidders for different items, the total avg. price per plate (taking the average of items in each Sl.No.) shall be taken into account for arriving at L1 Price. Name of the Firm : (Authorized Signatory with Seal)
TERMS &CONDITIONS FOR EMPANELMENT OF PRIVATE VEHICLES ON CASE TO CASE
BASIS AS PER REQUIREMENT FOR TRANSPORTATION OF PREGNANT WOMEN & NEW
BORN TO APPROPRIATE HEALTH INSTITUTIONS/BACK HOME UNDER ‘JANANI SISHU
SURAKSHYA KARYAKRAM’
1. Purpose of the scheme ‘ Janani Sishu Surakshya Karyakram’
To make available transportation services free of cost for pregnant women & sick new born (upto 30 days);
from home to health facility
between health facilities if required
Pickup point to Maternity Waiting Home and/or to Institution
and drop back from facilities to home
Under this initiative, Govt. intends to increase pool of vehicles at each identified vehicle point, so as simultaneous calls
for availability of vehicles can be responded.
The documents should be submitted to: The District Programme Management Unit (DPMU), NHM,
BALANGIR for DHH Balangir and to THE SDMO, SDH, Patnagarh for SDH Patnagarh.
2. The assignment will be on case to case basis as per requirement. The requirement of vehicle will be at any point of
time (any day including holidays & at any time) depending on the situation.
3. Eligibility criteria for empanelment of vehicles ;
The Vehicle should not be more than 3 years old having commercial vehicle registration no. and comprehensive
insurance.
Driver of a Vehicle should have a valid driving license
4. Type of vehicles required: The institution has to decide any one category of vehicle depending on the availability in
that area in the given order.
Category I: Ambulance
Category II: 4 wheeler passenger carriers
Category III: 3 Wheeler passenger carriers
5. The period of empanelment will initially be for one year with effect from date of signing of contract. The contract
period may be renewed for another one year term on fulfilling following conditions:
- Satisfactory performance report given by EC, RKS
- Fitness certificate issued by appropriate authority
6. The case to case basis hire charges per KM & halting charges will be quoted separately in the desired format
(Annexure - A), which will be inclusive of all other related expenses on a vehicle & Driver except the following as
detailed below
The toll gate charges, parking charges if any during the travel shall initially be borne by the agency/Owner of the
vehicle & are to be reimbursed as per actual on producing bill/voucher on monthly basis along with monthly rental
bill. The charges like Repair/maintenance, insurance, road tax, monthly remuneration to driver & other
liabilities/expenditure in respect of empanelled vehicle will be managed by the Agency/Owner.
7. The driver of the vehicle must be well versed with the local roads & have a mobile phone.
8. The vehicle owner has to provide replacement only in case of breakdown of the empanelled vehicle, but it should
not be repeated for more than 20% of calls attended in a month.
9. The driver of the vehicle shall maintain a logbook in the prescribed format and/or any other records as instructed
from time to time & submit these documents, complete in all respect to MO(I/c) by 5th
of every month.
10. Payment shall be made on monthly basis after submission of bill in triplicate along with the copy of the log book &
requisition slips.
11. It is sole discretion of MO(I/c) concerned, to extend the period of the contract order beyond the agreement period or
terminate the contract prematurely on the ground of unsatisfactory services, disobedience of orders , negligence in
duty & unruly behavior of drivers if noticed on duty.
12. Arbitration - MO(I/c) & owner of empanelled vehicle will make every effort to resolve amicably by direct
negotiation, any disagreement or dispute arising between them under or in connection with the work assigned. In
case of their failure to resolve, the matter will be referred to CDMO, whose decision will be final & binding on both
the parties.
13. Legal Jurisdiction - All legal disputes are subject to the jurisdiction of nearest courts only.
FINANCIAL BID FORMAT
A. Quoted Rate for ambulance/any 4 wheeler vehicles
Service Charges for transportation of patients in a 4 wheeler passenger vehicle
Service Charges (Rs.) per hourly basis
Fuel charges to be reimbursed
Rs.4/- per Km irrespective of Diesel/Petrol
Vehicle (Fuel reimbursement rate per Km will
vary depending on the Diesel rate per KM at
authorized filling stations of local area)
B. Quoted rate for 3 wheeler vehicles
Charges per Km
To, The MO I/c, SDMO, ADMO(Med),
CHC / SDH/DHH ____________
Sub: Quotation for Empanelment of Private vehicle on hourly basis. Ref: Your Quotation calls notice no: Sir, This is to inform you that after gone through the terms & conditions in the notice, I am quoting the rate as follows: Vehicle No: Purchase date: Registration Date: Vehicle Colour: Fuel to be used: ……………. Kms / litres Lubricant: Name of the Individual / Travel Agency: Address: Telephone No: Signature with date