You are on page 1of 10

Bid Number: GEM/2019/B/299627

Dated: 25-07-2019

Bid Document
Bid Details
Bid End Date/Time 02-08-2019 18:00:00
Bid Life Cycle (From Publish Date) 90 (Days)
Bid Offer Validity (From End Date) 30 (Days)
Ministry/State Name Ministry Of Home Affairs
Department Name Central Armed Police Forces
Organisation Name Indo Tibetan Border Police (itbp)
Office Name Directorate General
Total Quantity 5
Item Category Recovery Vehicle
Average Turnover (Last 3 Years) 60 Lakh (s)
OEM Average Turnover (Last 3 Years) 300 Lakh (s)
MSE Exemption For Years Of Experience Yes
And Turnover
Startup Exemption For Years Of Experience Yes
And Turnover
Document required from seller Experience with Government,Annual Turnover
Bid to RA enabled Yes

Recovery Vehicle ( 5 pieces )


Technical Specifications

* As per GeM Category Specification

Specification Specification Name Values Bid Requirement


(Allowed Values)
Certification Product tested and Yes *
trialed
Product Approving Ministry of Home Ministry Of Defence,
authority Affiars Ministry of Home
Affiars, Others
If Others, Please - *
specify Product
Approving Authority

1 / 10
Vehicle Certification - *
ARAI/VRDE/ICAT No
Model No as approved - *
by ARAI/VRDE/ICAT
Air and Noise Yes Yes
pollution to conform
to CPCB/CMVR norms
All reports for the Yes *
materials used be
provided by
manufactures from
ILAC/NABL accredited
labs/Central Govt Labs
to be furnished on
buyer's demand
Complete literature, Yes *
illustrated diagrams,
list of spares, special
tools etc and operating
instructions for the
operation and
maintenance of the
vehicle and accessories
should be provided (No
of machines + 1)
Declared documents Yes *
/Certificates to be
furnished to the buyer
on demand
Generic Parameters Recovery Vehicle For CPMF *
Engine Capacity 5.883 1.2 - 6
Type of Vehicle Body Chassis Frame Chassis Frame,
Monocoque
Make of Chassis - *
Type of Chassis Chassis with facecowl Chassis with facecowl,
Chassis without
facecowl, Full Frame
chassis, NA for
Monocoque
Chassis Model No (NA - *
for monocoque)
Type of Recovery Mechanical Mechanical, Hydraulic
Vehicle
Category of Vehicle Medium Capacity Light Capacity
for which Chassis to Commercial Vehicles Commercial Vehicles,
be used Medium Capacity
Commercial Vehicles,
Heavy Capacity
Commercial Vehicles

2 / 10
Body Style - *
Body Options Fixed Side Deck Customizable, Fixed
Side Deck
Type of Fuel Diesel Diesel, CNG
Vehicle Emission BS-IV BS-III (Only for
Compliance DEFENCE), BS-IV, BS-VI
Vehicle Mileage ( as 5.2 Any applicable numeric
declared by OEM as value
certified by Test
Agency under Rule
115of CMVR 1989)
(kmpl)
Speed, with full load 72 Any applicable numeric
on road (kmph) value
Engine Power - *
BHP@rpm
Engine Torque Max@ - *
rpm
Engine Aspiration Turbocharged Natural Aspiration,
Turbocharged,
Supercharged,
Turbocharged+
Supercharged,
Turbocharged
Intercooled
Constructional No of Cylinder in 6 Any applicable numeric
Parameters Engine value
Fuel Tank Capacity 225 Any applicable numeric
value
Length of vehicle 6970 Any applicable numeric
value
Width of vehicle 2434 Any applicable numeric
value
Height of Vehicle 2800 Any applicable numeric
value
Gradeability of 40.4 Any applicable numeric
vehicle( %) value
Step climbing 0 *
Ground Clearance 250 Any applicable numeric
value
Wheel Base 4225 Any applicable numeric
value
Kerb Weight 4890 Any applicable numeric
value
Gross Vehicle 12180 Any applicable numeric
Weight value

3 / 10
No of Axle 2 Above 1
Axle Configuration ( No - *
of Outside Tyre x No of
Driving Tyre)
Type of Front Axle and - *
Suspension System
Type of Rear Axle and - *
Suspension System
BIS marked Pneumatic Yes *
Tyres and tubes for
both front and rear
Size Of Front Tyres - *
Size Of Rear Tyres - *
Tyres with run flat No Yes, No
system
Size(Dia) of Wheel 7.5 *
Chassis Manual Automatic, Manual
Transmission System
Type of Gears - *
No of Speed/ 6 4, 5, 6, 8, 10
Forward Gears
Type of Wheel drive Four Wheel drive Two Wheel drive, Four
Wheel drive, 6X2, 6X4,
6X6
Type of Steering Manual Power, Manual
Turning Radius 8800 Any applicable numeric
value
Front Vehicle Brake - *
Rear Vehicle Brake - *
Type of Clutch - *
Seating Capacity 6 Any applicable numeric
value
Frame Type - *
No of Side Runner 1 *
Structural member
Side Panelling - *
No of Cross Member 2 *
No of Long Member 2 *
Super structure Others *
construction details
Type Twin Boom Recovery Single Boom Recovery
Equipment Equipment, Twin Boom
Recovery Equipment

4 / 10
Winch Gear Box Mechnical *
Rope Diameter 13 Any applicable numeric
value
Lifting capacity 5000 Any applicable numeric
single Boom value
Lifting capacity Twin 5000 Any applicable numeric
Boom value
Max reach on sides 1800 Any applicable numeric
value
Min Angle of Slew 150 Above 150
for each boom
(degree)
Mass of crane 2500 Any applicable numeric
(where practical) value
Load lifting height 3400 Any applicable numeric
value
Load Charts - *
Hook approaches - *
Load lifting speed 0.055 Any applicable numeric
(m/s) value
Precision load lowering 0 *
speed (NA/0 for Manual
Crane ) (m/s)
Cranes travelling speed 20 *
with and without loads
(m/s)
Cranes traversing 0 *
speed (NA/0 for Manual
Crane ) (m/s)
Slewing speed (NA/0 0 *
for Manual Crane )
(m/s)
Gradeability (%) 40.4 Above 25
Static load test at Yes *
1point5 times the max
working load
Dynamic at 1point35 Yes *
times the max working
load
Stability tests as per IS Yes *
14469-1997
Derricking time 0 Any applicable numeric
(NA/0 for Manual value
Crane )
Telescoping time 0 Any applicable numeric
(NA/0 for Manual value

5 / 10
Crane )
Braking operations - *
Counter weight 0 *
Hoist mechanisms Yes Yes
with load & speeds
Cycle time (where 0 *
necessary) (NA/0 for
Manual Crane )
Functioning of limiting - *
devices
Performance of driving - *
medium, for example,
motor currents under
test load conditions
Operating -20°C to 50°C -20°C to 50°C, -5°C to
Temperature 20°C, 5°C to 45°C
Accessories Speed Governers Yes Yes
ABS Fitted Yes Yes, No
Side View Mirror Yes *
Low Fuel warning Light Yes *
Fog Lights Yes *
Standard Spare Yes Yes
wheel and Tool Kit
PTO provision on Yes Yes
gear box and
transfer cases
Audio - visual warning Yes *
and or motion cut off
system for load
moment, load radius,
load limiter, load locks
Over hoisting/ Yes *
overloading
Auto –two block system Yes *
with rope counters
Disturbed stability of Yes Yes
the crane
Safety brakes on Yes Yes
hoist
Signals for other Yes *
highway traffic/ users
Pressure relief No (for Manual Crane) Yes, No (for Manual
valve, safety check Crane)
valve, hose failure
protection etc as
applicable

6 / 10
Audio visual signal for Yes *
reversing of the crane
Any other safety Yes *
requirements and
features considered
desirable shall be
provided
All safety provisions Yes Yes
for ensuring safety
of equipment and its
subsystems; the
goods, the
surroundings; and
the operators,
helpers any other
road users, etc be
provided
All weather day and Yes Yes
night operational
capability is required
Rear Hook Yes *
Fire Extinguisher Yes Yes
Front Bumper Hook Yes *
Performance Warranty (Time 12 Any applicable numeric
Parameters wise) value
Warranty (Distance 20000 Any applicable numeric
wise) value
Warranty on Battery 12 Any applicable numeric
value
No Of Free Services 3 Any applicable numeric
value
* Bold specifications are the golden parameters.
* Bidders may note that In respect of non-golden Parameters, the specifications 'Values' chosen by
Buyer will generally be preferred over 'Bid requirement ( allowed Values) by the Buyer.

Consignees/Reporting Officer and Quantity

S.No. Consignee/Reporti Address Quantity Delivery Days


ng Officer
1 Badarinath 160003,Comdt TPT Bn, ITBP, 3 90
Kulkarni MHA, GOI, PO - Seema
Nagar, Near Airport,
Chandigarh.
2 VINOD 786012,Multi Purpose Sub 2 90
Depot, ITBP, PO - Mohanbari,
Distt - Dibrugarh, Assam

EMD Detail

7 / 10
Advisory Bank State Bank of India
EMD Percentage(%) 5.00
EMD Amount 649456

ePBG Detail

Advisory Bank State Bank of India


ePBG Percentage(%) 10.00
Duration of ePBG required (Months). 15

Splitting
Bid splitting not applied.

Buyer Specific Additional Terms and Conditions


1. Procurement under this bid is reserved for purchase from : Local Supplier as defined
in Public Procurement Preference to Make in India Order 2017 and its subsequent Orders
Notifications issued by concerned Nodal Ministry for specific Goods/ Products.
2. Purchase preference will be given to MSME and Startup (Local supplier) : (if L-1 is
not from selected category and 4 / 5 Seller (s) from selected category has/have
quoted price within L-1 + percentage of margin of purchase preference /price
band defined in relevant policy, such Seller shall be given opportunity to match
L-1 price and award contract for percentage of total value as defined/ decided in
relevant policy) Local Supplier as defined in Public Procurement (Preference to Make in
India - 20%) Order 2017 and its subsequent Orders / Notifications issued by concerned Nodal
Ministry for specific Goods/ Products

3. Special Terms and Conditions as defined by world bank at click here will also be applicable

4. Scope of supply (Bid price to include all cost components) : Supply Installation
Testing Commissioning of Goods and Training of operators and providing Statutory
Clearances required (if any)
5. Total requirement of Programming software with cable Qty- 13 Nos.
6. Warranty period 01 year from the receiving of store at consignee location.
7. AS per Buyer specific Additional Terms & conditions in the Bid, price preference is to be
given to local supplier as defined in public procurement (Preference TO Make IN India-20%),
ORDER 2017 AND its subsequent Orders/Notifications issued BY concerned Nodal Ministry for
specific Goods/Products. AS per this order, the minimum LOCAL content should be 50% TO
enable the firm to qualify as local supplier. Accordingly, the bidders must mention the local
content percentage in their bid OR product detail and also provide the details of locations at
which the local value addition is made, failing which no purchase preference shall be
granted to them in case their bids are higher than L-1 bid.
8. Bidder/ Supplier/ Organization/ Proprietor/ ANY of the Director(s) shall not be banned or
suspended or black listed by any Government / Public Sector Undertaking / Corporate
organization or convicted in any Court of Law across India or declared Bankrupt or insolvent.
A self declaration certificate must be uploaded in the GeM portal under Bidders Official
Letter Head.
9. Bidder should be the Original Equipment Manufacturer. Letter of incorporation shall be
submitted.
10. Buyer/consignee shall have the right to inspect the supplied goods themselves AND/OR
through their appointed agency at consignees own cost, at consignees site(s) after receipt

8 / 10
and accept OR reject on proper justification any consignment of goods within a period of 30
days of receipt of consignment of goods. 100% payment will be released within ten (10)
days of issue of consignee receipt-cum-acceptance certificate (CRAC) and on on-line
submission of bills
11. Experience Certificate from the concerned Govt. Department of the subject matter is
required along with average turnover of last 3 Yrs BY authority prescribed BY GeM.
12. Lab Test Report FROM Govt./NABL accredited lab is required for conforming the
requirements of All the parameters of governing specification of SUBJECT store.
13. For small scale units registered with NSIC under single point registration Scheme and
participating in this tender enquiry, following exemptions are available: -They are exempted
from depositing Earnest money.These exemptions are applicable provided units are
registered with NSIC FOR tendered item and registration is current and valid. Firms claiming
these exemptions are required to submit along with their offer, copy of their current and
valid NSIC registration certificate for the tendered item, otherwise their offer would not be
considered.
14. Pre-dispatch inspection / testing at Seller premises : Before dispatch, the goods will
be inspected and tested by Buyer / Consignee or their Authorized Representative /
Nominated External Inspection Agency by Buyer (Fee/Charges taken by the External
inspection Agency shall be borne by the Buyer) at Seller’s premises for their compliance to
the contract specifications. The Sellers will provide necessary testing facilities and shall bear
cost of in house testing required, if any. Seller shall notify the Buyer through e-mail about
readiness of goods for pre-dispatch inspection and Buyer will notify the Seller about the
Authorized Representative/ Nominated External Inspection Agency and the date for testing.
The goods would be dispatched to consignee only after clearance in pre-dispatch inspection.
Consignee's right of rejection as per GTC in respect of the goods finally received at his
location shall in no way be limited or waived by reason of the goods having previously been
inspected, tested and passed by Buyer/ Consignee or its Nominated External Inspection
Agency prior to the goods' shipment.
15. Timely Servicing / rectification of defects during warrantee period: After having
been notified of the defects / service requirement during warrantee period, Seller has to
complete the required Service / Rectification within time limit specified. If the Seller fails to
complete service / rectification with defined time limit, a penalty of defined % of Unit Price of
the product shall be charged as penalty for each week of delay from the seller. Seller can
deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all
such penalty amount from the Performance Security (PBG).
(i) Time Limit for Service / Rectification of defects will be as defined in the SLA document for
the service.
(ii) Penalty per week of delay as % of unit price of product will be as defined in the SLA
document for the service.
Seller to give compliance Yes / No while submitting bid.
16. The Purchaser reserves the right to increase or decrease the ordered quantity up to 25
percent at the time of placement of contract . The purchaser also reserves the right to
increase the contracted qty up to 25% during the currency of the contract at the contracted
rates. Bidders are bound to accept the orders accordingly
17. Replacement under warranty clause shall be made by the Seller free of all charges at site
including freight, insurance and other incidental charges.During the warranty period, the
Seller shall remain responsible to arrange replacement in next Business day (NBD) and for
setting right at his own cost any equipment installed by him which is of defective
manufacture or design or becomes unworkable due to any cause whatsoever. The decision
of the Buyers representative in this regard to direct the contractor to attend to any damage
or defect in work shall be final and binding on the Seller.
18. The OEM should have proven facilities for Training, repair and Service Center Support in
India at least for past three years. In case OEM is located outside India, it should have
training, repair and service center facilities in India also. The certificates/ Undertaking for the
same will have to be submitted offline/online.
19. Training: Mandatory Minimum 5 days professional Full time training to 10 persons to be
provided at each States / UTs (30 locations) identified by the concerned Buyers nodal officer.

9 / 10
20. The bidder must have ISO 9001 certification.
21. Bidder shall submit the detailed BOM of the equipments offered duly verified and certified BY
the respective OEM. The detailed BOM shall indicate quantities and price break up of various
modules/sub modules/cards/Licenses required for each equipments.

This Bid is also governed by the General Terms and Conditions

---Thank You---

10 / 10

Powered by TCPDF (www.tcpdf.org)

You might also like