Aiims - Patna
Aiims - Patna
TENDER NO AIIMS/Pat/Tender/Furniture/College/2014
DATED: 19.02.2014
TENDER DOCUMENT
For
DATE & TIME FOR SUBMISSION OF TENDER DOCUMENT: From 19.02.2014 to 13.03.2014
up to 12.00 hrs
DATE & TIME FOR OPENING OF TENDER DOCUMENT: On 13.03.2014 at 12.30 hrs
Page | - 1 -
ALL INDIA INSTITUTE OF MEDICAL SCIENCES
PHULWARISHARIF, PATNA - 801505
(An Autonomous body under MoHFW, Govt. of India)
Medical Superintendent
AIIMS PATNA
Page | - 2 -
GENERAL INSTRUCTIONS TO THE BIDDER
1. The tender is Two Bid document. The technical bid should contain all the relevant
information and desired enclosures in the prescribed format along with Tender Fee &
Earnest Money Deposit (EMD). The financial bid should contain only commercial
document. In case, any bidder encloses the financial bid within technical bid, the same
shall be rejected summarily.
2. The Technical bid must accompany with the tender fee of Rs. 1,500/- in form of
Demand Draft in favour of AIIMS Patna. The tender document fee is non-refundable,
non-adjustable and non-transferable and is payable through a demand draft on any
scheduled bank drawn in favour of the AIIMS Patna payable at Patna.
3. The Tenders should be typewritten or handwritten but there should not be any
overwriting or cutting. Correction, if any, shall be made by neatly crossing out,
initialling, dating and rewriting. The name and signature of bidders authorized person
should appear on each page of the application. All pages of the tender document shall
be numbered and submitted as a package along with forwarding letter on agencys
letter head.
4. The Contracts concluded as a result of this Tender Inquiry shall be governed by the
Terms & Conditions and other relevant instructions as contained in this Tender
Document.
5. The prices/rates quoted should be indicated in words as well as in figures. In case of any
discrepancy, lower amount/rates shall be considered as valid.
6. Bidders are requested to quote their prices on a firm & fixed basis for the entire period
of the Contract. Bids of the firms received with prices quoted on variable basis shall be
rejected without assigning any reasons and no communication in this regard shall be
made.
7. Quotations qualified by such vague and indefinite expressions such as subject to prior
confirmation, subject to immediate acceptance etc. will be treated as vague offers
and rejected accordingly. Any conditional tender shall be rejected summarily.
8. Bidders are requested to enclose a copy of their valid certificate of PAN No., TAN No,
Sale Tax/VAT No. or any other document as requested by the Institute with their
tender.
9. Tenders received without Tender Fee and EMD amount by way of demand draft in
favour of AIIMS, Patna will not be considered at all and shall be summarily rejected.
10. Refund of Earnest Money Deposit: The EMD submitted by unsuccessful bidders shall be
returned to them without any interest whatsoever, within 15 to 90 days after
conclusion of the contract with successful bidder. The EMD submitted by successful
bidders shall be returned to them after the successful bidder deposits the performance
security according to conditions stipulated in the bid document.
Page | - 3 -
11. Bidders may note that if the date of tender opening given in this Tender Document is
declared to be a gazetted holiday, the tender shall be opened on the next working day
at the same timing. In such an event the closing hours for receipt of tenders in AIIMS
will stand automatically extended up to 12.00 hours of the next working day in the
Government offices.
12. Late/delayed tenders received in AIIMS due to any reason whatsoever will not be
accepted under any circumstances.
13. At any time prior to date of submission of tender, Tender Inviting Authority may, for
any reason, or decision, modify the terms & conditions of the tender document by a
corrigendum displayed on the website of AIIMS Patna (www.aiimspatna.org). In order
to provide reasonable time to take the amendment into account in preparing their bid,
Tender Inviting Authority may or may not, at his discretion, extend the date and time
for submission of tenders.
The bids prepared by the bidder shall comprise of (1) The Technical Bid and (2) Financial
Bid:
TECHNICAL BID: - To qualify in the Technical bid the firm should have the minimum
eligibility criteria as under and the firm in this regard must submit the following
documents in support of their eligibility criteria
(a) Duly filled format of Technical Bid as per Annexure 1.
(b) Profile of the organization.
(c) Should have executed projects of similar nature in central/state
govt./PSUs/Autonomous Bodies in the last seven years.
(d) Copy of constitution or legal status of the sole proprietorship/ firm/agency etc.
(e) Financial status: - The average annual turnover in similar jobs, of the firm should not
be less than One Crore in the last three years. Copies of profit & loss account and
balance sheets duly authenticated by a Chartered Accountant for the last three years
should be enclosed.
(f) Experience of 03 years or more.
Page | - 4 -
(g) The technical bid should be accompanied by Demand draft of Rs. 1,500/- (non-
refundable) against tender fee and Demand Draft/bank guarantee of an amount as
mentioned in the schedule of requirement (refundable) for EMD/bid security.
(h) Copy of Income Tax Return Filed Acknowledgements for last Three years.
(i) Copy of PAN Card/Service Tax Registration.
(j) Copy of Sales tax/VAT registration certificate.
FINANCIAL BID: - The financial bid shall contain:
15.1 SEALING AND MARKING OF BIDS: The bidder shall wax seal the EMD, the Technical
Bid and the Financial Bid in separate envelopes and keep them in a bigger wax sealed
envelope. The envelope containing the EMD shall bear the name EMD for Tender No
AIIMS/Pat/Tender/Furniture/College/2014. The envelope containing the Technical Bid shall
bear the name TECHNICAL BID for Tender No AIIMS/Pat/Tender/Furniture/College/2014.
The envelope containing the Financial Bid shall bear the name FINANCIAL BID for Tender
No AIIMS/Pat/Tender/Furniture/College/2014 on the envelope for avoiding any mismatch.
15.2 The bigger envelope containing EMD, technical bid and financial bid in separate
envelopes shall be:
Medical Superintendent,
All India Institute of Medical Sciences,
Medical College Building,
Phulwarisharif, Patna 801 505.
(b) All the envelopes shall bear the Tender name, the tender number and the words
DO NOT OPEN BEFORE (due date & time).
(c) The envelopes shall indicate the name and address of the bidders to enable the bid
to be returned unopened in case it is declared late or rejected.
(d) Bids shall be delivered in person and shall be dropped in the tender box placed in
the office of the Medical Superintendent, AIIMS Patna or shall be sent by
Registered/Speed Post. Bids sent by COURIER will not be entertained. The
Purchaser shall not be responsible if the bids are delivered elsewhere.
(e) Venue of Tender Opening: Tender will be opened in the office of the Medical
Superintendent, AIIMS Patna at 12.30 hrs. on the due date. If due to administrative
reason, the venue/ time of bid opening is changed, it will be displayed prominently
on the notice board of the Institute as well as in the office of the Medical
Superintendent, AIIMS Patna.
Page | - 5 -
16. BID PRICES:
16.1 The bidder shall give the total composite price inclusive of all levies and taxes
(inclusive of taxes) as per price schedule given in Annexure-2. The offer shall be firm
and in Indian Rupees only. No foreign exchange will be made available by the
institute.
16.2 The prices quoted by the bidder shall remain fixed during the entire period of
contract and shall not be subject to variation on any account. A bid submitted with
an adjustable price quotation will to be treated as non-responsive and rejected.
17.1 Detailed technical evaluation shall be carried out by Technical Evaluation Committee
pursuant to conditions in the tender document to determine the substantial
responsiveness of each tender. For this clause, the substantially responsive bid is one
that conforms to all the eligibility and terms and condition of the tender without any
material deviation. The Institutes determination of bid's responsiveness is to be
based on the contents of the bid itself without recourse to extrinsic evidence. The
Institute shall evaluate the technical bids also to determine whether they are
complete, whether required sureties have been furnished, whether the documents
have been properly signed and whether the bids are in order.
17.2 The technical evaluation committee may call the responsive bidders for discussion or
presentation to facilitate and assess their understanding of the scope of work and its
execution. However, the committee shall have sole discretion to call for
discussion/presentation.
17.3 Financial bids of only those bidders who qualify the technical criteria will be opened,
provided all other requirements are fulfilled.
17.4 A bid determined as substantially non-responsive will be rejected by the Institute
and shall not subsequent to the bid opening be made responsive by the bidder by
correction of the nonconformity.
17.5 AIIMS shall have right to accept or reject any or all tenders without assigning any
reasons thereof.
17.6 Demonstration of Samples: Samples of product offered may be submitted at the
time of opening of technical bid before the technical bid evaluation committee.
Financial bids of only those products will be opened samples/specifications of
which are found fit for use by the technical bid evaluation committee. However,
the committee may call for the samples at any point of time.
18. FINANCIAL EVALUATION:
18.1 The financial bid shall be opened of only those bidders who have been found to be
technically eligible as enumerated under clause 17. The financial bids shall be
opened in presence of representatives of technically eligible bidders, who may like
to be present. The Institute shall inform the date, place and time for opening of
financial bid.
18.2 The Financial Bids of unsuccessful bidders would not be opened and destroyed.
Page | - 6 -
18.3 The rates must be quoted per job basis. Agency shall include in its price all taxes and
other costs while quoting for the tender, in Annexure-2: Price Bid to be kept in
Envelop No. 2. Income Tax will be deducted at source from the bills as applicable.
The Agency needs to furnish its PAN number.
18.4 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy
between the unit price and total price that is, the unit price shall prevail and the
total price shall be corrected by the Institute. If there is a discrepancy between
words and figures, the lesser amount shall be considered as valid. If the Supplier
does not accept the correction of the errors, his bid shall be rejected.
18.5 The evaluation and comparison of responsive bids shall be done on the price offered
inclusive of Levies & Taxes i.e., Service Tax, Sales Tax, VAT, insurance etc. as
indicated in the Price Schedule in Annexure-2 of the Bid Document.
18.6 The AIIMS Patna does not bind himself to accept the lowest bid or any bid and
reserves the right of accepting the whole or any part of the bid or portion of the job
offered; and the bidder shall provide the same at the rates quoted. The AIIMS Patna
reserves the right to reject any or all offers received in response to tender or cancel
or withdraw the tender notice without assigning any reason, whatsoever.
20.1 Firm whose offer is accepted will have to furnish Performance Bank Guarantee
of an amount equal to 10% of the value of contract, in favour of AIIMS Patna
issued by any scheduled bank.
20.2 The performance Bank Guarantee submitted should be valid for 15 months.
20.3 The Performance Bank Guarantee shall be refunded within 15 to 90 days after
completion of the contract as per order, or after the expiry of contract on
satisfactory completion of the same whichever is later.
20.4 No interest will be paid on Performance Bank Guarantee/ Earnest Money
Deposit.
20.5 In case of breach of any terms and conditions of the contract or on
unsatisfactory performance, the amount of security deposit shall be liable
forfeited by Medical Superintendent, AIIMS Patna and his decision shall be final.
20.6 The expenses of completing and stamping the agreement shall be paid by the
bidder.
Page | - 7 -
Schedule of Requirements with Specifications
Sl. ITEMS WITH SPECIFICATION QUAN EMD
No. TITY (INR)
1 Item No. 1 Chair 600 54,000/-
1. SEAT/BACK ASSEMBLY: The seat is made of moulded Polyurethane foam and 12mm thk Recycled
composite board upholstered with replaceable fabric cover. The back is made of MS tubular frame
insitu moulded with Polyurethane foam and upholstered with fabric cover. Back Size 45.0 cm. (W) x
47.0 cm. (H) Seat Size: 45.0 cm. (W) x 50.5 cm. (D)
2. POLYURETHANE FOAM: The Polyurethane foam is moulded with density = 45 2 kg/m3 and
Hardness for back foam is 16 (+0/-2) & that for seat foam is 20 (+/-2) at 25% compression.
3. ARMRESTS: Armrest has a two piece construction and is mounted on to the tubular frame
structure.It is injection moulded in talc filled PP.
4. TUBULAR FRAME STRUCTURE: The powder coated tubular frame structure is made of 48 mm x 18.5
mm x 2.5 mm thk M.S. ERW oblong tube
2 Item No. 2 Table with Drawer 600 66,000/-
The desk comprises of a Worktop made of pre-laminated MDF board OS, Side panels and
Modesty panel and a freestanding pedestal. The entire desk unit is assembled with suitable
KD fittings and hardware. Each side panel is provided with a cutout for laying cables for the
monitor and other computer accessories.
Elements Specifications
Made from 25 mm Thick Pre-laminated Particle board. All
Worktop the edges are sealed with 2 mm thick PVC edge band all
around
Made from 25 mm Thick Pre-laminated Particle board. All
the edges are sealed with 2 mm thick PVC Edge band on
Side Panels the user side and 0.8 mm on the Top and Bottom Side.
The side panels have 2 glide screws each for leveling of
the desk.
Made from 18 mm Thick Pre-laminated Particle board. All
Modesty Panel the edges are sealed with 0.8 mm thick PVC edge band
all around
The freestanding pedestal is made from 18 mm Pre-
laminated
Particle board with a combination of 2mm and 0.8 mm
Freestanding
PVC Edge band on all the exposed surfaces as per
Pedestal
requirement. The drawers are provided with suitable
slides for smooth operation. All the pedestal drawers are
centrally locked with a single key
3 Item No. 3 Hostel cot with mattress 200 60,000/-
This is a strong bed cot to be used by boys in hostels etc of approximately 63 X 3. The
specifications are as follows:
Bed surface Dimension Width 920mm, Length 1900mm, Height 450mm
Bed structure consists of metal frames made of Powder coated MS rectangular pipe 1.5mm
thickness of 75mmX50mm
Height of head end from floor 800mm, W 100mm, Foot end height from floor 550mm made
of 35mm board, laminated with 1.5mm thickness total edge binding with hot glued beading
of matching colour. Bed fitted with polypropylene grommets. Bed made of 12mm ply wood
screwed on frame reinforcement on 2 sections of rectangular pipe 16 SWG 25mm X 25mm
by welding.
Under storage one single drawer unit side opening half length only on 4 castors made of 12
mm ply board with matching ratex paint or half bed box with side hinged lifting cover.
Bed should be supplied with matching jute mattress to fit on above bed quilted with high
density foam covered with cloth. Mattress should be 80mm thick. All metal parts should be
powder coated.
Page | - 8 -
TERMS & CONDITIONS OF CONTRACT
1. The bidders are expected to read carefully all the terms and conditions of the
tender documents and their submission will be taken as consent to abide.
2. If the bidder gives deliberately wrong information to create conditions for
acceptance of the tender, Director, AIIMS, Patna, reserves the right to reject such
tenders without assigning any reason. Not more than one tender will be
submitted by one bidder for the same work. Legal action will be taken for
furnishing wrong information.
3. Manner of Submission of Tender: The bidding should be done on two bid method
viz 1) Technical Bid & 2) Commercial / Price Bid. The bidders should ensure that
the Technical bid complete in all respect and containing the required enclosures
(attested Photocopy) is sealed in a separate envelop and the commercial bid
sealed in a separate envelop & both the sealed envelopes are kept and sealed in a
suitable size of envelop. All envelop will be address to The Medical
Superintendent, AIIMS, Patna. The Sealed Technical bid Envelop of all bidders will
be opened first. Only the Commercial bids of those who have furnished all the
valid documents will be opened.
4. Language: The language of the Tender shall be in English.
5. Documents to Accompany Tender: The Bidder shall submit the Documents
mentioned in the clause 16 of General Instructions to the Tender.
6. The bidders must have at least 03 (Three) years experience in this job and
credentials of Rs. One Crore annually in this business in the last three years done
in any Govt. Hospital directly. Credential Certificate in this regard must be
furnished by the bidders along with their Tender.
7. The firm / agency must have requisite trade and other licenses to do the business
of Surgical & Medical Equipment & Instrument for which the bid is being made.
8. Earnest Money Deposit: Each Tender must be accompanied with Earnest Money
Deposit in the form of Demand Draft, as mentioned in the Notice Inviting Tender.
9. Forfeiture of Earnest Money:-
a. If the Bidders withdraw their Bids after opening of the same or the successful
bidders withdraw their Bids after approval of their rates.
b. If the successful bidders fails supply or refused either partial or total offer
(Acceptance) made by The Medical Superintendent, AIIMS, Patna.
10. Return of Earnest Money :-
a. After finalization of the Tender, the deposited Earnest Money will be
returned back to the unsuccessful bidders.
b. On receipt of Security Deposit, the deposited Earnest Money will be returned
back to the successful Bidders.
11. Deposition of Security Money:- The Selected bidders must deposit the requisite
amount of Security Money (10% of the approximates value of accepted items)
within the stipulated date specified in the acceptance letter. The approved firm
shall deposit the Security Money in the form of Demand Draft/Bank Guarantee
payable at Patna duly pledged in favour of AIIMS, Patna.
Page | - 9 -
12. Forfeiture of Security Money :-
a. In the event of failure to supply or maintain the goods/articles/equipment /
instruments as per Work Order within the stipulated period, the security
deposit may be forfeited.
b. In that event, supply of the said equipment may be taken from the next
lowest bidder vide the same Work Order at contractors risk and cost without
any farther reference, so that the loss incurred would be recoverable from
the Security Deposit of the said contractor or from any sum due of which may
become due to the contractors.
c. If any equipment/ instrument is damaged by the approved firm, cost of
the same will be deducted from the deposited Security money of the
contractor.
13. Refund of Security Deposit - After successful completion of entire supply and
period of maintenance Security Deposit will be refunded within the six months if
not extended for further period.
14. Submission of Documents:-
a. Each Tender must accompany attested photocopy of Pan Card, Trade License,
Sales Tax Clearance Certificate / VAT Registration Certificate, and Experience
Certificate.
b. The bidder must submit attested photocopy of Income Tax and Sales Tax /
VAT of last three years.
c. In case of SSI unit, current SSI certificate must be deposited by the bidder
along with his Tender which is issued in favour of the bidder for this type of
jobs.
d. In case of Co-operative Society Limited, Companies etc. this type of jobs must
be included in the object of their By-laws or MoA as the case may be.
15. It must be mentioned clearly whether bidder is manufacturer/sole manufacturer/
Authorized agents for the items for which he is quoting.
a. Manufacturer must add a certificate that item(s) is manufactured by them as
per range of products.
b. Sole Manufacturers must add a certificate that they are the sole
manufacturer of the Item for which they are quoting in this tender enquiry &
item is /are their proprietary Item in India. The rate certificate is also required
from the sole manufactures that the Rates quoted are the same as they
quote to other State/Centre Govt. and DGS & D for the similar item(s) and
these are not higher than those quoted by them.
c. Authorized agents must submit an authority letter from their
Manufacturer/Principals on the letter head of the manufacturer/principals.
The authorization letter must give/mention the purpose for which it will be
allowed. The validity period of the authorization letter must be mentioned to
the authority letter otherwise letter will be liable to rejection.
Page | - 10 -
16. Submission of the Tender:-
a. Bidder at their own cost shall have to submit Tender at the office of Medical
Superintendent, AIIMS Patna within the schedule date and time as
mentioned in the Tender Notification No.
AIIMS/Pat/Tender/Furniture/College/2014 Dated 19.02.2014.
b. The said sealed documental bids will be opened by the Tender Purchase
Committee in presence of the Bidders or representative of the Bidders who
may be present in the opening date & time.
17. Rates :-
a. Rates should be clearly quoted in both in figures and words in respect of each
item. Rate should be quoted inclusive of all Taxes. VAT & Service tax. All
corrections must be initialled.
b. Rate should be quoted for all equipment / instrument in details as
described in the tender schedule otherwise tender will be rejected.
18. In the event of the tender being submitted by a firm, it must be signed separately
by each member thereof, or in the event of absence of any partners, it must be
signed on his behalf by a person holding Power of Attorney authorizing him to
do so. Such Power of Attorney is to be produced with the Tender and in the
case of the firm, carried on by one member of Joint Family, it must be disclosed
that the firm is duly registered under the Indian Partnership Act.
19. Necessary proof as to the financial status of the individual and firm tendering is to
be attested and submitted.
20. Tender Form with all relevant papers in details shall be essential part of the bid.
21. Before submission of the Tender, Bidder shall sign each page of his Tender and all
of its relevant papers with date. The additional alternative and or subtractive
clause (if any) shall also to be signed by the Bidder.
22. Delivery Period: 30 days from the date of issue of work order/supply order. In
case of Hostel Cot with Mattress 100 nos will be delivered within 30 days of award
of work order/supply order and next 100 nos in two equal instalments in next two
months.
23. Payment: Payment will be accounts department after delivery of goods against
each order on submission of invoices in triplicate along with inspection report,
original copy of work order/supply order and receipt voucher of central stores.
24. Warranty: - The goods/stores/articles/furniture supplied by result of this
contract/supply order shall be of the best quality and workmanship and new in all
respects and shall be strictly in accordance with the specifications and particulars
contained /mentioned against each item in the tender document/supply order.
The seller guarantees that the said goods/stores/articles/ furniture would
continue to confirm to the description and quality aforesaid for a period of 12
months from the date of delivery/installation of the said
goods/stores/articles/furniture to the buyer or 15 months from the date of
shipment/dispatch from the sellers work, whichever is earlier.
25. Option Clause: - During the currency of the contract, the buyer (AIIMS Patna) can
exercise an option to procure an additional 50% of the original contracted quantity in
accordance with the same terms & conditions of the present contract. This will be
applicable within currency of contract. The Bidder is to confirm the acceptance of the
same for inclusion in the contract. It will be entirely the discretion of the Buyer to
exercise this option or not.
Page | - 11 -
26. Repeat Order Clause: - The buyer (AIIMS Patna) can order up to 50% quantity of
the items under the present contract within six months from the date of
supply/successful completion of the work, the cost, terms & conditions remaining
the same. The bidder is to confirm acceptance of this clause. It would be entirely
the discretion of the buyer to place the repeat order or not.
Medical Superintendent
AIIMS, Patna
I/We submit this tender after reading the tender notice, instruction of terms and
conditions contained herein and accepted by me/us.
Dated:
Page | - 12 -
Address: Signature of the tenderer
Mobile Number: (with seal)
Page | - 13 -
ANNEXURE - 1
TECHNICAL BID FORMAT
Page | - 14 -
14 Enclose an affidavit duly certified by (enclosed/Not
enclosed) the notary at the location of the Agencies/Head
quarters Patna that the bidder has never been black listed
or punished by any court for any criminal offence/breach
of contract and that no police/vigilance enquiry/criminal
case is pending.
15 Acceptance of terms & conditions attached (Yes/No).
Please sign each page of terms and conditions as token of
acceptance and submit as part of tender document.
16 Have you/your expert physically inspected/ surveyed the
hospitals premises before submitting the tender. (Yes/No)
(Name)
(Designation)
Name of Firm/Company/Agency
Contact Details
Page | - 15 -
ANNEXURE 2
PRICE BID FORM
To,
The Medical Superintendent,
AIIMS Patna.
Dear Sir,
1. I/We .......................................................................................submitted the bid for
Tender No. AIIMS/Pat/Tender/Furniture/College/2014 dated 20.02.2014 for supply
of furniture for medical college of AIIMS Patna.
2. I/We thoroughly examined and understood instructions to tenders, scope of
work, terms & conditions of contract given in the tender document and those
contained appendix of Terms & Conditions of contract and agree to abide by them.
3. I/We hereby offer to supply at the following rates. I/We undertake that I/We are
not entitled to claim any enhancement of rates on any account during the tenure of
the contract.
Rate (INR)
Sl. Total Amount (INR)
ITEMS WITH SPECIFICATION QUANTITY (Inclusive all
No. (Inclusive all Taxes)
Taxes)
1 Chairs 600
2 Table with Drawer 600
3 Hostel Cot with Mattress 200
Total
(Name)
(Designation)
Name of Firm/Company/Agency
Contact Details
Page | - 16 -
ANNEXURE 3
(a)
(b)
(c)
The performance of the company was found to be satisfactory and it was able to render the
services as per contractual obligations.
(Name of Officer)
Designation
Place:
Seal
Page | - 17 -
ANNEXURE 4
Project Name of the Description Contract Value of Date of Stipulated Actual date Remarks
Name Employer* of work No. Contract issue of period of of explaining
(Rs. In work completion completion reasons for
Lakhs) order delay & work
completed)
Page | - 18 -
ANNEXURE 5
DECLARATION
From:-
M/s...............................................
......................................................
......................................................
To
Medical Superintendent,
All India Institute of Medical Sciences,
Medical College Building,
Phulwarisharif, Patna 801505
2. I have carefully read and understood all the terms and conditions of the tender and
undertake to abide by them;
3. The information / documents furnished along with the above application are true
and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact
that furnishing of any false information / fabricated document would lead to rejection of my
tender at any stage besides liabilities towards prosecution under appropriate law.
Yours faithfully,
Place: Designation
Page | - 19 -
ANNEXURE 6
(1) If the Bidder withdraws or amends, impairs or derogates from the tender in any
respect within the period of validity of this tender.
(2) If the Bidder having been notified of the acceptance of his tender by the Purchaser
during the period of its validity:-
a) fails or refuses to furnish the performance security for the due performance of the
contract,
or,
b) fails or refuses to accept/execute the contract,
or
c) if it comes to notice that the information/documents furnished in its tender is
incorrect, false, misleading or forged.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it owing to the
occurrence of one or both the two conditions, specifying the occurred condition(s).
This guarantee will remain in force for a period of 45 days after the period of tender validity
and any demand in respect thereof should reach the Bank not later than the above date.
Page | - 20 -
ANNEXURE 7
(To be executed by any scheduled bank, on a non-judicial stamp paper under bank's
covering letter mentioning address of the bank)
To,
All India Institute of Medical Sciences, Patna
Phulwarisharif, Patna - 801505
2. We, the bank further agree that the guarantee herein contained shall remain in
full force and effect during the period that would be taken for the performance of the
said order and that it shall continue to be enforceable till the dues of AIIMS under or by
virtue of the said order have been fully paid and its claim satisfied or discharged or till
AIIMS certifies that the terms and conditions of the order have been fully and properly
carried out by the supplier / contractor and accordingly discharge the guarantee.
Page | - 21 -
3. We the bank, undertake to pay to AIIMS any money so demanded
notwithstanding any dispute or disputes raised by the said supplier /contractor in any suit or
proceedings pending before any court or tribunal relating thereto as our liability under this
present being absolute and unequivocal. The payment so made by us under this bond shall
be valid discharge of our liability for payment there under and the said supplier / contractor
shall have no claim against us for making such payment.
4. We ________________ the bank further agree that AIIMS shall have full liberty, without
our consent and without affecting in any manner our obligation hereunder to vary any of
the terms and conditions of the order / contract or to extend time of performance by the
said supplier / contractor from time to time or to postpone for any time or from time to
time any of the powers exercisable by the AIIMS against the said supplier / contractor and
to forbear or enforce any of the terms and conditions relating to the order and shall not be
relieved from our liability by reason of any such variation or extension being granted to the
said supplier / contractor or for any forbearance, act or omission on the part of AIIMS or any
indulgence by AIIMS to the supplier / contractor or by any such matter or thing whatsoever
which under the law relating to sureties would but for this provisions have effect of so
relieving us.
6. This guarantee will not discharge due to change in the constitution in the bank or the said
supplier / contractor.
7. The bank hereby agrees to address all the future correspondence in regard to this bank
guarantee to The Medical Superintendent, All India Institute of Medical Sciences, Patna.
8. We, _____________ the bank lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the AIIMS in writing.
Signature
For the Bank
Page | - 22 -