Materials System Management Division,

Similar documents
CORRIGENDUM. Tender. For. Self-Inflating Bag. NIT Issue Date : September 09, 2013.

MINISTRY OF HEALTH & FAMILY WELFARE Department of AIDS Control National AIDS Control Organization. National HIV/AIDS Control Programme BID DOCUMENT

National AIDS Control Programme BID DOCUMENT

INVITATION FOR QUOTATIONS FOR SUPPLY OF EQUIPMENT THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI INVITATION FOR QUOTATION. Sub: Invitation for Quotations for supply of 3 Axis CNC machine.

Bidding Document. For Supply of Imported Boxing Rings ( AIBA Approved )for NATIONAL BOXING ACADEMY, ROHTAK CRITICAL DATE SHEET

INTERNATIONAL COMPETITIVE BIDDING INVITATION TO BID

Master Bidding Documents Procurement of Goods and User s Guide

INVITATION FOR QUOTATIONS FOR SUPPLY OF ITEM THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

INDIAN INSTITUTE OF SCIENCE BENGALURU

INVITATION FOR QUOTATION. TEQIP II/2013/WB2G02/Shopping/99

INVITATION FOR QUOTATION. TEQIP-III/2018/recb/Shopping/9

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

INVITATION FOR QUOTATION. TEQIP-II/2017/UK1G01/Shopping/87

Second Line Anti TB Drugs PC-5DII, PC-5DIII, PC-6, PC-10, PC- 11, PC-12, PC-21, PC- 45, PC-46 & PC-56

INVITATION FOR QUOTATION. TEQIP-III/2018/uiet/Shopping/136

Procurement of Health Sector Goods

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/10

Equip_Comp_Desktops Inst_Level_Revised

Procurement of Goods

Bidding Document For Supply, Installation & Commissioning of Shooting Range Equipment at Bangalore

SPEED POST. Enquiry: 3(2205)2018-PB/T-46 Dated: 23/07/2018 Due Date: by PM Date of opening: by 03.

SPECIAL COMMERCIAL TERMS AND CONDITIONS

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

Procurement of Licences of Business Objects BI Platform

NOTICE INVITING TENDER

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

INVITATION FOR QUOTATION. TEQIP-II/2013/WB2G02/Shopping/80

Standard Bidding Documents. Procurement of Goods. The World Bank

TENDER FOR. Supply of Microsoft Cloud campus Licence & Microsoft Windows Licence in Campus. in the Department of COMMPUTER SCIENCE & ENGINEERING.

(Tender Sl. No.) TENDER DOCUMENT FOR PURCHASE OF WATER WASHABLE NYLO PLATES FOR CTOP SYSTEM Tender No. 45/2012 dated 07 August M/s.

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/12

BHARAT HEAVY ELECTRICALS LTD., RC.PURAM, HYDERABAD INSTRUCTIONS TO BIDDER (ITB)

GIANI ZAIL SINGH PUNJAB TECHNICAL UNIVERSITY CAMPUS, BATHINDA

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/23. Sub: Invitation for Quotations for supply of Goods (AM Modulator/ Signal Generator).

Procurement of Goods by Open Tender

INVITATION FOR QUOTATION. TEQIP-III/2018/mmug/Shopping/8

Sports Authority of India JAWAHARLAL NEHRU STADIUM COMPLEX, GATE NO.10, LODHI ROAD, NEW DELHI

INVITATION FOR QUOTATION

INVITATION FOR QUOTATION. TEQIP-III/2018/mmug/Shopping/6

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/56

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161

ADVANCED TECHNICAL TRAINING

INVITATION FOR QUOTATION. TEQIP-III/2018/nitm/Shopping/25

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926 KE/CR KE

B i d d i n g D o c u m e n t. f or

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

INVITATION FOR QUOTATION. TEQIP-III/2018/mntj/Shopping/66

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

Directorate of Information and Publications of Agriculture Indian Council of Agricultural Research

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/18

INVITATION FOR QUOTATION. TEQIP-III/2018/uiet/Shopping/87

Issued in 28 th March, 2018

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

TENDER (RATE CONTRACT) FOR AUTOMATIC CONE WINDING MACHINES


Bid Document Procurement of Track Machines

STANDARD BIDDING DOCUMENT (SBD)

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

INVITATION FOR QUOTATION. TEQIP-III/2018/deia/Shopping/6

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/55

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

BIDDING DOCUMENTS Issued on: 25 th January, 2010

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

NOTICE INVITING TENDER (NIT)

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

INVITATION FOR QUOTATION

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

Issued on: 28 th November 2017 Tender Closing date: 9 th January 2018 Time: a.m. Local time

INVITATION FOR QUOTATION. TEQIP-II/2013/UP1G01/Shopping/53

Created with Print2PDF. To remove this line, buy a license at:

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

National Institute of Technology, Jamshedpur Office of the TEQIP II INVITATION FOR QUOTATION

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/39

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

INVITATION FOR QUOTATION. DIC/UIET/2016 Date: Workstation and Printer To,

Section 2 - Bid Data Sheet

INVITATION FOR QUOTATION. TEQIP-II/2016/RJ1G01/Shopping/43

SOFTWARE TECHNOLOGY PARKS OF INDIA

Procurement of Goods

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

E-Bidding Document For Supply of Training Boats & Accessories for Water Sports Centre, Alleppy and Port Blair

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

Notice Inviting Tender (NIT)

INVITATION FOR QUOTATION. TEQIP-III/2018/mnitj/Shopping/49

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN

ICB No: PCB/POPs

Special Instructions:- To,

RFB NO.: KE-DASAR GO-RFQ

NATIONAL COMPETITIVE BIDDING

Transcription:

MINISTRY OF HEALTH & FAMILY WELFARE Government of India Empowerment Procurement Wing Through Materials System Management Division, RITES OFFICE COMPLEX - II, ANNEX BUILDING, 4 th Floor, Plot No.144, Sector 44, Gurgaon - 122003, Haryana, India AMENDMENT No. 3 dated 11th July 2013. to IFB No. : RITES/MSM/EPW/RNTCP/01/2013/DOM for Procurement of First Line Anti TB drugs (PC-1,2,4,7,10,11,13,14,15,16). The following amendments are made to the subject Bid Document:- Sl. No. Bid Document Clause Reference IFB & ITB: 1. IFB (Para 1, Pg No.5) Existing Ministry of Health & Family Welfare, Govt. of India, intends to utilize part of its domestic budget for eligible payments under the contracts for Procurement of First line & XDR Anti TB drugs (PC-1, PC-2,PC-4, PC- 7,PC-10,PC-11,PC- 13,PC-14,PC- Modified Ministry of Health & Family Welfare, Govt. of India, intends to utilize part of its domestic budget / GFATM funds for eligible payments under the contracts for Procurement of First line & XDR Anti TB drugs (PC-1, PC-2,PC-4, PC-7,PC-10,PC-11,PC- 13,PC-14,PC-15,PC-16) against Schedule I to XXVIII for which this invitation for bid is issued under Revised National Tuberculosis Control Programme (RNTCP Phase-II). 1

Sl. No. Bid Document Clause Reference Existing 15,PC-16) against Schedule I to XXV for which this invitation for bid is issued under Revised National Tuberculosis Control Programme (RNTCP Phase-II). Modified 2. ITB clause 2: Source of Funds 3. ITB clause 6.1 (Page No 12): Qualifications of the Bidder The Government of India Other Qualification requirements for Bidders are listed below: 2.1 GFATM (For schedules XXVI to XXVIII); The Government of India. (for all other schedules). Add in the beginning under Other Qualification requirements for Bidders are listed below: (For GFATM funded schedules XXVI to XXVIII ) The selection of supplier only will be as per Global Fund Quality Assurance Policy. The bidder shall comply as per Global Fund Quality Assurance Policy, as applicable on the date of bid opening. Bidders should submit the relevant documentary evidence in support. Reference may be made to the GFATM website. http://www.the globalfund.org/en/procurement/pharmaceutical/?lang=en The bidder shall either be prequalified by the World Health Organization (WHO) for the product being offered or products being offered by the bidder should be approved (or tentatively approved) or authorized for use by a stringent regulatory authority (a member, observer or associate of ICH) as per GFATM QA policy or be recommended for use by an Expert Review Panel (ERP) of GFATM. The prequalification/approval or authorization will be valid on the date of submission of bid. For GFATM funded schedules, the bidder shall be enlisted in 1A and 1B for PC-7 and 1A for PC-11 as per GFATM QA requirements. PC-10 shall be procured only from the bidder who has a valid ERP approval and notified by GFATM. 4. ITB 6.1 A(e) Deleted Following clause 6.1 A(e) shall be added: For GFATM funded schedules: Has a valid Certificate of Pharmaceuticals Product (COPP) as 2

Sl. No. Bid Document Clause Reference Existing Modified recommended by the WHO for each product code offered. COPP should be valid on the date of tender opening. 5. ITB 6.1 A(c) (C) For both (A) and (B) (C) For both (A) and (B) Add the GFATM requirement at C (e) as below For schedules XXVI to XXVIII,(GFATM funded ) Copy of the approval by ERP of GFATM for the goods offered where applicable. 6. ITB 14 Bid Form For GFATM funded Schedules, Form 2(c) and 2(d) as attached in this amendment should be adopted for bidding. 7. ITB 15 Bid Prices Following clause 15.10 shall be added: 15.10. For GFATM funded schedules: Bidders may like to ascertain availability of Deemed Export or other Benefits. They are solely responsible for obtaining such benefits, which they have considered in their bid and in case of failure to receive such benefits for reasons whatsoever; the Purchaser will not compensate the bidder. Where the bidder has quoted taking into account such benefits, he must give all information required for issue of Project Authority/ Payment/Other Certificates in terms of the Import Export Policy or central excise notifications along with his bid in Form as per 7a (attached in this amendment). The Project Authority / Payment/Other Certificates will be issued on this basis only and no subsequent change will be permitted. Bids which do not conform to this provision or any condition by the bidder which makes the bid subject to availability of deemed export benefits or compensation on withdrawal of or any variations to the deemed export benefits scheme, will be treated as nonresponsive and rejected. 8. ITB 18.2 Bid Security The bid security shall Bid Security The bid security shall remain valid for a period of 45 days beyond 3

Sl. No. Bid Document Clause Reference Existing remain valid for a period of 28 days beyond the validity period for the bid and beyond any extension subsequently requested under sub clause 17.1 Modified the validity period for the bid and beyond any extension subsequently requested under sub clause 17. 9. ITB 31 Evaluation and comparison of bids Add following in Clause 31.2: For schedules XXVI to XXVIII (GFATM funded) : 10. 35. Purchaser s right to vary quantities 35.1 The Purchaser reserves the right at the time of Contract award to increase or decrease, The Purchaser s evaluation of a bid will exclude and not take into account: (a) in the case of Goods manufactured in the Purchaser s country or Goods of foreign origin already located in the Purchaser s country, sales and other similar taxes, that will be payable on the Goods if a contract is awarded to the Bidder; (b) in the case of Goods of foreign origin already imported and to be imported from abroad, customs duties and other similar import taxes paid or payable on the Goods if the contract is awarded to the Bidder; and (c) The comparison shall be between the EXW price of the Goods offered from within the Purchaser s country plus local transportation, such price to include all costs, as well as duties and taxes paid or payable on components and raw material incorporated or to be incorporated in the Goods, and the CIF named port of destination (or CIP border point, or CIP named place of destination) price of the Goods offered from outside the Purchaser s country, plus local transportation. (d) For the Goods offered from outside the Purchaser s country, evaluation of the bid will be on the basis of CIP final destination price. 35.1 The purchaser reserves the right to increase or decrease the quantity of goods by 20% at time of award or during the currency of contract, the quantity of goods and services beyond that originally specified in the schedule of 4

Sl. No. Bid Document Clause Reference during currency contract. of Existing the quantity of goods and services beyond that originally specified in the Schedule of Requirements Section III without any change in unit price or other terms and conditions. Percentage for increase or decrease of quantity of goods and services originally specified: 20%. Modified requirements without any change in unit price or other terms and conditions. Section II: General Conditions of contract 11. Clause 9 of GCC Inspections and Tests (Page No. 43-45) Add following at the end of 9.1(b) Note:- For the schedules to be financed by GFATM 12. Clause 12 of GCC Insurance GFATM may randomly select the samples of finished pharmaceuticals products (FPP) procured under GFATM schedules to be tested for Quality Control (QC) purposes, prior to the delivery of these FPP by the manufacturer to the designated recipients. For further details, bidder may contact the website of the GFATM www.theglobalfund.org/en/procurement/pharmaceutical/?lang=en Deleted 12.1 The Goods supplied under the Contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The insurance shall be in an amount equal to 110 percent of the CIP value of the Goods from warehouse to warehouse on All Risks basis, including war risks and strikes. 12.2 Where delivery of the Goods is required by the Purchaser on a CIF or CIP basis, the Supplier shall arrange and pay for cargo insurance, naming the Purchaser as beneficiary. 5

Sl. No. Bid Document Clause Reference 13. Clause 23 of GCC Existing Modified Termination for Default Add following as Clause 23.3 : Note:- For the schedules to be financed by GFATM GFATM have devised Code of Ethics for suppliers and sanction procedure. Complete guidelines in this regard are available on the GFATM s website. For further details, bidder may contact the website of the GFATM www.theglobalfund.org/en/governance/ Section III: Schedule of Requirements 14. Schedule of Requirements (Page No 60) 15. Schedule of Requirements (Page No 63) Existing Schedule of Requirements Three GFATM funded Schedules are added to the SOR as mentioned at Annexure-A of this Amendment. Existing Delivery schedule for 1 st Tranche of all schedules should be changed as: 1 st tranche (qty as per SOR of Section III) to be delivered within 60 days from date of NOA. 16. Schedule of Requirements (Page No 63) Existing schedule Delivery Delivery requirements for three GFATM funded Schedules are added to the SOR as mentioned at Annexure-B of this Amendment. 17. Schedule of Requirements (Page No 64) 18. Schedule of Requirements, Appendix A (Page No 71) 19. Schedule of Requirements, Appendix B (Page No 72) Existing Consignee address and Consignee-wise Quantity distribution Existing Appendix A Existing Appendix B Consignee address and Consignee-wise Quantity distribution for three GFATM funded Schedules are added to the SOR as mentioned at Annexure-C of this Amendment. Additional details for three GFATM funded Schedules are included in Appendix A placed at Annexure-D of this Amendment. Additional details for three GFATM funded Schedules are included in Appendix B placed at Annexure-E of this Amendment. SECTION V Sample Forms: 6

Sl. No. Bid Document Clause Reference Existing Modified 20. Checklist Existing Form No 13 Modified Form No 13 placed at Annexure-F below 21. Sample forms Form 7a, Form 2(c) and Form 2(d) applicable for GFATM funded schedules attached in this Amendment. 22. Form No. 10 Affidavit (on Stamp Paper) Note: Point No-2 This affidavit is to be submitted along with the invoices at the time of claiming 80 % payment. Note: Point No-2 This affidavit is to be submitted along with the invoices at the time of claiming payment. All other terms and conditions of the Bid Document shall remain unchanged. RITES LTD. ADDRESS FOR COMMUNICATION: Group General Manager/MSM, RITES Ltd., RITES Office Complex, Annex Building, 4 th Floor, Plot No. 144, Sector 44, Gurgaon - 122003 (Haryana)-India Tel: 0124-2728408/405/440 Fax: 91-124-2571659/2571660 E mail: rites_epw@rediffmail.com 7

Annexure-A. Schedule No. Description of Goods Unit Required Quantity Bid Security in Indian Rupees Bid Security in US Dollars The following schedules are added: GFATM FUNDED XXVI PC - 7 Strips of 10 Tabs 339,300 41,000 750 XXVII PC - 10 Strips of 10 Tabs 18,400 13,000 10 XXVIII PC - 11 Strips of 10 Tabs 949,000 200,000 3,800 Total: 254,000 4,560 Terms of Delivery for each Consignee: Final Destination at the consignee end as per Schedule of Requirements. (For GFATM funded Schedules : CIP destination; and for other schedules: DDP consignee End as per INCOTERMS ). Note: The bidder must supply as per the delivery schedule indicated above. In case of early delivery not as per the staggered delivery schedule, the goods may not be accepted. 8

Delivery Schedule for First line Anti TB Drugs under DBS IFB No. RITES/MSM/EPW/RNTCP/01/2013/DOM PC Schedule No. Delivery Schedule The following are added for GFATM FUNDED SCHEDULES PC-7 XXVI 1st tranche 50% of the total quantity by December 2013 2 nd tranche 50% quantity by June, 2014 PC-10 XXVII 1st tranche 50% of the total quantity by December 2013 2 nd tranche 50% quantity by June, 2014 PC-11 XXVIII 1st tranche 50% of the total quantity by December 2013 2 nd tranche 50% quantity by June, 2014 9

Consignee address and Consignee-wise Quantity distribution SCHEDUL E NO CONSIGNEE PRODUCT CODE UNIT* QUANTITY The following are added : FOR GFATM FUNDED SCHEDULES XXVI GMSD Chennai PC-7 Strips of 10 Tabs 36,490 XXVI GMSD Guwahati PC-7 Strips of 10 Tabs 9,980 XXVI GMSD Hyderabad PC-7 Strips of 10 Tabs 21,140 XXVI GMSD Karnal PC-7 Strips of 10 Tabs 105,500 XXVI GMSD Kolkatta PC-7 Strips of 10 Tabs 74,630 XXVI GMSD Mumbai PC-7 Strips of 10 Tabs 91,560 TOTAL 339,300 XXVII GMSD Chennai PC-10 Strips of 10 Tabs 1,980 XXVII GMSD Guwahati PC-10 Strips of 10 Tabs 1,450 XXVII GMSD Hyderabad PC-10 Strips of 10 Tabs 690 XXVII GMSD Karnal PC-10 Strips of 10 Tabs 8,250 XXVII GMSD Kolkatta PC-10 Strips of 10 Tabs 2,190 XXVII GMSD Mumbai PC-10 Strips of 10 Tabs 3,840 XXVII TOTAL 18,400 XXVIII GMSD Chennai PC-11 Strips of 10 Tabs 123,120 XXVIII GMSD Guwahati PC-11 Strips of 10 Tabs 67,610 XXVIII GMSD Hyderabad PC-11 Strips of 10 Tabs 32,820 XXVIII GMSD Karnal PC-11 Strips of 10 Tabs 404,370 XXVIII GMSD Kolkatta PC-11 Strips of 10 Tabs 81,180 XXVIII GMSD Mumbai PC-11 Strips of 10 Tabs 239,900 TOTAL 949,000 10

Annexure-D Appendix A Schedule No Minimum value of completed contract (In INR or equivalent) Similar Product The following are added: GFATM Funded schedules XXVI 400,000 Tablets & Capsules XXVII 100,000 Tablets & Capsules XXVIII 2,300,000 Tablets & Capsules 11

Annexure-E Appendix B Schedule No. Annual Turnover (in Indian Rupees or equivalent) The following are added: GFATM Funded schedules XXVI 1200000 XXVII 350000 XXVIII 6300000 12

Annexure-F 13. CHECKLIST (All the pages of the bid should be Serial Numbered & signed/initialled) Sl. No. Activity Yes/No/ NA Page No. in the Bid 1 (a) Bid Security for required amount (b) Bid Security in the form of (i) Bank Guarantee as per format in Bidding document issued by Indian Bank (ii) Draft or Banker's cheque issued by Indian Nationalised bank (c) Validity Date of Bid Security (Valid up to 45-days beyond the bids validity) as specified in ITB Data Sheet clause18.2) (d) Amendment in Bid Security ( if any) 2 The Bank details from where the Bank Guarantee has been issued along with Phone, fax numbers and email Ids. For Banks from outside India the details of the correspondent Bank in India. 3 (a) Bid Form duly signed (b) Power of Attorney in favour of the signatory 4 The manufacturer s authorization form in Form 7 of Section V 5 Documents establishing post qualification (ITB 6) (a) (b) (c) (d) (e) Certificate of incorporation of Manufacturer Manufacturing Licence of the good(s) quoted in bid Proof of Exp in manufacturing & marketing of specific goods for at least one year, Indicate Serial No. in performance statement Proof of experience in manufacturing & marketing of similar goods for at least three years, Indicate Serial Nos. in performance statement Performance statement as per required Proforma, along with supporting documents viz. (i) Copy of Purchase Orders,(ii) Copy of Invoices, (iii) Proof of Payment received from Purchasers & (iv) Documentary evidence (Client s certificate) in support of satisfactory completion of contract (for concerned PO s). 13

Sl. No. Activity Yes/No/ NA Page No. in the Bid (f) i) WHO/GMP valid on the date of opening of Bid ii) Copy of approval of ERP of GFATM for the goods offered. (g) (h) (i) Certificate of having achieved Annual production rate of equivalent product for last three years by CA and supported by audited Annual Report. Copies complete set of audited financial statements of accounts (including balance sheet, profit and loss account, auditor s reports and IT returns) certified by the auditor of the Company for last three financial years Indicate Sr. No. in performance statement which establishes the post qualification criteria of completing one similar contract in last three years 6 Documents to establish that product is registered in India as per ITB clause 5.2 if applicable 7 a. Details of onsite quality control laboratory facilities and services and range of test conducted. 7 b. Capacity and Quality certification form in the format provided in the Bidding document 8 Affidavit to disclosure about any instance of debarment/blacklisting by state or central Govt. Health organisation 9 Statement of installed manufacturing capacity certified by appropriate authority 10 No deviation statement on technical specification 11 Check list of technical specification 12 (a) Agreement with all terms and condition of the bid document (b) If no, have you indicated deviations 13 (a) Mentioned Price in the appropriate Proforma (b) Conditional or unconditional discount mentioned in the bid (if any) 14 Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; for both manufacturer & non manufacturer 14

Sl. No. Activity Yes/No/ NA Page No. in the Bid 15 Undertaking as per clause ITB 6 (C)(6) {The bidder and the manufacturer whose product is offered by the bidder shall disclose instance of previous past performance of his and the manufacturer whose product is procured by the bidder, that may have resulted into adverse actions taken against the bidder during the last three years. Such adverse actions taken against the bidder or manufacturer may be treated as unsatisfactory performance history while deciding the award of contract. If no adverse action has been taken against the Bidder, the Bidder must provide a statement in its bid saying that there has been no such previous past performance resulting in adverse actions being taken against him.} 16 (a) The bidder shall provide an undertaking that: The proprietor/promoter/director of the firm, its employee, partner or representative is not convicted by a court of law following prosecution for offence involving moral turpitude in relation to business dealings including malpractices such as bribery, corruption, fraud, substitution of bids, interpolation, misrepresentation, evasion, or habitual default in payment of tax levied by law; etc. (b) The firm does not employ a government servant, who has been dismissed or removed on account of corruption. 17 List of drugs being manufactured by the bidder with product registration/ license number and date. 18 Form 11: Proforma for other details of Bidder, Manufacturer and its Bank Form 12: Integrity Pact 19 The following details shall also be provided by Indian Bidders: a. Name, address, PAN. and Income Tax details (ward/circle where they are being assessed) of the Directors of the Bidding Company. b. Company s PAN and Income Tax details and ward/circle where it is being assessed, c. Registration details of the company under VAT, local and Central Sales Tax, and other laws as may be applicable and also Sales tax/vat clearance certificate. 15

2 c. Price Schedule for Goods Manufactured outside the Country to be imported (For GFATM Schedules) Schedule No :- Name of Bidder. IFB Number. Page of. 1 2 3 4 5 6 7 8 9 10 11 12 13 Product code Product Strength Dosage form Qty. offered [a] Unit price FOB or FCA port or place of loading [b] Insurance Unit prices [c] CIP named place of destination [d] Other incidental costs as defined in the SCC Total unit price [c+d] Total price per Schedule [5 x 7] Local agent s commissio n as a % of FOB price included in quoted price Shipme -nt weight and volume Name of manufac- turer Pharmacopoeial standard Country. Of origin Note: Total Bid Price:- (a) (b) (c) FOB price is only for Purpose of working out Agency Commission. For column 8, pursuant to ITB 30.1, in the case of discrepancy between unit price and total price, the unit price shall prevail. To Provide Separate sheet for each Schedule Currency: In figures: In words: Signed: Dated: In the capacity of: [insert: title or other appropriate designation ] 16

2d. Price Schedule for Domestic Goods Manufactured within the Purchaser s Country (For GFATM Schedules) Schedule No :- Name of Bidder. IFB Number. Page of. 1 2 3 4 5 6 7 8 9 10 11 Product code Product Strength Dosage form Qty. offered [a] EXW (Ex-factory Ex-warehouse Ex-showroom Off the shelf) excluding excise duty Unit prices [b] Excise duty [c] Insurance Inland transp.& other local costs incidental to delivery [d] Other incident-al costs as defined in the SCC Total unit price [a+b+c+d]] Total price per schedule [5 x 7] Sales and other taxes payable if contract is awarded Name of manuf acturer Pharma-copoeial standard (i) (ii) (iii) For column 8, pursuant to ITB 30.1 in the case of discrepancy between unit price and total price, the unit price shall prevail. A breakdown of the cost of local labor, local raw materials, and local components provided from within the country should also be indicated separately as specified in ITB Sub-Clause33.1 along with adequate proof to substantiate each of these local inputs. To provide separate sheet for each schedule Total Bid Price: Currency: In figures: In words: Note a) Bidder should give break up of cost of local labor, raw material /local components provided Local labour- % of EXW 17

from within origin in the Purchaser s country separately. Local Raw material /Local Components % of EXW Total % of EXW b) If the bidder is planning to avail excise duty exemption, kindly do not fill-up excise duty in column 6[b]. Excise Duty, if mentioned above, will be taken in to account while evaluating the bids and the Purchaser will not issue excise exemption certificate in such cases (or if the bid price is inclusive of excise duty ). If the bid price mentions exclusive of excise duty or excise duty extra, the purchaser will add the excise duty based on applicable rate during the evaluation of bids and will not issue the issue excise exemption certificate. VAT or sales tax, if payable, will not be taken in to consideration for evaluation purpose. Signed: In the capacity of: [insert: title or other appropriate designation Dated: 18

(Bidder s Name and Address): Dear Sir: 7a. Form of Declaration regarding Deemed Export (for GFATM funded Schedules) (Name of the Project) (Declaration regarding Deemed Export Benefits) To:... (Name of the Purchaser) 1 We confirm that we are solely responsible for obtaining deemed export benefits which we have considered in our bid and in case of failure to receive such benefits for reasons whatsoever, Purchaser will not compensate us. 2 We are furnishing below the information required by the Purchaser for issue of Project Authority/ Payment certificate in terms of the Export and Import Policy of the Government of India: (A) Value of import content of supply to be made by the Bidder: Rs. (exchange rate one US$ = Rs ) (B) (i) Name of the sub-contractor, if any and where name is to be included in the main Contract (ii) Description, quantity and value of the goods to be supplied by the above sub contractor Description Quantity Value(Rs) (iii) Value of import content of supply* to be made by the sub contractor Rs (exchange rate one US$ =Rs ) (The requirements listed above are as per current Export and Import Policy of Government of India. These may be modified, if necessary, in terms of the Export and Import Policy in force.) 19

Date : (Signature) (Print Name) Place : (Designation) (Common Seal) *Attach a list, item wise, indicating the value of each 20