Govt. Of Office of the BMOH, Block Jamboni Block Health & Family Welfare Samiti *'';*?.1'ill,?frk,2::il[-'*'PIN-721'03

Memo No.213/JBH&FWS Date>06.02.2021

oE{pression Notice,seelrins of Interest (EOn' (2nd Call)

Sealed quotations (EOI) are hereby invited from reputed, experienced registered Dealers/Companies /Firms /Agencies/Shop for supplying spectacles for the school students and old persons suffering from Presbyopia under Jamboni (Block/Facilty), under the National Programme for Control of Blindness & Visual Impairment (NPCB&VI), West Bengal

A. The details of works are as below: Rate offered as per Notilication No HFW- Items of works Rate to be quoted Description of services 27 022 I s4t201 g-ADMTN SEC(DHS)(HF,W)- required by the Quotationer Dept.of H&F W I 49 4 dtd.27.08.2020, GoWB (i) (ii) (iii) (iv) As per attached Maximum admissible rate of the quoted Supply of Spectacles for General Terms Rate to be as spectacles is Rs.350/- in case school School Children and and conditions of per prescribed adults Children as well as for the spectacles to format the adults. (Annexure- I)

B. Etieibilitvi The bidder must have- t. Valid Trade license. ii. Valid Registration for GST. iii. Valid PAN Card iv. Latest IT return Certificate v. Latest Provisional Tax deposit Certificate vi. The bidders should have experience of similar type of works for minimum one year within the period of last Five years. vii Contract with at least one Optometrist having valid qualification

C. The schedule of EOI is as follows:

sa[ Description Time Schedule 1 Issue of EOI Document The tender document can be downloaded from the web site www.wbheallh.qov.in 2 Last date and Time for seeking clarification, if 13.02.2021 within 2.00 p.m any J Last date and Time of submission of completed 17m Feb. 2021 ,timewithin 3:00 pm EOI document

4 Time and Date of Opening of Bid 1 7th Feb. 202l1ime at 4.00 p.m 5 Validity of EOI 90 days from the date ofopening oftender 6 Declaration of Final Result lTIl, Feb.2021 . .I ^fl\ D. SHbBi"ssion of PO.I: L. The EOI must be submitted in sealed envelopes to be superscribed as "EOI for supplying of spectacles under NPCB&VI". 2. The EOI should be accompanied by duly signed photocopies of the valid (i) Trade License Certificate (ii) PAN card, (iii) Income Tax Return for the last financial year, (iv) P. Tax clearance certificate, (v) GST Registration Certificate/return, (vi) Credential Certificate (vii) others. 3. Financial proposals must be submitted as per attached ANNEXURB-I 4. The EOI documents are to be addressed to 66BMOH, Jamboni & Member Secretary, Jamboni BH&FW Samiti. Chilkigarh Rural Hospital, Vil & P.O-Chilkigarh, Dist-Jhargram, PIN-721503'. 5. The submission of EOI may be done by registered post, courier or by hand on or before 5ft February 202I. to the address as given in D.4.

E. Openins of EOI: Proposals will be opened by the BMOH, Jamboni & Member Secretary, Jamboni BH&FW Samiti Chilkigarh Rural Hospital, Jhargram or his authorised representative on the specified date and time. One authorized representative representing a bidder may remain present at the time of opening of Technical as well as the Financial proposals, if they so desire, atOlo the Chilkigarh, Jamboni Block, Jhargram, PIN-721503

F. General Terms & Conditions: 1. Rate shall be inclusive of all i.e. taxes, cost of spare parts, job work, labour charges, transport etc. 2. Rate must be quoted in both words and figures. In case of discrepancy between figure and word amount, the word amount will be taken into consideration. 3. ln case of Syndicate of transporters, the photocopy of valid Memorandum of Association shall be required to be submitted along with the tender paper. 4. In case of Co-operative, the photocopy of valid (i) Memorandum of Association, (ii) Society Regishation Certificate, (iii) Latest Audit Report conducted by the Statutory Authority shall be required to be submitted along with the tender paper. 5. Income Tax and other incidental charges shall be levied from the bill as per I.T. Act, 196l and relevant Acts & Rules. The rates and procedures shall be revised as the parent Acts, Rules, Orders will be revised time to time. 6. In case of lessee of a workshop, the photocopy of valid proper deed with the owner of the workshop shall be required to be submitted along with the quotation paper. 7. No advance payment will be made 8. Maximum Priority will be given to the quality of frame and lens & ensuring proper fitting during hand over. 9. The vendor must provide hard plastic box/ease with soft cloth with each spectacle. This box/case will have embossed (preferably)/sticker fixed on it on either of the following two (number 'i' will be a must) or all of the three logos :- (i) NPCB&VI logo (ii) Nln4 logo (iii) Biswa-bangla logo and there would remain the doffed space for writing the name of the beneficiary after supply. 10. Specifications of spectacles frame:-Good quality of cell frame (cellulose acetate) with spring side. Frame should be fitted with face and nose properly (shape and size). Different Colours of the frame may be made available. Vendor will take the colour choice from the student. Sample of the frames to be preserved at the facility for checking in future. 11. Specification of the Ophthalmic Lens:-good quality of CR-39 glasses for students and presbyopic patients (scratches and bubbles free), high index glasses in case of more than 4D power of the students. Bifocal glasses should be according to power (distance & near) prescribed by MT (optometry). PD should be strictly maintained. Sample of the lenses to be preserved at the facility for checking.

1 2. Defective spectacles detected during hand over to the beneficiary should be changed free of cost. 13. THREE months warranfir period for the spectacles frame (replace or repair) should be there without any additional cost involvement. 14. Optician, from the vendors' end, will need to remain present as a mandate during the OPD/Outreach sessions (ifis needed so) and during SES program sessions for distribution ofthe spectacles to the beneficiaries to check its proper fittings etc. 15. Refractive elror should be determined for students up to the age of 12yearc, only at the Eye OPD of the nearest HospitaWision Centre at the RI{/BPHC in presence of the MT (Opto) for testing of the the use of cycloplegic drugs etc. I 16. If any student requires bifocal glass e.g., in post-operative cases of the congenital cataract the vendor will provide the same according to the prescription. 17. Each beneficiary will get a written paper, in the prescription-equivalent mode, mentioning the power of the glasses s/he has been supplied with. 18. The spectacles will need to be supplied latest within 10 days after receiving the work-order from the authority. 19. Spectacle Delivery System: For the spectacles for the school children, the vendor will submit the supply to the MT (Opto) at the RH/BPHC/ Hospital concerned for a preliminary checking (power, quality of frame/glasses etc.) by him. Then after the approval from the MT (Opto), the BMOFVHospital authoritylHOD will allow the vendor to deliver these checked spectacles to the schools. Before that, the BMOH/Hospital authority or his authorized person (MO/pharmacist/store- keeper/PHN/ANM/other nursing staff) will pick up a sample randomly from the lot on which the quality check will be done by the district quality committee located at the office of the CMOH. Thereafter the Headmaster or his authorized school-teacher will officially receive the supplies from the vendor with a detailed list or students & the frame, lens details. He will sign the received voucher with mobile number and with official rubber seal. Two receipt copies of Challan may be handed over to the vendor to claim the reimbursement bill. The sample that was picked up will reach its beneficiary within next 3 weeks through local arrangement iflafter it passes through the quality check at the district committee.

G. Acceptance of EOI: The best quality and the lowest rate sample supplying bidder, within Rs. 350/- (Including all Taxes), would be accepted. However, the Tender Accepting Authority does not bind himself to do so and reserves the right to reject any or all the EOIs, for valid reasons and also reserves the right to distribute the work amongst more than one bidding firm I agency. The authority reserves the right to acceptl reject any or all EOIs without assigning any reason thereof.

The contractor so determined by the office shall enter into a contract by executing terms of the contract in a Fifty Rupee Non Judicial Stamp Paper with the Office. The contractor shall purchase the NJ stamp paper in the name of the BMOH, Jamboni & Member Secretary, Jamboni BH&FW Samiti, Jhargram. Cost of execution of agreement shall be borne by the contractor. Final work order shall be issued only after execution of the agreement by the successful contractor. Apart from other things, all clauses of this EOI document shall form the integral part of the agreement. The work must be commenced within a period of 03 days from the date of award of work.

H. Period of Contract/Extension: The vendor selected through the tender process will remain valid for supply for next three years or till the time then the approved rate under NPCB&VI gets changed whichever is earlier. The contract will remain valid only for three years unless terminated earlier by the Tender inviting authority. After expiry of the extended period, the contract will automatically come to an end and no separate notice will be given.

l. Penalties: a) In case of failure to supply the spectacles, a penalty of Rs.50/- or as decided by the Tender Committee may be imposed on each occasion,

J. Securitv Denosit: 1. Amount of Security Deposit: The successful bidder shall have to submit Security Deposit @ l0% of the tendered value only. 2. Time limit fOr deposition of Security: The security deposit shall have to be deposited within 7 days of receipt of the issuance of work order. 3. Release of Security Deposit: Security Deposit will be released without interest after 90 days (3 months) from the date of expiry of the contract. In case of any irregularity, or violation of the terms and conditions of the contract agreement, the Security Deposit will be forfeited in addition to any legal action as deem fit & required.

K.Lerlqs4!-p!:ocedure:

1. Payment to the executing firm I agency shall be made by the BMOH, Jamboni & Member Secretary, _ Jamboni BH&FW Samiti, Jhargram. ,^...Lh 2. Vendors will need to submit the documents for claims for the payments i.e., bills etc to the office of thefr$ffi' concerned authoritv (Sunerintendent/BMOH) within SEVEN davs from the date of delivery. He/She'{rA ' 3. The payments will be made as and when Govt. fund will become available with the concerned local authority. When the Fund is available, the payments will be cleared within a month from the receipt of the claims. The payment will be made only after being sure that all the documents are in order and all the essential processes have been maintained. Payments will only be in the DBT mode. 4. Decision taken by the Govt. authority in connection with the defects of any spectacles & error of glasses will be the final and by no means can it be challenged by the vendor. 5. The other norms for the routine tender processes will be followed as per the latest State guidelines. The tender/ contract for supply may be terminated at any time during the contract period with a two months notice from both the sides. 6. The BMOH, Jamboni & Member Secretary, Jamboni BH&FW Samiti, Jhargram shall have the right to withhold payment in full or in part subject to recovery if any.

BMOH & Secretarv Jamboni BH&FW Samiti Chilkigarh Rural Hospital Jhargram

MemoNo.213l1(15yJBH&FV/S Date:- 06.02.2021 Copy forward for information and necessary action to:- 1. The Director of Health Services, Govt. of West Bengal, Swasthya Bhawan, Kol - 91 2. The Mission Director (Milvl) & Secretary, Govt. of West Bengal, Swasthya Bhawan, Kol - 91 3. The Sabhadhipati, ZillaParishad, Jhargram 4. The District Magistrate, Jhargram 5. The ADHS (Ophth.) & SPO (NPCB&VI), Govt. of West Bengal, Swasthya Bhawan, Kol - 91 6. The Chief Medical Officer of Health, Jhargram 7. TheDy. CMOH-II & DNO (NPCB&VI), Jhargram . 8. The Savapati,Jamboni Panchyat Samrty 9. The Executive Officer, Jhargram Municipality. 10. The ACMOH, Jhargram Sadar 11. The SDO, Jhargram t2. The BDO, Jamboni 13. The A.O & Treasurer, DH&FWS, Jhargram 14. IT cell of Swasthya Bhawan, Kol - 91, for attaching this tender notice in the official website of Deptt. of H &FW 15. Notice Board of this office.

"*"rm,SecretaryJamboni BH&FW Samiti Chilkigarh Rural Hospital Jhargram Annexure - |

FINANCIAL PROPOSAL EOI No.- ; Dated:

Nameo address and contact no. of the Bidder:

Rate st. Description Rate (Rs) per Rate (Rs) per Spectacle No. Spectacle In words In figure Rate for supply of Spectacles for 1 School Children and adults underNPCB&VI

I/We agree with all terms and conditions laid by the BMOH, Jamboni & Member Secretary, Jamboni BH&FW Samiti Hospital Jamboni Block, Jhargram having its office at Chilkigarh, Jamboni Block,.Jhargram, PIN-721503 in their EOI notice for supply of Spectacles for School Children and adults under NPCB&VI dated:

Office Seal Full signature of the Bidder

Signature...

Name (CAPITAL) .

Position

Date

Seal/Stamp of the bidder......