Page 1 of 38
ODISHA STATE MEDICAL CORPORATION LIMITED
(A GOVT. OF ODISHA UNDERTAKING)
BID DOCUMENT
FOR
TRANSPORTATION OF LONG LASTING INSECTICIDE-
TREATED NETS (LLIN)
Reference No. OSMCL/2016-17/LOGISTICS/01 Date: 02.12.2016
Convent Square, Bhubaneswar – 751007, Odisha, Ph. No. (0674) 2380660, 2380950
Website: www.osmcl.nic.in, E-Mail: [email protected]
Page 2 of 38
CONTENT
Section Clause Component Page No.
Section – I
General
Information About
Tender
1 Background 5
2 Description & Directives 5
Section – II
Specific
Information for
Bidders
1 Eligibility Criteria 9
2 Tenure of the Contract 9
3 Important Notes for Bidders 10
4 Bidding Process 10
5 Award of Contract 12
6 Performance Security 13
Section – III
Conditions of
Contract
1 Scope of Work 15
2 Contract Management 16
3 Payment Terms 20
4 Resolution of Disputes 21
Annexure
I Source District/ Regional Locations with CHC-wise
Distribution Plan of LLIN
22
II Format for Turnover Certificate 31
III Format for Submission of Clientele
(Details of Present and Past Clients)
32
IV Format for Declaration 33
V Format for General Details of the Organization 34
VI Agreement Format 35
VII Format of Bank Guarantee for Performance Security 37
Page 3 of 38
NOTICE INVITING BID
Odisha State Medical Corporation Limited (OSMCL) Convent Square, Unit – III,
Bhubaneswar -751 007
Tel.: (0674) 2380950, Website: www.osmcl.nic.in, E-mail: [email protected]
Bid Reference No. : OSMCL/2016-17/LOGISTICS/01 Date: 02.12.2016
Bids are invited from eligible transporters to transport Long Lasting Insecticide-Treated Nets
(LLINs) from Regional Warehouses to the Community Health Centers (CHCs) of Odisha as per the
details in Annexure I and as per the particulars mentioned below:
Sl. No.
Particulars Date and Time
1. Date & time of release of bid 02.12.2016
2. Date & time of Pre-bid meeting 08.12.2016, 11 A.M. Venue: Tender Hall, OSMCL
3. Last date & time for submission of bid
23.12.2016, 4 P.M. OSMCL Office
4. Date & time of Technical bid opening
23.12.2016, 4.30 P.M. Venue: Tender Hall,
OSMCL 5 Date of opening of Price Bid
To be informed to the technically qualified bidders
The bid document with all information relating to the bidding process including cost of bid
document, EMD, Eligibility criteria and terms & conditions are available in the website:
www.osmcl.nic.in. The Authority reserves the right to accept/ reject any part thereof or all the
bids without assigning any reason thereof.
Sd/
Managing Director
OSMC
Page 5 of 38
1. Background
Odisha State Medical Corporation Limited - OSMCL (Tender Inviting Authority) is a Govt. of
Odisha Enterprise for providing services to the various health care institutions under the
Department of Health & Family Welfare.
Odisha State Medical Corporation Limited (OSMCL) is inviting bids for engagement of
commercial transport vehicles for transportation of Long Lasting Insecticide-treated Nets
(LLINs) to the Community Health Centers (CHCs) of Odisha (see Annexure I for CHC-wise
details) on behalf of Director Health Services, Odisha. This agreement describes the terms and
conditions under which the agency (successful bidder to whom contract is awarded) agrees
upon to transport and deliver LLINs with its vehicles, for and on behalf of Director Health
Services, Odisha.
Note:
All products shall be owned by NVBDCP Wing and provided to the agency (successful bidder to
whom contract is awarded) for delivery under the terms and conditions of this contract.
2. DESCRIPTION & DIRECTIVES
The Managing Director, Odisha State Medical Corporation Limited, Convent Square, Janpath,
Bhubaneswar, Odisha (hereinafter referred as Tender Inviting Authority unless the context
otherwise requires) invites bids/tenders for engagement of commercial transport vehicles for
transportation of Long Lasting Insecticide-treated Nets (LLINs) to the Community Health
Centers (CHCs) of Odisha as per Annexure I from Regional Warehouses.
Bids are invited for 5 (Five) Source Districts/ Regional Warehouses in this bid document. A
bidder can quote for one Source District/ Regional Warehouse or for more than one Source
District/ Regional Warehouse.
The details are given below –
Sl. No.
Source District/ Regional
Warehouse/ Place
Recipient District Quantity of LLIN (Single Size)
(Nos.)
Quantity of LLIN
(Double Size)
(Nos.)
Total Quantity of LLIN (Nos.)
Cost of Tender Paper
including Odisha
VAT (Rs.)
EMD (Rs.) Remarks
1.
Koraput* (Central Warehouse Corporation, Jaipur)
Koraput, Malkangiri and Nabarangpur 6,09,650 12,34,435 18,44,085
5,250/-
1,00,000/- CHC-wise
details are given
in Annexure
I 2.
Rayagada* (Central Warehouse Corporation, Rayagada)
Rayagada, Nuapada, Kalahandi and Gajapati
7,05,013 14,27,529 21,32,542 1,00,000/-
3. Keonjhar* Keonjhar, Deogarh 7,38,483 14,95,300 22,33,783 1,00,000/-
Page 6 of 38
(O/o CDMO, Keonjhar)
and Mayurbhanj
4. Sambalpur* (O/o CDMO, Sambalpur)
Sambalpur, Bargarh, Bolangir, Jharsuguda, Sonepur and Sundargarh
9,01,204 18,00,581 27,01,785 1,00,000/-
5.
Khurda* (Central Drug Store, Bhubaneswar & Odisha State Warehouse Corporation, Bhubaneswar)
Khurda, Ganjam, Boudh, Angul, Balasore, Bhadrak, Jajpur, Cuttack, Dhenkanal, Puri, Kendrapada, Jagatsinghpur, Kandhamal and Nayagarh
8,26,844 16,04,546 24,31,390 1,00,000/-
Total 37,81,194 75,62,391 1,13,43,585 5,250/- 5,00,000/-
Note: * Exact location within the city or periphery will be intimated before signing of
contract.
A bell/ pack of dimension (72 x 44 x 36) cm contains 40 pcs. of LLINs. Approximate weight
of a bell/ pack is 26 kg. However, the size of the bell/ pack may vary.
3. The information to bidders for all the Source Districts are contained in a single bidding
document. Bidders need not purchase more than one bid document even if they want to
bid for more than one Source District.
4. OTHER RELEVANT INFORMATION
a) Tender Type : Manual Tender, 2 envelop System - one labeled as Technical
Bid and the other one as Financial Bid.
b) Vehicles Required : Goods Carrier Vehicles of various capacity as per ordered quantity
for transportation
c) Mode of Operation : As and when required
d) Nature of work : Transportation of LLINs
e) EMD : In form of Demand Draft/ Pay Order in favour of Odisha State
Medical Corporation Limited, payable at Bhubaneswar
f) Cost of Tender Paper : Rs. 5,250/- (inclusive of Odisha VAT) in form of Demand Draft/
Pay Order in favour of Odisha State Medical Corporation
Limited, payable at Bhubaneswar
g) Important Dates : Tender Release: 02.12.2016
Pre-bid meeting: 08.12.2016, 11 A.M. in OSMCL Office
Last date for Bid Submission: 23.12.2016, 4 P.M.
Bid Opening: 23.12.2016, 4.30 P.M. in OSMCL Office
h) Validity of Bid : 180 days from date of bid submission
Page 7 of 38
i) Address for communication : Odisha State Medical Corporation Limited
& bid submission Convent Square, Janpath,
Bhubaneswar – 751007
e-mail: [email protected]
Note:
The bidders shall be solely responsible for checking OSMCL website for any
addendum/amendment issued subsequently to the release of bid document and take into
consideration the same while preparing and submitting the bids.
Page 9 of 38
1. ELIGIBILITY CRITERIA
The interested Bidders shall have to comply to the following criteria to participate in the
tendering process -
a. Should be registered for under "Carriage by Road Act, 2007” and “Carriage by Road Rules, 2011”. (Self-attested copies of Registration Certificates to be furnished.)
b. Must have either its registered office or operating office in Odisha. (Self-attested copy of
documentary evidence in this respect to be furnished.)
c. Should have all relevant statutory documents such as registration certificate of firm, PAN
card, service tax registration certificate, etc.
d. Should have minimum 5 (five) number of heavy vehicles with capacity of 6 tonnes or more
to carry drugs/ pharmaceuticals/ perishable items/ consumable goods, etc. The heavy
vehicle like tipper shall not be considered as a vehicle carrying drugs/ pharmaceuticals/
perishable items/ consumable goods, etc. for the purpose of this tender. (Copies of R.C.
Books along with copies of Fitness Certificates to be furnished)
e. Average annual turnover in last 3 financial years i.e. 2013-14, 2014-15 & 2015-16 should
be at least Rs.10 lakh if the bidder participates for One Source District and Rs.30 lakh if the
bidder participates for more than One Source District. (Report on financial standing of the
Bidder such as Turnover Statement, duly certified by a Chartered Accountant as in
Annexure II for the past three (3) Financial Years i.e. 2013-14, 2014-15 & 2015-16 to be
furnished. Provisional Turnover shall not be considered.)
f. Must have executed similar work (transportation of drugs/ pharmaceuticals/ perishable
items/ consumable goods, etc.) during any of the last three (3) Financial Years i.e. 2013-14,
2014-15 & 2015-16. (A list of clients in Annexure III along with self-attested copies of Work
Orders/ Contracts/ Completion Certificates/ Performance Certificates from the Employers
as proofs of successful completion of the Contract are to be enclosed as supporting
evidences.)
g. Should neither be convicted by any court of law nor be blacklisted/ debarred on
financial/administrative/techno-legal ground by any appropriate authority. A declaration
regarding this should be submitted in Rs. 100/- stamp paper in format prescribed at
Annexure IV. The bidder should not be involved in any criminal or civil suit. If so, then
details of all such suits should be submitted. Tender committee of OSMCL reserve the right
to consider/ not consider any offer based on gravity/implication of suits pending against
the bidder.
2. TENURE OF THE CONTRACT
a. The contract shall be awarded for a period of one year from the date of signing of contract,
which may be renewed for another six months subject to satisfactory performance of the
Agency and with the mutual consent of both the parties.
Page 10 of 38
b. In the event of the contract being terminated by OSMCL before the completion of the
contract period for reasons of unsatisfactory performance or breach of contractual
conditions, the full Performance Security Deposit of the agency shall be liable to be forfeited.
3. IMPORTANT NOTES FOR BIDDERS:
a. Vehicles Required: Goods Carrier Vehicles of various capacity as per ordered quantity for
transportation.
b. Payment will be made only for one side i.e. only the distance covered from the Regional
Warehouse to the destination i.e. Community Health Centers/ identified locations of CHCs.
c. EMD will be refunded to the unsuccessful bidders once the successful bidder submits the
Performance Security and signs the Contract.
d. EMD will be refunded to the successful bidder after submission of required Performance
Security.
e. In case of unwillingness of L1 bidder to enter into contract or bid withdrawal in any form, the
EMD submitted by the bidder will be liable for forfeiture and OSMCL will have the right to
proceed for a contract with the next lowest responsive bidder.
4. BIDDING PROCESS
The bidder should submit its proposal in two envelops - “Envelop A” and “Envelop B”.
Envelop A should include qualification documents and Envelop B should contain financial
offer. Documents to be submitted in the respective envelops are as follows:-
A. TECHNICAL BID - ENVELOP A:
The Bidders have to submit following documents in their technical bids with page references-
Sl. No. Particulars Page No.
1. Cost of Tender Paper
2. EMD
3. Copies of Registration Certificates under “Carriage by Road Act,
2007” and “Carriage by Road Rules, 2011
4. Copy of Service Tax Registration Certificate
5. Copy of PAN card
6. Turnover Certificate as per Annexure II
7. Declaration as per Annexure IV
8. Copies of R.C. Books along with copies of Fitness Certificates of
owned heavy vehicles
Page 11 of 38
9.
Documentary evidence showing execution of similar work
(transportation of drugs/ pharmaceuticals/ perishable items/
consumable goods, etc.) during the last three (3) Financial Years
i.e. 2013-14, 2014-15 & 2015-16 as per Annexure III.
10.
Bank Details of the bidder as follows –
a. Name of the Bank and Branch b. Savings/ Current Account c. Bank Account No. d. IFS Code
B. FINANCIAL BID - ENVELOP ‘B’
The Bidders have to submit the Financial Bids in the format prescribed below. This format
should be put into a separate envelop, sealed properly and clearly marked as “Envelop B:
Financial Bid for Long Lasting Insecticide-Treated Nets (LLINs) to the Community
Health Centers (CHCs) of Odisha”.
Sl. No.
Source District/ Regional
Warehouse/ Place
Distance No. of
Places
to be
covered
Approx.
km. To be
covered
Rate per
pc./ km.
(including
all charges
like fuel,
lubricants
& oils,
insurance,
loading &
unloading,
etc. and
excluding
Service
Tax)
(In Paisa)
Approx.
No. of
LLINs to
be
transporte
d
Total
Cost**
(Rs.)
1 2 3 4 5 6 7 8 (=5x6x7)
1.
Koraput* (Central
Warehouse Corporation,
Jaipur)
0 – 50 kms. 10 309 4,42,848
51 to 100 kms. 17 1152 8,76,327
Above 100 kms. 10 1426 5,24,910
Total (in Figure)
Total (Rs.....................................................................................................................................) only
2.
Rayagada* (Central
Warehouse Corporation,
Rayagada)
0 – 50 kms. 7 164 3,25,961
51 to 100 kms. 6 438 3,30,612
Above 100 kms. 26 4188 14,75,969
Total (in Figure)
Total (Rs.....................................................................................................................................) only
Page 12 of 38
3. Keonjhar* (O/o CDMO,
Keonjhar)
0 – 50 kms. 9 237 5,30,243
51 to 100 kms. 15 1096 7,95,929
Above 100 kms. 17 2413 9,07,611
Total (in Figure)
Total (Rs.....................................................................................................................................) only
4. Sambalpur* (O/o CDMO, Sambalpur)
0 – 50 kms. 5 78 3,12,993
51 to 100 kms. 14 1130 4,22,384
Above 100 kms. 34 5642 19,66,408
Total (in Figure)
Total (Rs.....................................................................................................................................) only
5.
Khurda* (Central Drug
Store, Bhubaneswar &
Odisha State Warehouse
Corporation, Bhubaneswar)
0 – 50 kms. 3 72 4,60,843
51 to 100 kms. 13 1041 5,65,983
Above 100 kms. 29 5896 14,04,564
Total (in Figure)
Total (Rs.....................................................................................................................................) only
* Exact location within the city or periphery will be intimated before signing of contract.
** The Total Cost as at Column 8 above is for evaluation purpose only. However, contract
will be per piece per km. basis.
Note: 1) Rate to be quoted for one side i.e. distance from source place to the destination.
2) a) If there is a discrepancy between the rate and the line item total that is obtained by
multiplying the rate by the quantity and km., the rate shall prevail and the line item total shall
be corrected.
b) If there is an error in a total corresponding to the addition of subtotals, the subtotals shall
prevail and the total shall be corrected accordingly.
c) If there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
3) A bell/ pack of dimension (72 x 44 x 36) cm contains 40 pcs. of LLINs. Approximate weight
of a bell/ pack is 26 kg. However, the size of the bell/ pack may vary.
Both Envelop A and Envelop B should be put into a bigger envelope and sealed. The
envelope should be superscripted on top with the tender reference number and addressed to
MD, OSMCL. Bid can be submitted through postal/courier services in office hours. OSMCL
will not be responsible for any postal delays.
Page 13 of 38
5. EVALUATION AND SELECTION
a) The bids shall be evaluated for each Source District separately in two stages i.e. technical
evaluation and financial evaluation.
b) The Financial Bids shall be opened of those bidders who will qualify in the technical
evaluation.
c) Financial Bids shall be opened in the presence of the technically qualified bidders’
representatives, who choose to attend in person at the address given below –
Odisha State Medical Corporation Ltd.
Convent Square, Bhubaneswar – 751007.
Date of Opening of Financial Bids shall be communicated to the technically qualified
bidders.
6. AWARD OF CONTRACT:
a) Contract for a Source District shall be awarded to the bidder whose bid will be determined to
be substantially responsive and who has quoted the lowest evaluated total cost for that
particular Source District (Total of Col. 8 of Financial Bid).
b) The Total Cost as at Column 8 above is for evaluation purpose only. However,
contract will be per piece per km. basis.
c) In case more than one bidder has quoted lowest total cost for a particular Source District,
then the bidder having highest average annual turnover among them will be considered
for award of contract.
d) Intimation of offer for contract will be given by letter/ e-mail. The concerned bidder should
acknowledge the same and submit the acceptance with agreement document and performance
security within 10 days of intimation. In case of non-acceptance of agreement, OSMCL may
proceed to the next lowest evaluated Bidder.
7. PERFORMANCE SECURITY:
Performance Security acts as a safeguard against unsatisfactory performance or violation of
contract agreement by the agency on the contract. Performance Security for an amount of Rs.2
Lakh per Source District shall be furnished in form of a Demand Draft/ Bank Guarantee. Format
for Bank Guarantee is attached at Annexure VII. Performance Security is to be furnished within 10
days after Notification of Award/ Letter of Intent and it should remain valid for a period of 90 days
beyond the date of completion of all contractual obligations of the agency.
In case of breach of contract by the agency, the Performance Security will be forfeited. If the
agency duly performs and completes the contract in all respect, the Performance Security shall be
returned without any interest, on completion of all such obligations under the contract.
Page 15 of 38
1. SCOPE OF WORK
a. Transportation of Long Lasting Insecticide-Treated Nets (LLINs) to the Community Health Centers
(CHCs) of Odisha. List of the delivery locations is at Annexure I.
b. LLINs are highly sensitive commodities; therefore, the transporter should carefully and timely
execute its work.
c. Work Orders for transportation will be given mentioning the destination and no. of LLINs to be
delivered. The invoices should be raised by the agency accordingly for payment process.
a. Responsibilities of Agency
i. Transportation of Products
1. Provide transport for carrying of Long Lasting Insecticide-Treated Nets (LLINs) to the Community
Health Centers (CHCs) of Odisha listed in Annexure I.
2. Loading of materials in the trucks from the Depots, unloading of materials from the trucks at the
CHCs/ identified locations of the CHCs and keeping the materials in the space assigned are the
responsibilities of the agency.
3. The agency will use utmost care and precaution, while transporting the products.
4. The agency’s responsibility with respect to the goods and materials which it has agreed to
accept and transport shall attach as to each portion of the goods and materials when such goods
and materials are being loaded upon the agency’s vehicle and shall terminate when the goods
and materials are unloaded at their destination and a delivery voucher is signed without
reference to any loss or damage by the recipient.
5. The agency will not overload any vehicles.
6. Any penalty incurred as a consequence of any overloading will be to the agency’s account.
7. The vehicles should be completely covered and secured to prevent from rain, wind, etc. while
transporting the materials to the destinations.
8. The agency is responsible to provide fuel, oil, tiers and other parts, supplies and equipments
necessary or required for the safe and efficient operation and maintenance for all his vehicles
for transport of the products allocated.
9. The operators of the agency’s vehicles will be equipped with an operational cellular phone and
be contactable at all times.
10. The agency shall pay all expenses of every nature, including the Insurance Charges, expense of
road service and repair in connection with the use and operation of the vehicles and shall, at its
sole cost and expense, at all times during the term of this Agreement, maintain the vehicles in
good mechanical condition and appearance.
11. The agency shall provide roadworthy vehicles in very good conditions and well maintained for
transportation of products to the designated locations.
12. The agency agrees that the agency shall be prohibited from utilizing and operating any unsafe
vehicles, equipment/machinery and/or articles by the agency and its employees in medical
center’s premises.
13. The agency should be able to provide the required vehicles within twenty four (24) hours of
receiving intimation from the concerned Source District.
Page 16 of 38
14. The agency should be able to provide vehicles for transportation of goods to the tune of 30
tons on any given day within twenty four (24) hours of receiving intimation from the
concerned Source District.
15. In case of emergency, the agency may be required to provide vehicles with a short notice.
16. The agency shall commence loading of the vehicles in warehouse immediately they receive
instructions from the Warehouse personnel on ground. Delay to load would lead to penalization
or termination of the Contract (see Penalty & Termination Clause).
17. All efforts must be made to complete transportation without transshipment. In the event that
transshipment becomes unavoidable, it may only take place with the knowledge and approval of
the concerned Nodal Officers of the Source Districts.
18. The agency acknowledges that time is of essence and that all efforts of the agency are to be
focused to ensure the expeditious delivery of the product.
ii. Reports
The performance of the agency will be evaluated on its timeliness, speed of execution and
accuracy of delivery. To evaluate the agency on these parameters, the agency needs to submit
the following reports for review on a monthly basis -
Trip Record – A summary of trips along with Trip Records, Closing Kms., Acknowledgement
against receipt of goods, duly signed by the CHC In-Charge or his authorized Officer, needs to be
submitted along with the bills.
2. CONTRACT MANAGEMENT
a. Risk and Ownership
i. Liability of damages and losses
1. OSMCL and the agency acknowledge and agree that the risk of loss to goods during transit
shall be borne by the agency once the agency's truck leaves the warehouses. The driver/
representative of the agency shall have the right to inspect each transport for damage prior
to leaving the loading bay and shall have the right to refuse damaged goods tendered for
delivery. In addition, the agency's driver shall note and bring to the attention of the store in-
charge at the location any damage detected prior to leaving the loading dock where it is
receiving goods under this tender. In the event that damage occurs to goods prior to delivery
at the ultimate destination, the driver shall note such damage on the delivery voucher and
further shall so advise the party receiving the shipment of damaged goods.
2. The agency bears the risk of loss for goods while in transit. The agency shall arrange for
appropriate insurance for such goods in transit, the cost of which shall be deemed to be
included in the rates set forth in the financial Bid.
3. In case of loss or damage to the goods in transit, amount equivalent to value of such goods
will be deducted from the payment to be made to the agency. If value of damaged goods is
more than 10 % of total consignment, then additional penalty of 20 % on value of damaged
goods will also be levied.
Page 17 of 38
4. The agency shall not be liable for any loss or damage to the extent such is due to a force
majeure event, as defined in “FORCE MAJEURE” section of this agreement or an act or default
of OSMCL/ NVBDCP Wing/ Source District.
ii. Force Majeure
If through "Force Majeure" (Government embargo, war, blockages, revolution, insurrection,
mobilization, strikes, lockouts, riots, other extra ordinary civil disturbances, and/or an act of
God) where one or both of the contracting parties are unable to perform their obligations
under the terms of this contract; then it shall be considered cancelled and no penalties
attached to the parties.
iii. Indemnity
The agency agrees that it shall protect, defend, indemnify and hold harmless to OSMCL, from
and against all liabilities, losses, costs, damages, expenses, claims, attorneys' fees and
disbursements of any kind or of any nature whatsoever imposed upon OSMCL, whether
incurred directly or indirectly by OSMCL, by virtue of, or in connection with, or arising out of
any:
1. Failure of the agency to maintain appropriate licenses to carry out the purposes of this
agreement, resulting in the inability to, among other things, ship products for OSMCL;
2. Claims made by any employee or agent of the agency or by any operation of the agency
related to agency’s provisions of transportation services to OSMCL under the terms of this
agreement, including any claim by agency’s personnel that they are OSMCL employees for
any purpose;
3. Claims arising from the negligence of the agency in performing transport services pursuant to
the terms of this agreement; or
4. Other claims arising directly or indirectly out of the transportation of goods on behalf of
OSMCL by the agency, including but not limited to claim arising from accidents involving
vehicles used to transport goods.
b. Penalty & Termination
i. Penalty Clause:
1. In case of non-reporting within the stipulated time, a penalty of 20% of the projected
transportation cost for the quantity of goods which could not be dispatched against any
Work Order.
2. The vehicles and the drivers shall provide satisfactory service at all times during the entire
contract period as per the provisions of this contract. Failure to comply with the provisions
of this tender document will be considered as unsatisfactory performance.
3. Penalty for an amount of Rs.500/- per case per day will be deducted from the due amount in
the following situations -
a. Any undisciplined behavior by the staff of the agency, which includes taking alcohol,
using foul language, getting involved in objectionable activities, etc.;
b. Discourteous behavior towards any officer or manpower of the Source District/ CHC;
c. Not carrying out the duties in a satisfactory manner; and
Page 18 of 38
d. Damage or stealing of any asset or property or officers and manpower of the Source
District/ CHC.
In case of‘d’ above, cost of such asset or property damaged or stolen shall also be
recovered from the agency.
4. OSMCL may also terminate the contract in case of prolonged/ frequent unsatisfactory
service, breach of Terms & Conditions and non-compliance by the agency of the instructions
given by OSMCL/ NVBDCP/ DHS officials. In case of termination of the contract, Performance
Security deposited by the agency shall be forfeited.
ii. Termination
Without prejudice to any other remedies that OSMCL and its designated agents may have
against the agency and its agents, OSMCL shall have the right at any time by giving notice in
writing to the agency to terminate the agreement forthwith in any of the following events:
1. On breach
In case of non-compliance of prescribed quality norms, breach of contractual terms and
repeated concerns regarding service quality.
2. On liquidation or insolvency of the Agency
If at any time the agency becomes insolvent or files an application for insolvency or any
creditor of his moves the court for adjudicating him as an insolvent or if he is convicted by
any court of law, OSMCL will have the absolute option of terminating the contract forthwith
and he shall have no right for damage or compensation on this account.
3. On prevention of performance of duties
OSMCL shall have the right to terminate this Agreement immediately on notice to agency, if,
in the reasonable judgment of OSMCL, the agency has failed to provide transport services in
accordance with the required standards.
4. On Prejudicial conduct
If the agency is guilty of any conduct which in the opinion of OSMCL is prejudicial to OSMCL’s
interests.
5. On Termination by notice given by either party
Either party may terminate this agreement by giving to the other party 7 (Seven) days notice
in writing sent by registered post or recorded delivery service to the registered office of
OSMCL or of the agency as the case may be.
c. Operations
1. All operations of the agency are to be conducted in a safe manner and in compliance with all
central, state and local laws, statutes, ordinances, standards, rules and regulations.
2. The vehicles shall remain in sound running condition and be dust proof. Its emissions shall
comply with pollution control norms. The Source District reserves the right to decide upon
Page 19 of 38
the sound running condition of the vehicles. All the expenses incurred in the maintenance of
the vehicles or otherwise shall be borne solely by the agency.
3. All related and relevant documents of the vehicles should be available in the vehicles while
on duty.
4. The vehicles and the drivers shall report when called for, duly fuelled and in sound running
conditions. Any delay or shortcoming will be viewed seriously and may be dealt with
imposition of fine as per the provision of “Penalty and Termination”.
5. The drivers shall possess valid Driving Licenses, should be well behaved and while on duty,
they should never be in an intoxicating state or smoking. The agency shall be required to
change/replace the driver/s in case not found suitable by the Source District.
6. The drivers shall not be reluctant to or deny or refuse to go to any place including various
destinations as listed in the Scope of Work. In case of stay anywhere, they shall be required
to make their own arrangements for food and stay. OSMCL shall not provide any additional
remuneration monetary or otherwise in any such situation.
7. In case the vehicle is not available for whatsoever reason, the Source District shall be free to
make its own arrangement at the sole risk and cost of the agency. Any expenses thus incurred
shall be deducted from the amount payable to the agency or Performance Security in
addition to any penalty that may be imposed as per “Penalty & Termination” clause.
8. The agency shall ensure immediate replacement of a vehicle due to its being involved in
accidents, mishaps, detention and/or impounding by authorities concerned, becoming out of
order or road unworthy, etc. In such eventualities, the agency shall inform the Nodal Officer
of the concerned Source District without any loss of time.
9. In the event of such breakdowns, the Source District may decide in its sole and absolute
discretion to carry the products to their destination and the agency agrees that the agency
shall pay to the Source District’s reasonable costs in so doing if the agency fails to make
alternative arrangement.
d. General Provisions
i. Subletting
The agency shall not sublet, transfer or assign the contract or any part thereof, without the
previous written approval from OSMCL. In case the agency contravenes this condition,
OSMCL shall be entitled to place the contract elsewhere at the risk and cost of the agency and
all expenses borne on this account shall be recovered from the agency.
ii. Illegal Gratification
1. Any bribe, commission, gift or advantage taken or promised to be taken by or on behalf of
the agency or his partner or agent or servant or any one of his authorized representative
from the users of OSMCL shall in addition to any criminal liability that the agency may incur,
entitle OSMCL rescind this contract and all other contracts with him, and to take any other
action as may be deemed fit by OSMCL.
Page 20 of 38
2. The agency shall not lend to or borrow from or have or enter into any monetary dealings or
transactions either directly or indirectly with any employee of OSMCL and if he shall do so,
OSMCL shall be entitled forthwith to rescind the contract.
3. Any question or dispute as to the commission of any offence or compensation payable to
OSMCL under these clauses shall be settled by the designated officer of OSMCL in such a
manner as he shall consider fit and sufficient and his decision shall be final and conclusive.
3. PAYMENT TERMS
1. Work Orders for transportation will be given mentioning the destination and no. of LLINs to
be delivered. The invoices should be raised by the agency accordingly for payment process.
2. The agency shall issue an invoice to the NVBDCP Wing, Bhubaneswar at the end of each
month for the services rendered under this agreement along with the requisite documents
duly signed by the authorized Officers of the Source Districts as well as the concerned CHCs/
delivered destinations.
3. Payment will be made to the agency for transport of products at the rates agreed through the
tendering process.
4. The payment will be made only for the distance covered from the Regional Warehouses to
the CHCs i.e. one side only.
5. No advance payment shall be made to the agency. Full payments will be made upon
presentation of original signed and stamped Invoices along with monthly summary of trips
and copies of Work Orders of the Source Districts and Trip Records, duly signed by the
authorized Officers of the Source Districts as well as the concerned CHCs.
6. The agency will invoice the NVBDCP Wing on the first business week of the month for the
transportation charges for the previous month.
7. Payment shall be made through RTGS/ Cheque/e-payment system for which the following
details shall be provided by the agency immediately after commencement of the contract:-
e. Name of the Bank and Branch f. Savings/ Current Account g. Bank Account No. h. IFS Code
4. RESOLUTION OF DISPUTES
If dispute or difference of any kind shall arise between OSMCL and the successful bidder in
connection with or relating to the contract, the parties shall make every effort to resolve the
same amicably by mutual consultations.
If the parties fail to resolve their disputes or differences by such mutual consultation within
twenty-one days of its occurrence, then, unless otherwise provided in the bid document,
either OSMCL or the successful bidder may give notice to the other party of its intention to
commence arbitration, as provided and the applicable arbitration procedure will be as per
the Arbitration and Conciliation Act, 1996 of India.
Page 21 of 38
Venue of Arbitration: The venue of arbitration shall be the place from where the contract has
been issued, i.e. Bhubaneswar, Odisha.
Applicable Law and Jurisdiction of Courts
The contract shall be governed by and interpreted in accordance with the laws of India for
the time being in force.
All disputes arising out of this bid will be subject to the jurisdiction of courts of law in
Bhubaneswar/ High Court of Odisha.
Page 22 of 38
ANNEXURE I
Source District/ Regional Locations with CHC-wise Distribution Plan of LLIN
Name of Source District
Name of District
Name of the CHC
Quantity of LLIN
(Single Size) (No.)
Quantity of LLIN (Double
Size) (No.)
Total Quantity of LLIN (No.)
Approximate Km. from
Source Place
Koraput
Koraput
Bandhugaon 10903 22076 32978 120
Narayanpanta 8105 16411 24516 103
Laxmipur 12115 24531 36646 121
Dasmantpur 15050 30474 45524 44
Mathalput 14080 28510 42590 55
Kunduli 15321 31022 46344 61
Pottangi 12455 25219 37674 70
Nandapur 18162 36775 54938 68
Lamtaput 10930 22132 33062 43
Boipariguda 21374 43278 64651 21
Kundra 13433 27199 40633 7
Rabanaguda 22178 44907 67086 73
Borigumma 28661 58033 86693 23
Kotpad 20111 40721 60831 55
DHH Koraput 8221 16646 24867 33
SDH Jeypore 17545 35525 53070 5
GH Sunabeda 12240 24785 37025 43
Koraput Total 260884 528244 789128 937
Malkangiri
DHH Malkangiri 5753 11649 17402 100
CHC Korukonda 26496 53650 80146 110
CHC Mathili 18752 37969 56721 56
CHC Podia 10519 21298 31817 249
CHC Khairput 8011 16221 24232 79
Page 23 of 38
CHC Kalimela 23318 47214 70532 213
CHC Pandripani 13082 26489 39571 47
CHC K.Gumma 12619 25551 38169 76
Malkanagiri Total 118549 240041 358590 930
Nawarangapur
Sanmosigam 14621 29606 44227 60
Nandahandi 11256 22792 34048 54
Tentulikhunti 15913 32222 48135 68
Kosagumuda 30737 62238 92975 90
Papadahandi 24873 50364 75237 55
Dabugam 12531 25373 37903 74
Jharigam 29132 58988 88120 106
Chandahandi 13173 26674 39847 140
Hatbharandi 34636 70132 104768 158
Pujariguda 32337 65477 97814 66
DHH,Nawrangpur(U) 5869 11883 17752 43
Umerkote(U) 5137 10403 15540 106
Nawarangapur Total 230217 466150 696367 1020
Rayagada
Kalahandi
Pastikudi 25433 51498 76931 127
Th Rampur 13720 27781 41501 110
M Rampur 15389 31160 46548 220
B.N.Pur 17209 34846 52056 280
Borda 32056 64908 96964 157
Chapuria 25491 51615 77106 194
Koksara 22360 45274 67634 160
Jaipatna 23549 47682 71231 147
Chiliguda 36013 72921 108934 81
Kalampur 11419 23121 34540 127
Karlamunda 10991 22255 33246 179
Page 24 of 38
Narla 22843 46253 69095 126
Parla 24014 48624 72638 187
Kalahandi Total 280487 567938 848425 2095
Rayagada
Bissam Cuttack 17994 36434 54428 46
Chandrapur 7705 15600 23305 110
Gudari 9563 19363 28926 82
Jagannathpur 15398 31179 46577 9
Jemadeipentho 23260 47098 70358 20
K.Singhpur 11842 23978 35820 22
Kashipur 28380 57465 85845 72
Kolnara 13525 27386 40912 14
Muniguda 17529 35493 53022 61
Padmapur 10369 20996 31366 67
Ramnaguda 9614 19466 29080 48
Gunupur (U) 7445 15074 22519 75
Rayagada (U) 16129 32657 48786 5
Rayagada Total 188753 382191 570944 631
Nuapada
Kharar Road 31937 64668 96605 264
Komna 28606 57922 86527 214
Khariar 23860 48313 72173 187
Sinapali 22554 45667 68221 210
Boden 16327 33060 49387 209
Nuapada Total 123284 249629 372913 1084
Gajapati
MOHANA 26990 54650 81641 136
R.UDAYAGIRI 11815 23923 35738 126
B.K.PADA 11174 22626 33800 110
RAYAGADA 13781 27905 41686 128
GURANDI 13387 27106 40492 146
Page 25 of 38
KASHINAGAR 12177 24656 36832 102
GUMMA 14911 30192 45103 103
DHH, PKD 8254 16714 24968 129
Gajapati Total 112489 227771 340260 980
Keonjhar
Deogarh
Bamparda 19895 40283 60178 81
Chhatabar 19034 38540 57573 158
Tileibani 14073 28495 42568 137
DEOGARH 4023 8146 12169 5
Deogarh Total 57024 115464 172489 381
Keonjhar
Basudevpur 22781 46128 68910 15
Bhanda 23016 46604 69621 53
Jhumpura 22287 45126 67413 24
Padmapur 29865 60471 90336 12
Banspal 18588 37637 56225 53
Telkoi 18216 36884 55100 47
Udayapur 17659 35757 53417 43
Patna 21149 42823 63973 40
Ghatagaon 22929 46427 69356 57
Harichandanpur 27982 56658 84639 46
Sainkul (K.D.Pal) 29433 59597 89030 93
Fakirpur 21073 42670 63743 98
Salania 32168 65135 97303 129
KJR Urban 11335 22952 34287 5
ADP Urban 7417 15018 22435 96
Babil Urban 11131 22538 33669 74
Joda Urban 8185 16574 24760 69
Keonjhar Total 345215 699000 1044216
954
Page 26 of 38
Mayurbhanj
Badampahar 17753 35946 53699 108
Bangriposi 20353 41211 61563 128
Bijatala 12565 25443 38008 118
Dukura 14274 28902 43175 173
Gorumahisani 15797 31987 47784 122
Jamda 11997 24291 36287 121
Jashipur 19972 40440 60412 69
Jharadihi 16695 33805 50501 134
Kaptipada 28790 58295 87086 148
Khunta 13971 28289 42260 164
Manada 14843 30054 44896 75
Rangamatia 15284 30948 46232 166
Raruan 12773 25863 38637 59
S.Ch. Pur 17009 34440 51449 161
Sirsha 18795 38057 56853 145
Sukruli 10678 21621 32299 55
Tato 22455 45467 67921 66
Thakurmunda 20744 42004 62748 98
Tiring 11067 22409 33476 137
Baripada Town 20429 41365 61794 164
Mayurbhanj Total 336244 680835 1017079 2411
Sambalpur
Sambalpur
Jujumura 15800 31992 47791 26
Themra 17833 36109 53941 12
Debeipali 16573 33558 50131 10
Loida 15575 31537 47112 25
Kuntra 13036 26396 39432 98
Fashimal 17040 34503 51542 62
Garposh 17504 35442 52946 99
Page 27 of 38
Naktideul 12051 24401 36452 99
Charmal 10535 21331 31865 52
Sambalpur Urban
37694 76324 114018 5
Sambalpur Total 173640 351591 525231 488
Sundergarh
Hemgiri 15622 31631 47253 95
Sargipali 14006 28359 42365 87
Mangaspur 12860 26040 38901 78
Majhapara 13075 26474 39548 84
Kinjirikela 16584 33579 50163 116
Subdega 12719 25753 38471 108
Bargaon 13767 27875 41641 108
Kutra 14602 29567 44170 125
Laing 19802 40095 59897 143
Birkera 25546 51727 77273 159
Bisra 19753 39996 59749 186
Kuarmunda 19705 39900 59605 168
Hatibari 19334 39147 58481 277
Lahunipara 17985 36416 54401 172
Koira 15514 31413 46927 207
Gurundia 15029 30431 45460 129
S. Bolang 12762 25841 38604 205
Sundargarh 8944 18111 27055 85
Rajgangpur 9944 20134 30078 140
Rourkela 90006 182246 272252 175
Biramitrapur 7069 14314 21384 169
Sundergarh Total 394626 799049 1193676 3016
Bolangir Agalpur 18661 37786 56447
104
Belpada 25644 51924 77568 193
Page 28 of 38
Chudapali 18958 38386 57344 150
Deogaon 18957 38385 57342 128
Ghasian 26131 52911 79043 143
Gudvela 11515 23316 34830 162
Jamgaon 20075 40648 60724 122
Khaprakhol 20905 42329 63234 173
Kholan 22566 45693 68260 205
Loisingha 18506 37471 55976 112
Muribahal 20476 41460 61936 213
Saintala 21684 43907 65591 164
Sindhekela 21266 43060 64327 233
Tureikela 19358 39196 58554 211
Kantabanji 3402 6889 10292 207
Badmal 1016 2058 3074 97
Patnagarh 3858 7811 11669 170
Titilagarh 5949 12047 17996 195
Balangir 22058 44663 66721 170
Bolangir Total 320986 649941 970928 3152
Bargarh 5526
5526 71
Jharsuguda 4966
4966 51
Sonepur 1459
1459 72
Khurda
Boudh
Adenigarh 23822 48236 72059 180
Baunsuni 30982 62733 93714 266
Manamunda 27574 55833 83407 282
Boudh Total 82378 166802 249180 728
Kandhamal
Khajuripada 9943 20134 30077 207
Gumagarh 7116 14409 21525 211
DHH,Phulbani 7441 15067 22509 208
Page 29 of 38
Phiringia 15405 31192 46597 233
Tikabali 9944 20134 30078 209
Brahmanpad 8956 18135 27092 185
G.Udaygiri 8556 17325 25881 253
Raikia 10514 21289 31803 272
Daringibadi 20223 40948 61171 247
Nuagaon 10237 20728 30965 179
Barkhama 10811 21891 32702 300
SDHBalliguda 3718 7527 11245 283
Tumudibandh 8513 17237 25750 322
Subarnagiri 9690 19620 29309 304
Kandhamal Total 141067 285636 426703 3413
Ganjam 4466
4466
Angul
Khamar 25507 51648 77155 169
Kaniha 27305 55288 82593 188
Banarpal 37772 76481 114253 168
Godibandha 32294 65390 97684 127
Kosala 31550 63882 95432 104
Madhapur 23419 47419 70838 150
R K Nagar 20701 41917 62618 73
Bantala 41338 83702 125040 195
Angul Total 239886 485727 725613 1292
Nayagarh
Badapandusar 28092 56882 84975 77
Bhapur 19748 39986 59733 65
Gania 7590 15369 22959 95
Madhyakhanda 19841 40175 60017 109
Mahipur 17656 35750 53406 97
Nuagadiasahi 21099 42721 63820 75
Page 30 of 38
Rajsunakhala 31852 64494 96346 61
Sarankul 30080 60907 90988 97
DHH Nayagarh 3178 6435 9613 94
Nayagarh Total 179136 362720 541856 770
Balasore 7850
7850 196
Bhadrak 578
578 127
Cuttack 2444
2444 26
Dhenkanal 4974
4974 76
Jagatsinghpur 919
919 64
Jajpur 5993
5993 98
Kendrapara 994
994 104
Khurda 3938
3938 46
Puri 1420
1420 69
Buffer Stock of Headquarters 150800 303661 454461 0
State Total 3781194 7562391 11343585
Page 31 of 38
ANNNEXURE II
TURNOVER CERTIFICATE
To
The Managing Director
OSMCL, Bhubaneswar, Odisha
We hereby certify that M/s.________________________________ (name of the participant in the
tender), having office at____________________________________ (Address of office), who is
participating in the tender for transportation of Long Lasting Insecticide-Treated Nets (LLINs) to the
Community Health Centers (CHCs) of Odisha, called by OSMC, Bhubaneswar, Odisha, has turnovers
as given below -
Turnover for the Financial Year 2013-2014: Rs.---------------------------- (Rupees-----------------------------)
only
Turnover for the Financial Year 2014-2015: Rs.---------------------------- (Rupees-----------------------------)
only
Turnover for the Financial Year 2015-2016: Rs.---------------------------- (Rupees-----------------------------)
only
The above information is correct and true.
Date:
Place:
Signature of Chartered Accountant
Name in Capital Letter
Membership No.
Page 32 of 38
ANNEXURE III
Details of Present and Past Clients
Sl. No.
Name of the Client with complete Postal Address
Nature of service provided
Name and Designation of the Contact Person with Telephone/ Mobile No. and E-Mail id
Period of Contract
No. of Vehicles Deployed by your Firm on site
Makes & Models of the Vehicles Deployed
Monthly Basis/ Call Basis
Page 33 of 38
ANNEXURE IV
Declaration
To
The Managing Director
OSMC, Bhubaneswar, Odisha
I/We ________________________________ have carefully read the tender document and confirm
my/ our eligibility as required. I/ We solemnly declare that I/ we have never been convicted by any
court of law or blacklisted/ debarred on financial/administrative/techno-legal ground by any
appropriate authority. By submitting this bid, I/ we assure my/ our agreement to the terms and
conditions of tender and will abide by the same if contract is awarded to me/ us.
Currently running criminal/civil suits against my/ our firm are:
(Write “NIL” if no court case pending otherwise give the list and enclose case details)
Signature of the bidder:
With seal
NOTE: To be given in Rs. 100/- stamp paper.
Page 34 of 38
ANNEXURE V
General details of the Organization
Sr. No Header Details
1. Name of the Company/ Organization/ Firm/ Agency
2. Nature of Business
3. Year of Inception
4. Name and Details of the Proprietor, Director of Company/Organization/ Firm/ Agency Mobile No: Email Address:
5. Full Address of Regd. Office Telephone Number Fax. No. E-Mail Address
6. Website of the Company/Organization/Firm/ Agency
7. PAN
Page 35 of 38
ANNEXURE VI
AGREEMENT
This agreement is made on this______ day of December 2016.
BETWEEN
Odisha State Medical Corporation Ltd. (OSMCL), having its registered office at Convent Square,
Bhubaneswar-751007 and represented through its General Manager (Logistics & Supply Chain)
(Herein after “The Corporation”)
AND
M/s. ---------------------------------, having its registered office at -----------------------------------------------------
----, represented through its --------------------------------------------------, duly authorized for the purpose
(Herein after “The Agency”).
Whereas The Corporation has invited tender for “Transportation of Long Lasting Insecticide-Treated
Nets (LLINs) to the Community Health Centers (CHCs) of Odisha” vide tender reference no.
OSMCL/2016-17/LOGISTICS/01 dt. ______.12.2016. The Agency submitted its bid as per tender
requirement and being the L1 bidder, the Corporation have finalized the tender in favor of the
agency for transportation of transport Long Lasting Insecticide-Treated Nets (LLINs) to the
Community Health Centers (CHCs) of Odisha at the prices/rates indicated against various
components (herein after “Contract Price”) on the terms and condition set forth in this agreement.
The letter of award was issued vide LOA No. -------/OSMCL/____/---- dated ____ inviting to execute
the contract. And whereas the 2nd Party has deposited the Performance Security of Rs.__________
vide Account Payee Demand Draft/ FDR No.__________________________dt.____.
NOW THIS AGREEMENT WITNESSES AS FOLLOWS:
1. The following documents shall be deemed to form and be read and construed as integral part of
this Agreement, viz.:
a) Conditions of Contract
b) Submissions and Declaration as part of the Proposal submitted
c) Notification of Award issued by OSMCL
2. In consideration of the payments to be made by the TIA/ NVBDCP to the Agency, the Agency
hereby covenants with the TIA/ NVBDCP to provide the agreed Services uninterrupted in all
respects as per the provisions of this Contract.
3. The Corporation hereby covenants to pay the Agency in consideration of the provision of the
agreed services, the Contract Price or such other sum as may become payable under the
provisions of the Contract at the times and in the manner prescribed in the Contract.
Page 36 of 38
4. TENURE OF CONTRACT
a. The contract is for a period of one (1) years from the date of signing of contract.
b. In the event of the contract being terminated by OSMCL before the completion of the
contract period for reasons of unsatisfactory performance or breach of contractual conditions,
the Performance Security of the agency shall be liable to be forfeited.
For and on behalf of the Agency
Authorised Signatory
(Name with Signature)
For and on behalf of the Corporation
Odisha State Medical Corporation Ltd.
In Front of Ram Mandir,
Convent Square, Bhubaneswar-751007
Date: Date:
1.Witness 1. Witness
2.Witness 2. Witness
Page 37 of 38
ANNEXURE VII
MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY [Refer Para 6]
To
The Managing Director
Odisha State Medical Corporation Ltd.,
Convent Square, Unit-III, Bhubaneswar-751007
WHEREAS .................................................................................................. ( Name and
address of the Service Provider) ( here in after called “the Service Provider”) has undertaken, in
pursuance of Tender Reference No. .............. dated................. for engagement of commercial
transport vehicles for transportation of Long Lasting Insecticide-treated Nets (LLINs) to the
Community Health Centers (CHCs) of Odisha (herein after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the Service Provider
shall furnish you with a bank guarantee by a scheduled commercial bank recognised by you for
the sum specified therein as security for compliance with its obligation in accordance with the
contract.
AND WHEREAS we have agreed to give the Service Provider such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on
behalf of the Service Provider, up to a total of .........................................(amount of the
guarantee in words and figures), and we undertake to pay you, upon your first written demand
declaring the Service Provider to be in default under the contract and without cavil or argument,
any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing
to prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Service
Provider before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
contract to be Performed there under or of any of the contract documents which may be made
between you and the Service Provider shall in any way release us from any liability under this
guarantee and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid until the ......day of ...........20.........
Page 38 of 38
We the ......................................................Branch.......................................... undertake not to
revoke the guarantee during its currency expect with the previous consent of the ODISHA STATE
MEDICAL CORPORATION LTD. in writing.
We ......................................................Branch.......................................... further agree that a
mere demand by ODISHA STATE MEDICAL CORPORATION LTD. is sufficient for us
........................................ Branch at Bhubaneswar to pay the amount covered by the Bank
Guarantee without reference to the said Agency and protest by said Agency cannot to valid
ground for us .............................................. Branch to decline payment to ODISHA STATE
MEDICAL CORPORATION LTD.
.................................
(Signature of the authorized officer of the Bank)
.....................................................................
Name and designation of the officer
.................................................................
.................................................................
Seal, name & address of the Banks and address of the Branch
N.B.: Bank Guarantee from Structured Financial Messaging System (SFMC) enabled Bank shall only be accepted. Our Bank details for issuing Bank Guarantee are as follows – IFS Code – UBIN0538086
Branch Code – 538086
Top Related