Inventory management System
  • Notification 5
    • Inbox
    • Trash
  • Administrator
    • Edit Profile
    • Sign out
  • Dashboard
  • Masters
    • Item Category
    • Item Sub Category
    • Units
    • Item Essential Type
    • Item Name
    • Supplier
    • Supplier's Rate Contract
    • FMR Code Master
    • Primary Store Master
    • Secondary Store Master
    • Tertiary Store Master
    • Manufacturer
    • Passbook Allotment
  • Purchase Order
  • Dispatch Certificate
  • Received Items
  • Issue Stock
  • Stock Diversion
  • Reports
  • Stock Adjustment
  •    Print Purchase Order
 
   
   
   


OFFICE OF THE MISSION DIRECTOR

NATIONAL HEALTH MISSION, ASSAM

Saikia Commercial Complex, Sri Nagar Path, Near Post office Bus Stand
G. S. Road, Christianbasti, Guwahati - 781005
Website : https://nhm.assam.gov.in    E_mail ID : mdnrhmasm@gmail.com

 

File No: NHM-18012/2/2019-PROC-NHM/ECF-123372/SPO-13838
Date: 11/08/2021


From:

 

Dr Lakshmanan S, IAS
Mission Director
National Health Mission, Assam


To,

Plasti Surge Industries Pvt. Limited.
A-70,MIDC Industrial Area,Amravati-444607

Subject: Supply order for Coverall PPE Kit.

Ref: Your quotation against NHM, Assam Tender No. _______________________________, DATE:-______________ & CORRIGENDUM NO. _______________________, DATE:-__________

Sir,

With reference to above, we are pleased to place this order for supply of Coverall PPE Kit. as per “DETAILS OF ITEMS & PRICES” and “TERMS & CONDITIONS” stated herein below:

 

FMR Code : State budget for free Drugs,FY 20-21

ITEM DETAILS & PRICE:

Item Name Quantity Rate (Incl. of GST)
Total Amount
Delivery Destinations
PPE Kit double packed with ETO sterilised. (Each kit has disposable: Cap-1,N-95 mask -1, Zero powered goggles -1 pair, Gloves-1 pair, Shoe cover up to knee length-1 pair, Coverall-1 , Disposable waste collection bag-1. ) 30000 250.880
7,526,400.00
As per annexure A
Grand Total
7,526,400.00
 

Terms & Conditions of the Supply order is described below: -

 

  • SCOPE OF WORK
  • Supplier have to supply the ordered items to "Central Store, NHM,Narengi,Assam" as per the Annexure-A enclosed with the supply order .
  • DELIVERY PERIOD : In view of the COVID-19 pandemic, you are hereby requested to complete the supply of 50% ordered PPE Kit within 15 days and supply of rest 50% PPE Kits to be completed by 30 days from the placement of order. However late delivery penalty will be calculated as per original tender condition. Supply should only be in Generic name. In case of any deviation, the same must be approved from the tender inviting Authority before commencement of supply. Imported item will be accepted in Brand name as per the rules/regulations of import export. Supplier also needs to communicate officially to the designated Officials of the District/Regional/Central/Medical College ware houses before 7 days prior to commencement of delivery of ordered items.
  • PROVIDING LOGO & BAR CODING :Item shall be supplied with logo-gram and bar coding and with strict adherence to the prescribed packing specifications. If there is any deviation in these packing specifications a separate penalty will be levied @ 2% irrespective of the NHM, ASSAM having actually suffered any damage/loss or not, without prejudice to the right of alternative purchase as specified in Clause No. 5.11.  No deviation in logogram shall be accepted.

    During packaging, the prescribed Pharmacopoeia need to be followed if applicable.

  • TEST REPORT: Supplier must submit Batch Wise Test Analysis Report (in original) from NABL Certified Labs for every batch of items before commencement of supply. The bidder shall supply the goods to the designated warehouses, only after receipt of Dispatch Clearance letter from the Tender Inviting Authority/Procuring Agency. In case of imported items NABL/NIB/CDL or equivalent authorized Lab accredited by Parent country will be considered. NABL report should reflect all the parameters as per latest Pharmacopoeia edition including batch details along with probable quantity to be supplied to NHM, ASSAM.Attested copy of NABL certificate of concerned laboratory must be submitted along with the batch wise Test Analysis Report to get the DISPATCH CLEARANCE CERTIFICATE.
  • SHELF LIFE :The supplied Items (covered under Drugs and Cosmetics Act 1940 rules there under) should have shelf life period as prescribed in the Drugs and Cosmetics Act 1940 and rules there under. All other item/items should have shelf–life of minimum 2 years or as per Pharmacopoeia from the date of manufacture.

    The labeled shelf life of items supplied should be not less than the period mentioned against each item.  The remaining shelf life of the items at the time of delivery should not be less than ¾ of the labeled shelf life.

    In case of imported items, the remaining shelf life of 60% or more may be accepted with an undertaking that the firm will replace the unused expired stores with fresh goods. However, firms supplying items with remaining shelf life of 75% or more need not submit such undertaking and imported product may be supplied in Brand name also as per the prescribed norms under Import and Export Policy.

    The successful bidder shall take back items, which are not utilized by the Tender Inviting Authority/Procuring Agency within the shelf life period based on mutual agreement.
  • SECURITY DEPOSIT : The manufacture/importer, shall submit Security Deposit of 5 % of the order value within 10 working days from date of receipt of the Purchase Order in the form of irrevocable Bank Guarantee from any Indian Schedule Bank in favour of “State Health Society, Assam” . Such Bank Guarantee shall be valid for a period of 24 months from the date of Purchase Order. If the supplier fails to execute the order or fails to perform the services or there will be any quality control issue, the Bank Guarantee will be en-cashed and the amount will be forfeited as per agreement, in addition to other penal actions.
  • ANNULMENT OF AWARD, FORFEITURE OF SECURITY DEPOSIT & FRESH AWARD: Failure of the successful bidder to comply with the requirements of submission of performance security within the time schedule as stipulated above shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. Under such a situation, the proposal may be reviewed for award of the contract on the next lowest evaluated technically qualified bidder or go for a fresh bid depending on the circumstance.
  • PENALTY FOR DELAY IN SUPPLY OF ORDERED ITEMS:-
  • In case there is delay in delivery beyond the stipulated period as mentioned in the purchase order, there shall be penal deduction @ 0.5% of the value of delayed goods per week of delay or part thereof subject to a maximum of 10% of the total order value if extension will not be granted by the Tender Inviting Authority/Procuring Agency.
  • Once the maximum price reduction is reached, termination of the contract may be considered. Non-performance of the contract provisions shall make the successful bidder liable to be disqualified to participate in any tender for the next 5 years, in addition to forfeiture of Security Deposit and other penal actions.
  • If the empanelled manufacture/importer fails to execute the supply within the stipulated time, procuring agency is at liberty to make alternative purchase of the items of surgical items for which the Purchase Orders have been  placed  from  any  other  sources (such as Public Sector undertakings at their rates,  empanelled bidders, and bidders  who  have  been technically qualified in the  said bid)  or in the open market even at  higher rates   at the risk and the cost of the supplier and in such  cases  Procuring agency shall have every right to recover the cost and impose penalty, apart from termination of the contract for the default and recovery will be done from the Security Deposit or from any other money due to the supplier and in the event of such amount being insufficient, the balance will be recovered personally from the supplier or from his properties, as per rules.
  • DURATION RATE CONTRACT : Rate Contract will be valid upto 31.03.2023.
  • ROAD PERMIT : Arrangement of Road Permits/Way Bill for dispatch of consignments shall be the responsibility of the manufacture/importer only.
  • PAYMENT PROVISIONS : Full payment will be released on completion of supply of itemwise ordered quantyity against the purchase order on submission of bills/invoices in triplicate along with receipted challans bearing stock entry details.  On completion of supplies of ordered quantities bills/ Invoices along with Dispatch Clearance Certificate for every batch supplied should be submitted in triplicate in the name of the Tender Inviting Authority/Procuring Agency with address.
  • All other Terms & Conditions as specified in the TENDER NO: NHM/18013/3/2019-PROC-NHM/ECF-123372/P-77, DATE: 13.03.2020 shall be applicable.

Annexure A:

Sl Item Name Dosage form and strength Pack Size Rate (Inclussive of GST)(Rs) Total quantity to be supplied Total Amount Delivery Destinations
1 PPE Kit double packed with ETO sterilised. Each kit has disposable: Cap-1,N-95 mask -1, Zero powered goggles -1 pair, Gloves-1 pair, Shoe cover up to knee length-1 pair, Coverall-1 , Disposable waste collection bag-1. Per Kit 250.880 30000 7526400
1) Central Drug Ware House, NHM, Narengi, Guwahati, Assam
30000



 

 

(Dr Lakshmanan S, IAS)
Mission Director
National Health Mission, Assam


Memo No: NHM-18012/2/2019-PROC-NHM/ECF-123372/SPO-13838
Date: 11/08/2021

Copy to:
1) PS to Honble Minister, H&FW Deptt. GoA for kind information
2) Principal Secretary, H&FW Deptt. GoA. for kind information
3) Managing Director, Assam Medical Services Corporation Limitted for kind information
4) Director of Medical Education, Assam for information
5) Director of Health Services, Assam for information
6) Executive Director, NHM, Assam for information.
7) Director of Finance, NHM, Assam for information and necessary action.
8) DSM, Central Store, NHM, Assam/Office Manager, Store & Transport, NHM, Assam for necessary action.

 

Mission Director
National Health Mission, Assam