Download as pdf or txt
Download as pdf or txt
You are on page 1of 23

OFFICE OF THE MISSION DIRECTOR

NATIONAL HEALTH MISSION, MEGHALAYA


D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

No. DHS/MCH&FW/NRHM/IEC/Tender/2015-16/6451 Dated: 17/09/2015

NOTICE INVITING TENDER

(Rs. 1000/- as Tender Fee)

RATE CONTRACT FOR EMPANELMENT OF AGENCIES/FIRM FOR IMPLEMENTATION


OF IEC ACTIVITIES UNDER NATIONAL HEALTH MISSION 2015-16

Sealed Tenders in a Two Bid System affix a Court Fee Stamp of Rs. 25/- is invited by the Mission Director,
National Health Mission, Meghalaya from Registered Printing Press / Firms/ Agencies Registered as
Authorized Firms for "Empanelment of Registered firm for Implementation of IEC Activities across the
State".

Technical & Financial Evaluation of the Tender Documents would be evaluated by a Tender Committee
duly constituted by the Mission Director, National Health Mission, Meghalaya.

1 Name of Item Empanelment of Registered firm for Implementation


of IEC Activities across the State
2
Cost of Tender Document Rs. 1000/-
3 Rs.1,00,000/- (Rupees One Lakh only) in the form of
Earnest Money Demand Draft/ BC in favor of Mission Director, NHM,
Meghalaya.
4 Can be obtained from the NHM, Shillong. Or download
Tender Documents
from www.nrhmmeghalaya.nic.in
5 Date of Sale of Tender
22/09/2015 - 2/10/2015 up to 03:00 pm
Document
6 Pre Bid Conference 01/10/2015 at 04:00 pm
7 Last date of submission of
16/10/2015 at up to 03:00 pm
Tender papers
8 Opening date of Tender
19/10/2015 at 11:00 am
(Technical Bid)
9 Presentation (only for qualified
19/10/2015 at 04:00 pm
bidders).
10 Opening date of Financial Bid
20/10/2015 at 11:00 am
(only for qualified bidders).

Copy of Tender documents may please be purchased from Office of the Mission Director, NHM on
payment of Rs.1000/- or downloaded from our web site www.nrhmmeghalaya.nic.in and the Cost of
tender document along with EMD mentioned above may please be deposited in the form of 'demand
draft / 'pay order' in favour of Mission Director, National Health Mission, Payable at Shillong. Please
write the name of company on the reverse side of the 'Demand Draft'/'Pay order'. Please note that the
downloaded tender document is subject to verification with original document as given in the Website.

National Health Mission, reserves the right to reject any or all the tenders without assigning any reason.

Note: Any changes in respect to the above Tender document shall be made available only at the
above mentioned website. Hence respective vendor are advised to visit the website regularly for the
above purpose.

1
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

INDEX

Sl. No Items Page Number


1 Tender Submission 3
2 Eligibility Criteria 4
3 Terms & Conditions 5 -7
4 Terms of Supply/ Completion of Work 8
5 Risk Purchase 9-10
6 Qualification Criteria 10
7 General Terms & Conditions 11
8 Evaluation Procedure 12-13
9 Activities to Undertake 14
10 Technical Bid Cover 15
11 Financial Bid Cover 16
12 Annexure I 17
13 Annexure II 18
14 Annexure III 19
15 Annexure IV 20
16 Annexure V 21
17 Annexure VI 22
18 Annexure VII 23

2
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

1. TENDER SUBMISSION:

• Single Big Size Envelope containing two envelopes (i) one for "Technical Bid" (ii) second for
"Financial Bid".

• Envelope for Technical and Financial bid should be separately sealed

• The Single Big Size Envelope should be duly sealed and super-scribed as Tender for
" Empanelment of Registered firm for Implementation of IEC Activities across the State"

• The Single Big Size Envelope should be addressed to The Mission Director, National Health
Mission, Meghalaya

• The Sealed Tenders should reach the office of Mission Director, NHM, Meghalaya on or before
the 16/10/2015 at 03:00 pm

• The Sealed Tenders should be handed over either personally, or by registered post / Speed
Post / Courier Services, to the mentioned address.

• Sealed Tenders received after the due date and time shall not be entertained. Postal delays
shall not be the responsibility of the Department.

The Sealed Tenders will be opened in the presence of a duly constituted Tender Committee
authorized by the Mission Director, NHM, Meghalaya, in the presence of Bidders or
authorized representative of the Bidders. Attendance of the Intending Bidders or authorized
representative of the Bidders is mandatory.

3
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

2. E LIGIBILITY CRITERIA:
Sl Eligibility Documents Required
1 Ownership In case of the following:-
Partnership Firm with Registered Printing Press / Firms
Registered to Carry out Print/Media Activities
OR
Entrepreneurship Firm
OR
Holding Company
OR
Joint Venture
(i) The principal firm should be located in
shillong
(ii) MOU in a stamp paper between the two
parties should be submitted
2 Criteria for Joint Venture only (iii) Documents of principal firm only will be
accepted
(iv) An Affidavit to be submitted on Non­
Judicial Stamp paper attested by Public
Notary that there is no vigilance / CBI Case
or arbitration cases pending should be
submitted by both parties.
3 Permanent Registered Branch or Office Attested / Notarized Copy of Certificate of
in Meghalaya Registration (As Dealer or Supplier & Indicating the
TIN) under Section 32 of the Meghalaya Value
Added Tax Rules, 2005, from the Taxation
Department duly signed and sealed by the
Superintendent of Taxes Concerned. Clearly
indicating eligibility to carry out print/media
Activities (for both Tribal and Non-Tribal)
Up to date Income Tax Certificate or similar valid
documents (where applicable) in case of Non-Tribal
OR
Attested Copy of the Schedule Caste / Schedule
Tribe Certificate for Tribal
6 Must Possess: Attested Copy of:
• Valid Sales Tax / VAT Up to date Sales Tax Registration Certificate
• Service Tax Registration Up to date Service Tax Registration Certificate
Permanent Account Number Up to date Tax Clearance Certificate
Permanent Account Number (PAN) Card of the firm
or of the person in whose name the Proprietorship,
Partnership, Firm etc is registered under.
7 Experience Experience of handling of print/media related work in
respect of Government Departments/ Government
Institutes / Government Autonomous bodies/ PSUs/
Private institutions etc.
Average Annual Turnover of Rs. 50 Lacs Audited Certified Copy of last 3 Years Annual Turnover
8 during the last 3 Financial Years Statement as prescribed in Annexure II
If a Non-Tribal becomes a successful bidder he/she has to
9 Trading License furnish attested Trading License from the concerned District
Council before any work involving Trade is issued.

10 IT returns IT returns of last three years- Annexure-VII

4
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

3. TERMS & CONDITIONS (T&C):

1. The Tender for the "Empanelment of agency for Implementation of IEC Activities across the
State" will be based on (1) Technical Evaluation of Documents & presentation of samples and
design (2) Financial Evaluation of Bids. Evaluation would be carried out by the Tender Committee
approved by the Mission Director, NHM, Meghalaya.

2. The Tender Committee for Technical & Financial Evaluation of the Tenders reserves the right to
accept or reject any tender or any part of the Tender without assigning any reasons thereof.

3. Firms may obtain the Tender Documents from the Department or Download from
www.nrhmmeghalaya.nic.in on payment of Rs.1000/- as Tender fee. Payment made toward
tender fee will not be refunded.

4. No conditional Tender shall be accepted. The committee reserves the right to accept or reject any
Tender / Quotation without assigning any reasons thereof.

5. The decision of the committee on the technical suitability and quality shall not be opened for
discussion. Every bidder must go through the T&C of the NIT Document carefully and
understand them before submitting the bid. No excuse that the conditions have not been read or
understood will be entertained later.

6. The Tender submitted shall be valid for a period of six (6) months from the date of issue of the
NIT.

7. The Intending Tenderer shall have to deposit an amount of Rs. 1, 00, 000/- (Rupees One Lakh
only) as a Token of Earnest Money Deposit (EMD) in the form of a Demand Draft/Banker's
Cheque from any Scheduled or Commercial Bank carrying no form of interest on the deposit
from the Scheduled / Commercial bank or from the department, pledged to the Mission
Director, NHM, Meghalaya, payable at Shillong.

8. The E.M.D. / Security Deposit shall liable to be forfeited in the following circumstances when the,

a) Tender is rejected if bidders withdraw its proposal or giving any misleading statement or
submission of false affidavit or fabricated docs.

b) Party fails to sign the agreement for entering into contract in case the offer is accepted, due to
any reason whatsoever.

c) Party fails to supply the goods / items as per the orders / R.C. placed by NHM, Meghalaya
within the delivery period so stipulated.

d) Party fails to replace/correct the supplied material / pre-printed items declared to be wrong /
different from specification and R.C. holder / successful bidder have to refund the cost of such
goods.

9. Any Tender without an EMD shall out rightly be rejected.

10. Performance Security Bond (PSB):


(a) The bidder whose proposal is accepted and Award issued shall have to submit the
Performance Bank Guarantee (PBG) of an amount Rs. 1, 00, 000/- (Rupees One Lakh only). Security
deposit is for due performance of the agreement. Non submission of Performance security within the
specified time shall also lead to forfeiture of the EMD.

5
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

(b) PBG is retained as a security deposit until the period of work / contract may be found
satisfactorily and completed. The PBG may be refunded on receipt of a written application addressed
to the Mission Director, NHM, Meghalaya. Refund of PBG shall not carry any Interest Component

11. The EMD of the unsuccessful Tenderer shall be returned within 15 days after the finalization of
the Tender, subject to the receipt of a written application addressed to the Mission Director, NHM,
Meghalaya. Return of EMD shall not carry any Interest Component.

12. All Annexure submitted by the Intending Bidder has to be submitted in the Firms official Letter
head duly sealed and signed.

13. No bidder will be allowed at any time, on any ground whatsoever to claim revision of or
modification in the rates quoted by him. The representation of the bidder, that the computation,
typographical or clerical error, etc has been committed in the bid, and a request for revision. Such
a plea shall not be entertained after opening of the bid.

14. Unless otherwise specified, all supporting documents submitted and asked for under the NIT
must be duly attested by a Gazette Officer / Notary.

15. The Price bid shall not be opened for those bidders who have not complied with the provisions of
the Bid Document or EMD clause or who have not complied with the provisions / technical
specification of the bid document or whose bid have been determined as non responsive or fail to
qualify in the Technical Evaluation due to non submission of certain documents as has been
required under the NIT

16. At any time prior to the date of submission of the Bids, the Tender Inviting Authority may, for any
reason whatsoever, whether on his own initiative or in response to a clarification requested by a
prospective bidders, modify the Tender Documents by an act of amendment thereafter referred to
as an Addendum for Addition & Corrigendum for Correction. All prospective bidders who have
received the bid documents will be notified of the Addendum / Corrigendum and that will be
binding on them. In order to provide reasonable time to take the Amendment into account, the
Tender Inviting Authority may at its discretion extend the date and time for submissions of Bids.

17. Reward of Contract (ROC) to be signed between the Authorized Representative of NHM and the
successful bidder would be valid for a period of one year from the date of ROC. The ROC is
subject to a renewal for an additional of up to two years based on performance satisfaction and
under the decision of the Tender Committee, NHM, Meghalaya with no form of change to the
original ROC.

18. The Tender Committee, in view of unsatisfactory Service Provided or Poor Quality of Products /
Items Provided or Non compliance with the T&C of the NIT Document or the ROC duly signed
maybe at liberty to provide two written warnings to the Firm, after which the Firm maybe
Terminated from the Contract, without assigning any reasons to the Contract either wholly or in
part, with a 15 (Fifteen) Days Notice. The Firm will not be entitled to any compensation
whatsoever in respect of such termination.

19. Successful Bidder is bound to supply/perform as per the T&C of the NIT and the tender
submitted by the successful bidder in consideration to the ROC signed upon. If at any stage it is
found that the materials supplied/performance are not in accordance to the T&C of the NIT or as
specified by the Tender Committee or as per the tender submitted and agreed upon by the
successful bidder and the ROC signed upon, the ACTION AS DEEMED FIT BY THE TENDER
COMMITTEE WILL BE TAKEN AGAINST THE FIRM ALONG WITH THE PAYMENT FOR
DAMAGES SUSTAINED BY THE DEPARTMENT (IF ANY) AND LOSS OF THE
EMD/SECURITY DEPOSIT SUBMITTED BY THE RESPECTIVE FIRM.

6
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

20. In addition to the above Para, failure to honor the Term & Conditions as stipulated will lead to
blacklisting of the said firm under the Government of Meghalaya for a period of three years.
21. If found that the Successful Bidder is incompetent to provide the Service requested, in such a
situation, the proposal may be reviewed for award of the contract to the next qualifying bidder or
go for a fresh bid depending on the circumstance. No form of compensation shall be payable in
any form whatsoever to the forfeited firm. In case it is decided to go for the next qualifying bidder,
negotiation maybe considered to bring down their price nearer to the originally Evaluated or
Lowest bidder in consideration to the equipments to be supplied.

22. All supplies/performance shall be of best quality in accordance with Approved Industry
Standards. In case of any articles supplied/performance not as per Qualitative Standards, the
same shall be liable to be rejected or replaced and any expense as a result of the rejection or
replacement shall be entirely being at the cost of the successful bidder.

23. 100% of the Payments for the Supply/Work Order will be made on completion of the Work
subject to the following:
a. Successful Delivery/Work
b. Submission of Delivery Challans/work completed duly certified by Competent Authority

24. FORCE MATUERE: The above condition of delivery period, reduction & termination, etc are
subject to majeure conditions which are beyond the control of the Supplier, do not involve fault or
negligence of the supplier and are not anticipated. Such events may include but are not limited to
riots, mutinies, war, fire, storm, tempest, flood, epidemics or other exceptional cases like
quarantine restrictions, freight embargoes. On specific request made by the Bidder, the time
period of the supply and completion may be extended by the Mission Director at his discretion for
such period as may be considered reasonable. However, the condition shall not include scarcity of
raw materials, power cut, labour dispute, failure of Sub Vendor and increase in cost of Raw
Material or any other circumstances being under the control of the Bidder or party concerned.

25. SAVING CLAUSE: No suit, prosecution or any legal proceedings shall lie against Bid Inviting
Authority or any person for anything that is done in good faith or intended to be done in
pursuance of the Tender.

7
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

TERMS OF SUPPLY/COMPLETION OF WORK

1. ROC holder needs to follow the delivery/work scheduled as mentioned in PO / Order form.
2. In the event of damage or loss of supplies during transit against requisition order the said quantity
will have to be replaced by the RC Holder. The purchaser will not pay separately for transit
insurance and the supplier will be responsible for the supplies as soon as possible, but not later
than 15 days from date of delivery.
3. The rates should not vary with the quantum of requirement. The tenderer must supply the
quantity or perform the work as ordered by NHM, Meghalaya during the period of Contract.
4. Period of delivery or completion of work: Unless specified in the tender or instructed, the
maximum delivery period or duration of completion of work assigned, shall be one week.
However, we may extend the period in slabs of two weeks up to maximum of four weeks for
orders of large quantity. The maximum period will be counted from the next working day after
the actual date of posting the order. In case of failure to deliver the orders after extending the
period of delivery/completion of work which is three weeks, the NHM, Meghalaya may at his
discretion, procure 20% of the order immediately at the cost of the RC holder so as to meet any
situation of exigency / epidemic / calamity demand and RC Holder to supply the balance
quantity of the order within the scheduled time
5. The bills / invoices are required to be submitted specifying the following details in appropriate
places of the invoices
a) No. and date of bills or invoice.
b) No. and date of ROC.
d) No. and date of order.
e) Name and specification of item.
f) Quantity.
g) Total cost; and
h) No. & date of challan
6. Payment Terms: The payment against supply shall be made within 30 days from the date of
receipt of the goods in good and acceptable conditions at the destination along with clear receipt
of Invoice. However, no interest will be chargeable by the RC Holder, if the payment is delayed
due to some administrative reason.
7. The payment of the bills shall be withheld in the following circumstances:
a) The goods/works are found in non-acceptable conditions:
b) Breach of condition of any contract by the RC. Holder.

8. Penalty: Unless the penalty is waived by NHM, Meghalaya, the ROC. Holder shall have to pay the
penalty. In case the Supplier fail to deliver the items or any consignment thereof, within the period
prescribed for such delivery/work, the Purchaser shall be entitled at his/ her option, to the following:

Delayed Penalty & Liquidity Damage:

Up to 7 Days from Delivery/Work Due Date 0.25% from the total PO value
From 8th day to 15 Day 0.50% from the total PO value
From 16th day to 22nd Day 0.75% from the total PO value
From 23rd day to 30th Day 1.00% from the total PO value
Above 30 Days 5.00% from the total PO value

9. The tenderer shall indemnify the Procuring entity against all third-party claims of infringement of
patent, trademark, or industrial design tights arising from use of the services under the contract or
any part thereof.

8
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

RISK PURCHASE

1. The risk purchase of the items/worked ordered at the cost and risk of the party will be carried out
when the party fails to:

(a) Sign the agreement for entering into contract due to any reason whatsoever in case the offer is
accepted.

(b) Supply the goods /Work as per the order placed by NHM Meghalaya in accordance with the main
/ parallel rate of contracts, either during the prime / extended validity period or within the delivery
period per PO.

(c) The Risk Purchase will be done at any time after the delivery period/Work is over.

(d) The Risk Purchase will be done from Main/Parallel R.C. holder for undelivered
quantity/Incomplete work & the Contractor shall be penalized to the extent of 5% or difference
whichever is higher and can be recovered from dues without any intimation.

Any monetary claim arising due to any of the terms and conditions of the tender / supply, including
the difference arising due to risk purchase, will be recovered in the following manner:

(a) From any pending bills of the party;


(b) From any security deposit of the party; and
If an amount at (a) and (b) are not sufficient to meet an amount of recovery of dues shall be
recovered under the provision of relevant act.

2. Breach of any clause of the certificate will be viewed seriously and action will be taken against
vendor/agency which may include forfeiture of E.M.D. / S.D., termination of the contract and
disqualification from participating in future business.

3. Standard Breach Clause: NHM Meghalaya, shall in addition to his powers other clause to terminate
this contract have power to terminate his liability there under by giving one month's (or such shorter
period as may be mutually agreed): notice in writing to RC. Holder of his desire to do so and upon
expiry of notice the contract shall be terminated without prejudice to the right accrued to the date of
the termination. However, if the NHM Meghalaya decided to put an end to the business relations on
breach of any conditions of the contract, no such notice shall be necessary in terminating the contract
immediately.

4. The period of the rate contract shall be approximately one year from the date of issuance of Rate of
Contract. However, the NHM, Meghalaya reserves the right to terminate the contract by giving one-
month notice at any time at any stage and without any reason.

5. The NHM, Meghalaya may extend the rate of contract, subject to the same terms and conditions. If
found necessary to do so for a period not exceeding six months to which the contractor will have to
abide. However, the extension for a period more than six months can be granted on mutual agreement
by both parties but subject to the same terms and conditions.

6. The Rate of Contract can also be terminated by NHM, Meghalaya in the following circumstances:

a) If the firm/ agency is debarred or disqualified or ceases to exist or convicted of any offence.
b) If the quality of the items supplied/work completed are found not up to the standard quality.
c) If supply/work position of the firm is not satisfactory.

7. The NHM, Meghalaya or our authorized representative(s) shall have the right to inspect the factories
of the manufacturer (if desired) who have quoted the tender before accepting the offer quoted by
them or before placing any order(s) or at any point of time during the finalization of tenders / tenure

9
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

of ROC. and has also the right to reject the tender or terminate the ROC / cancel the orders issued or
not to reorders based on the facts brought out during such inspections & action deemed fit will be
taken against them.

8. Documentary evidence for the constitution of the firm such as memorandum and articles of
association, partnership deed, dealer or distributorship etc. with details of name, address, telephone /
fax no, e-mail address of the firm and of the Managing Director / Partners / Proprietor to be provided
with the tender.

9. Authority of signing document: A person signing the Tender Form or any document, forming part of
the contract on behalf of the supplier, shall carry the authorization letter stating his / her authority to
sign such documents from the respective organization.

10. The jurisdiction of any dispute will be Meghalaya.

11. Dispute Redressal Committee: All disputes can be addressed by amicable settlement by the
committee constituted by NHM, Meghalaya.

12. Governing Law: The Contract entered into between the NHM, Meghalaya and the Supplier shall be
governed by and interpreted in accordance with the Laws of India. The place of jurisdiction shall be
the place where the Purchaser is located, unless otherwise specified.

Qualification Criteria

1. The firm should have integrated capability for undertaking such jobs - in English, Khasi and Garo
or other regional language.

2. The firm should have excellent designing capacities using computer software and good
photographic / graphic resources for producing high quality design, concepts, color schemes,
layouts for the superior quality production.

3. The firm shall obtain all necessary local and government approvals and he shall abide by all local
laws. The vendor shall submit the relevant papers as and when NHM demands the same.

4. The firm should make all necessary provisions for the payment of taxes, local levies for the premises
and statutory payments and workers employed.

5. In the event of any default or failure of printing / prompt delivery, NHM, Meghalaya reserves the
right to take the necessary action including inter alia, penalty, deducting suitable amount from the
invoice payable or termination of the services without any prior notice.

6. Subcontracting the jobs assigned will not be permissible. In case it has to be sub contracted, the
prior written permission of NHM, Meghalaya must be taken; decision on this matter will be taken
by NHM, Meghalaya only.

10
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

General Terms and Conditions of the Contract


1. The firm should confirm in the technical bid that he has quoted composite cost of designing, printing,
packing and delivery.
2. The offer of the Rate Contract issued to the successful firm(s) would needs to be accepted within 7
working days from the date of issue of offer; Failure to accept the offer within above period will result
in cancellation of order.
3. The offer shall be valid for 90 days from the date of opening of the tender.
4. No escalation in the rates on any accounts will be permitted during the Rate Contract period.
5. VAT will be paid only in respect of order/ allotted work.
6. The firm(s) shall arrange to collect the Art work / CD from the office of NHM, Meghalaya (time to be
decided by NHM, Meghalaya) at their own expenses.
7. NHM, Meghalaya reserves the right to offer the same type of work to more than one firm contracted
as Substitute or Parallel R.C. Holder.
8. Tax deduction at source shall be deducted at the time of settlement of bills as applicable, unless the
firm produces the certificates to contrary from the Sales Tax authorities /ST certificate.
9. The firm shall be responsible for bad printing / inferior quality / not matching specification as per
Rate Contract and responsible for replacement within stipulated time and failure to which the
compensation will be recovered as decided by NHM, Meghalaya.
10. The NHM, Meghalaya reserves the right to reject the lowest and/ or all the offers without assigning
any reason.
11. Conditional tenders will not be accepted and will be summarily rejected.
12. No increase in the cost will be considered for any reason, unless there is major changes in the
specification
13. All the taxes, levies shall be deducted at source as per current applicable tax rates while making any
payments.
14. NHM, Meghalaya reserves the right to reject any bid, if found necessary. And decision of NHM,
Meghalaya shall be final.
15. NHM, Meghalaya does not bind itself to accept the lowest or any tender and reserves the right to
reject all or any bid or cancel the tender without assigning any reason whatsoever. NHM, Meghalaya
also reserves the right to re-issue the tender without the vendors having the right to object to re-issue.
16. All legal disputes will be subject to Meghalaya jurisdiction.
We have read the above terms and conditions and accepts the same.

Signature of the Authorized person:

Name of the signatory (in block capital letters):

Seal of the firm


Date

11
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Evaluation Procedure
The proposals shall be evaluated by an Evaluation Team, to be constituted by the National

Health Mission, Meghalaya Shillong. The evaluation shall be a 2-step process as outlined below:

Step-1: Assessment of Capacity and experience on the basis of documentary evidence submitted
with presentation

The technical proposal shall be evaluated and marks assigned on the basis of documentary proof

provided therein as part-1 & presentations as part-2. The parameters and the marks to be

assigned will be as shown in the table below.

Maximum
Part Parameters Marks Marks
SCORE FROM THE DOCUMENTARY PROOF
Experience of the Agency in offering similar assignment
Experience of 3 Years or more but less than 4 Years 10 20
Experience of 4 Years or more but less than 5 Years 15
Experience of 5 Years or above 20
Number of valid assignment being operated at the time of application
1 5 to 10 assignment 2
10
10 to 15 assignment 3
More than 15 assignment 5
The Single Contract value being operated at the time of application
5lakh to 10lakh 2
10
10lakh to 20lakh 3
More than 20lakh 5
SCORE FROM THE PRESENTATION
Adequacy of the methodology for Conducting the Assignment
including Methods and tools for ensuring effectiveness of the
20
assignment
Good 10
Very Good 20
2
Presentation of samples and design
Good 10 20
Very Good 20
Sample Quality
Good 10 20
Very Good 20
Total 100

The financial bids of only those bidders shall be opened who have score at least 70 marks from

the Assessment capacity.

12
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Step-2: Opening of financial proposals and determination of overall winner through QCBS

method.

Final score for an applicant would be weighted average of technical and financial bids, where the
technical and financial proposals will be assigned a weight of 70 and 30 percent respectively. The
scoring system of this 'Quality-cum-cost-Based' to be used for obtaining final scores is illustrated
below.

T ech n ical prop osal F in an cial p roposal C om b in ed Score


W eigh ted Score = B id W eigh ted Score =
Score (S core/M ax. A m ou n t (*M in im u m T ech n ical F in an cial T otal
S core)*100 A m ou n t/A m ou n t)*100
(5) (6) (7)
(1) (2) (3) (4)
=(2)*0.70 =(4)*0.30 =(5)+(6)
70 77.77 6.00 100 54.44 30 84.44
80 88.88 7.00 85.7 62.22 25.71 87.93
90 100 8.00 75 70 21 91

Firm with the Highest Weighted score Qualify for the Job.

Sd/-
Mission Director,
National Health Mission
Shillong, Meghalaya

13
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

4. ACTIVITIES TO UNDERTAKE/SCOPE OF WORK:

1. Merchandised items (custom made):


b. NHM T - shirts with Short Health Messages in various sizes (XL, L, M, S)
c. NHM Caps with NHM Logo
d. NHM Umbrellas - Ladies, Gents & Garden
e. NHM Pens
f. NHM Keychains
2. Production of TV & Radio Public Service Announcements (PSA) - in English, Khasi and Garo of
45/60 seconds
3. Replacement of Flex Hoardings
4. Printing of Information Boards for VHSNC & ASHA (6 x 4 feet & 2 x 3 feet respectively)
5. Sign board in acrylic/sunboard 5mm/Inner lit box sign board for all Adolescent Clinics (2 x 3
feet)
6. Wall paintings
7. Framed posters in acrylic/sunboard 5mm 2 x 3 feet
8. Steel Framed Information Boards in flex on Civil Registration System - 5 x 10 feet
9. Steel Framed Information Boards in flex on PCPNDT Act 6 x 4 feet & 2 x 3 feet
10. Construction of Hoarding Structures in Iron - 10 x 20 feet

14
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

11. TECHNICAL BID COVER:

1. Technical Bid Envelope to be Super Scribed "Technical Bid - Em Implementation of IEC


Activities across the state"

2. Indexed bid indicating Headings & Page Numbering.

3. Affix a Rs. 25/- (Rupees Twenty Five Only) Non refundable Court Fee Stamp.

4. Compliance to Points referred under Eligibility Criteria.

5. Attested copy of a Cancelled Cheque of the Firm clearly indicating Bank Name, Branch,
Account Number, IFSC.

6. Letter of Undertaking indicating the following as prescribed in Annexure III:


a. Bidders contact details along with names of the Proprietor / Director, address, telephone &
fax numbers, email ID, Bankers and Bank Account Numbers
b. Acceptance to the T&C of the NIT Document

7. An Affidavit on a Non Judicial Stamp Paper of Rs. 10/-, attested by a Notary Public (In Original)
that there is no vigilance / CBI Case or arbitration cases pending with the Government of
Meghalaya against the Form/Supplier that the Proprietor/Director/Members of the Board of
Directors of the Bidder and the Principal Manufacturer on whose behalf they have quoted has
never been blacklisted by any Institution (Government or Public).

8. Self Attested copy of the Tender Document purchased from the department. (Note, every single
page has to be self attested)

9. Checklist as prescribed in Annexure IV

10. Security Bid (EMD) for an amount of Rs. 50,000/- (Rupees Fifty Thousand Only) which shall be
converted to Security Deposit when the respective bidder is chosen. The Security Bid (EMD) shall
be paid in the form of a Crossed Demand Draft issued by a Schedule Bank / Commercial Bank
drawn in favor of Mission Director, NHM, Meghalaya payable at Shillong (Refundable). A Bid not
accompanied by EMD of the stated amount shall be rejected by the Tender Committee, NHM,
Meghalaya as non responsive.

11. Joint Ventures or Consortia in the form of Associations will be permissible. In such cases, a
declaration of association between the Parties has to be clearly submitted in writing.

Sd/-
Mission Director,
National Health Mission
Shillong, Meghalaya

15
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

12. FINANCIAL BID COVER:

1. Financial Bid Envelope to be Super Scribed "Financial Bid - Implementation of IEC


Activities across the state"

2. Rates Quoted may be submitted in the Format as prescribed in Annexure V along with a copy
in a CD.

3. L1 will be the total bid price as per Annexure V

4. Kindly note that delivery for all orders shall be required to be made to all the 39 Block
Headquarters throughout the state and shall be inclusive in the rate quoted for by the bidder. If
any delivery asked to be made outside the state capital may be charged additional, to the specified
rate keeping in mind the location and situation of delivery.

5. The Rates quoted against items on the Tender shall be mentioned in both Figures & Words
without cutting, tampering and a Transparent Tape should be applied on the Quoted Rates.

6. Rates Quoted should be typed and free from Fluiding, Cutting and Overwriting. No hand written
quotations will be accepted. A soft copy of the same shall be required to be submitted
compulsorily as per the format provided in the NIT in a CD for easier compilation of the rates.

7. The Rates quoted by the bidder shall remain fixed and shall not be subject to any variation. A Bid
submitted with an adjustable rate quotation will be treated as non responsive and would be duly
rejected.

8. The Price bid shall not be opened for those bidders who have not complied with the provisions of
the Bid Document or EMD clause or who have not complied with the provisions / technical
specification of the bid document or whose bid have been determined as non responsive or fail to
qualify in the Technical Evaluation.

Sd/-
Mission Director,
National Health Mission
Shillong, Meghalaya

16
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Annexure I

ADDRESS OF BUSINESS

I do hereby declare that my firm ______________________________________


has its Head Office / Branch Office located in (Locality) ________________
(Tow n)_______________________________________________(Police Station)
(Pin Code) ___________________________________________ (District) _____
(State) _______________________________________________

Office landline:
Mobile Number:
Email Id:

Seal & Signature of the Firm


Date:

17
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Annexure II

ANNUAL TURNOVER STATEMENT OF THE BIDDER

a) Name of the firm_

b) Address________

c) Annual turnover for the last three years


(In Indian Rupees)

Financial Turnover Trading A/c, Profit & Loss A/c, Balance Sheet Authenticated by
year (Rs. in Lakh) Chartered Accountant
2012-2013 Attached/Not Attached
2013-2014 Attached/Not Attached
2014-2015 Attached/Not Attached

Seal & Signature of Chartered


Accountant / Auditor
Date:

18
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Annexure III

LETTER OF UNDERTAKING

To,

The Mission Director


National Health Mission
Shillong, Meghalaya

Tender No:
Tender Date:
For:

Sir / Madam,

1. I, Shri _____________________________________________________________________________________________
on behalf o f ________________________________________________________________________________________
having its registered office at ________________________________________________________________________
and its branch office a t ______________________________________________________________________________
do hereby declare to comply with all the Terms and Conditions as specified in the NIT. The Rates quoted by
me / us are valid and binding on me / us for acceptance for a period of one year from the date of award of
contract to us.

2. We agree to the conditions of the tender under which the Earnest Money Deposit shall be forfeited.

3. The tender inviting authority has the right to accept or reject any or all the Tenders without assigning any
reason thereof.

4. We understand all the Terms and Conditions of the Contract and bind myself / ourselves to abide by them.

5. I hereby furnish the following details as specified by the NIT:

Firm Name
Proprietorship / Entrepreneurship / Holding
Com pany, Partnership Firm
Name of Proprietor / Director / CEO /
FIRM Others
DETAILS Address
Telephone Number
Fax Number
M obile Number
Em ail Id
Bank Name
Address
BANK Account Number
DETAILS IFSC Code
NEFT Code

6. We hereby declare that as per the attached Affidavit, there is no vigilance / CBI or Court Case pending /
Contemplated against us at the moment.

7. All information provided is True & Accurate. If at any time it is found that any information provided is
proven false, I agree to the Cancellation / Termination of the Tender / Agreement leading up to blacklisting
of the said firm under the Government of Meghalaya for a period of three years.

SIGNATURE
NAME & ADDRESS OF BIDDER
DATE

19
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Annexure IV

CHECKLIST

Sl No Technical Cover Yes No


1 Sealed envelopes
2 Indexed Bid
3 Tender Fee
4 Submission of Two Bid System
5 Ownership Details (Partnership deed / Letter of ownership / Memorandum of
Association)
6 Attested / Notarized Copy of Certificate of Registration of
Meghalaya VAT Act 2005 indicating eligibility to carry out printing Activities.
7 Attested Copy of Trading License issued by KHADC / GHADC / JHADC for Non
Tribal Firm.
8 Up to date Income Tax Returns or similar valid documents (where applicable) for
Non Tribal Firms
9 Annexure I for Tribal Firms
10 Attested Copy of the Schedule Caste / Schedule Tribe Certificate for Tribal Firms
11 Attested Copy of Up to date Meghalaya Sales Tax Registration Certificate
12 Attested Copy of Up to date Professional Tax Clearance Certificate issued by KHADC
13 Attested Copy of Up to date Meghalaya Sales Tax Clearance Certificate
14 Attested Copy of Permanent Account Number (PAN) Card of the firm or of the
person in whose name the Proprietorship, Partnership, Firm etc is registered under.
15 Attested Copy of minimum 5 work orders of substantial amounts executed for
Government Organizations during the last three years
16 Annexure II
17 Court Fee Stamp (Rs. 25/-)
18 Attested copy of a Cancelled Cheque of the Firm clearly indicating Bank Name,
Branch, Account Number, IFSC.
19 Annexure III
20 An Affidavit on a Non Judicial Stamp Paper of Rs. 10/-, attested by a Notary Public
(In Original) that there is no vigilance / CBI Case or arbitration cases pending with
the Government of Meghalaya against the Form/Supplier that the
Proprietor/Director/Members of the Board of Directors of the Bidder and the
Principal Manufacturer on whose behalf they have quoted has never been blacklisted
by any Institution (Government or Public).
21 Self Attested copy of the Tender Document.
22 Annexure IV
23 Security Bid (EMD) for an amount of Rs. 1,00,000/- (Rupees One lakh Only) in the
form of a Crossed Demand Draft/Banker's Cheque issued by a Schedule Bank /
Commercial Bank drawn in favor of Mission Director, NHM, Meghalaya payable at
Shillong (Refundable) carrying no form of interest on it.

Sl No Financial Cover Yes No


1 Annexure V
2 Annexure V in Soft Copy submitted in a CD

SIGNATURE
NAME & ADDRESS OF BIDDER
DATE

20
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Annexure V
Financial Bid

Sl Rate
Particulars Specifications Tax amt. Amt.
no /unit
1 Merchandised items (custom made):
a. NHM T - shirts with Short
1.1
Health Messages in various sizes Size: XL, L, M, S
1.2 b. NHM Caps with NHM Logo Per cap
c. NHM Umbrellas Ladies, Gents & Garden per
1.3
umbrella
1.4 d. NHM Pens Per pen
1.5 e. NHM Key chains Per keychain
Production of TV & Radio Public Language: English, Khasi and
2 Service Announcements (PSA) Garo
Duration: 45/ 60 seconds
Replacement of Flex Hoardings Printing Per square feet
3 Printing & delivery in Garo Hills Delivery charges
Region
VHSNC Boards - 6 x 4 feet,
printing and delivery charges
Printing of Information Boards for at block level
4
VHSNC & ASHA ASHA Boards - 2 x 3 feet,
printing and delivery charges
at block level
Sign board in acrylic/sun board Boards - 2 x 3 feet with inner
5mm/Inner lit box sign board for
5 light
all Adolescent Clinics
Printing charges
6 Wall paintings Per square feet
Framed posters in acrylic/sun 2 x 3 feet printing, delivery to
7
board 5mm all blocks
Steel framed Information Boards 5 x 10 feet Printing,
in flex on Civil Registration construction of frame and
8 System in English & local installation
language
Steel Framed Information Boards 6 x 4 feet & 2x 3 feet.
9 in flex on PCPNDT Act in English Printing, construction of
& Local Language structure and installation
Construction of Hoarding 10 x 20 feet
10 Structures in Iron

Total amount
NOTE:
1. The lowest quoted rate by any bidders will be considered as Benchmark rate and the successful
bidder shall have no objection if rate are negotiated to a Benchmark rate in case the rates quoted
by the successful bidder for any items listed above are higher than the Benchmark rate.
2. Rate Quoted for selected items will not be accepted; hence quoting of rate for all line items as
given above is a must, failing which the proposal will be rejected.

SIGNATURE
NAME & ADDRESS OF BIDDER
DATE

21
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

Annexure VI
PERFORMANCE SECURITY BOND FORM

....................................................(In sert Bank’s Name and Address o f Issuing Branch o r O ffice)

Beneficiary:................................................... (Insert: name and Address o f Purchaser or National Health Mission,


here in after called the NHM,)

Date: .............................

PERFORMANCE GUARANTEEE No: ....................................................

We have been informed that (insert: name o f Supplier) has entered into Contract No. (Insert: reference no o f the
contract) dated.................................With you, for the supply o f (insert: description o f goods).

Furthermore, we understand that, according to the conditions o f the Contract, a performance guarantee is required.

At the request o f the Supplier, we (insert: name o f bank) hereby irrevocably undertake to pay you a sum or sums
not exceeding in total an amount o f (insert: amount in figures) ( ...... ) (insert: amount in words) upon receipt by us
o f your first demand in writing accompanied by a written statement stating that the supplier is in breach o f its
obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum
specified therein.

This guarantee shall expire no later than the .............. Day o f .............., 2 ........... , **and any demand for payment
under it must be received by us at this office on or before that date.

* * The guarantor agrees to extension o f this guarantee for a further period in response to the purchaser’s written
request for such extension, such request to be presented to the Guarantor before the expiry o f the guarantee.

Dated:

For___________________________
(Indicating the name o f the Bank)

N.B. This guarantee should be issued on non-judicial stamped paper, stamped in accordance with the stamp act.

22
OFFICE OF THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, MEGHALAYA
D ire c to ra te o f H e a lth S e rv ic e s, “ H e a lth C o m p lex ” , R ed H ill, U p la n d R o a d , L a itu m k h r a h ,
S h illo n g - 7 9 3 0 0 3 , P h - 0 3 6 4 - 2 5 0 6 4 6 0 / 2 5 0 6 5 5 2 , F a x : 0 3 6 4 - 2 5 0 6 2 4 4
E m a il: n rh m m e g h @ g m a il.c o m

ANNEXURE-VII

IT Returns

a) Name of the firm_

b) Address

Financial year IT Returns (attached/not attached)

23

You might also like