You are on page 1of 13

Bid Number: GEM/2021/B/1212929

Dated: 09-05-2021

Bid Document
Bid Details

Bid End Date/Time 31-05-2021 21:00:00

Bid Opening Date/Time 31-05-2021 21:30:00

Bid Life Cycle (From Publish Date) 90 (Days)

Bid Offer Validity (From End Date) 30 (Days)

Ministry/State Name Ministry Of Defence

Department Name Department Of Military Affairs

Organisation Name Indian Army

Office Name ***********

Total Quantity 5

Item Category DOME TYPE LIVING SHELTER

Years of Past Experience required 2 Year (s)

MSE Exemption for Years of Experience and No


Turnover

Startup Exemption for Years of Experience and No


Turnover

Document required from seller Experience Criteria


*In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by the
buyer

Bid to RA enabled No

Time allowed for Technical Clarifications during 2 Days


technical evaluation

Inspection Required (By Empanelled Inspection Yes


Authority / Agencies pre-registered with GeM)

Inspection to be carried out by Buyers own Yes


empanelled agency

Type Of Inspection Post Dispatch

Name of the Empanelled Inspection Agency/ Board of Officers


Authority

Estimated Bid Value 5476389

Evaluation Method Total value wise evaluation

EMD Detail

Advisory Bank State Bank of India

EMD Percentage(%) 2.00

EMD Amount 109528

ePBG Detail

1 / 13
Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 12

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the relevant
category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service Providers for
Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy.

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
OC
418 (I) FD COY, PIN-914418 C/O 56 APO
(Ravinder Singh Pundir)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

1. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any Central
/ State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above in the bid
document before the bid opening date. Copies of relevant contracts to be submitted along with bid in support of having
supplied some quantity during each of the Financial year. In case of bunch bids, the category of primary product having
highest value should meet this criterion.
2. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier as
defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum local
content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the Purchase
preference, the bidder must upload a certificate from the OEM regarding the percentage of the local content and the
details of locations at which the local value addition is made along with their bid, failing which no purchase preference
shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating to percentage of local content
shall be certified by the statutory auditor or cost auditor, if the OEM is a company and by a practicing cost accountant or
a chartered accountant for OEMs other than companies as per the Public Procurement (preference to Make-in -India)
order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers as per MII order dated 4.6.2020 will be eligible to
bid. Non - Local suppliers as per MII order dated 04.06.2020 are not eligible to participate. However, eligible micro and
small enterprises will be allowed to participate .In case Buyer has selected Purchase preference to Micro and Small
Enterprises clause in the bid, the same will get precedence over this clause.
3. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and for
determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc. This has no
relevance or bearing on the price to be quoted by the bidders and is also not going to have any impact on bid
participation. Also this is not going to be used as a criteria in determining reasonableness of quoted prices which would
be determined by the buyer based on its own assessment of reasonableness and based on competitive prices received
in Bid / RA process.
4. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
authorized representatives

An independent third party Professional Inspection Body can help buyer in mitigating buyer’s risk with pre-dispatch/post-
dispatch inspection in order to ensure that equipment, components, solutions and documentation conform to
contractual requirements. The buyer has a right to inspect goods in reasonable manner and within reasonable time at
any reasonable place as indicated in contract. Inspection Fee/ Charges (as pre-greed between buyer and Inspection
Agency) would be borne by the buyer as per their internal arrangement but may be recovered from the seller if

2 / 13
the consignment failed to conform to contractual specification and got rejected by the Inspection Officer .If so
requested and accepted by the seller , initially seller may pay for inspection charges as applicable and get the
same reimbursed from buyer if consignment accepted by the Inspecting Officer . For reimbursement seller has to
submit proof of payment to Inspection Agency.

Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying the place
of inspection as per contract and the Inspecting officer shall on receipt of such notice notify to the seller the date and
time when the stores would be inspected. The seller shall, at his own expenses, afford to the Inspecting officer, all
reasonable facilities as may be necessary for satisfying himself that the stores are being and or have been
manufactured in accordance with the technical particulars governing the supply. The decision of the purchaser
representative /inspection authority regarding acceptance / rejection of consignment shall be final and binding on the
seller.

The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which the
Inspecting officer may demand of him for any test, and examination, other than special or independent test, which he
shall require to be made on the seller's premises and the seller shall bear and pay all costs attendant thereon.

The seller shall also provide and deliver store / sample from consignment under inspection free of charge at any such
place other than his premises as the Inspecting officer may specify for acceptance tests for which seller/OEM does not
have the facilities or for special/ independent tests.

In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing to lack of test
facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in the inspection and/or test.
Cost of test shall be assessed at the rate charged by the Laboratory to private persons for similar work.

Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof to such tests
as he may like fit and proper as per QAP/governing specification. The seller shall not be entitled to object on any ground
whatsoever to the method of testing adopted by the Inspecting officer.

Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will be borne by
seller.

Inspecting officer is the Final Authority to Certify Performance / accept the consignment. The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.

The seller shall if so required at his own expense shall mark or permit the Inspecting officer to mark all the approved
stores with a recognised Government or purchaser's mark.

DOME TYPE LIVING SHELTER ( 5 set )

(Minimum 50% Local content required for MII compliance)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download


Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

S.No. Consignee/Reporting Address Quantity Delivery Days


Officer

1 *********** ***********CHAMOLI 5 60

Buyer added Bid Specific Additional Scope of Work

3 / 13
S.No. Document Title Description Applicable i.r.o. Items

1 STORE LIST STORE LIST OF DOME TYPE LIVING DOME TYPE LIVING SHELTER(5)
SHELTER
View

The uploaded document only contains Buyer specific Additional Scope of Work and / or Drawings for the
bid items added with due approval of Buyer’s competent authority. Buyer has certified that these
additional scope and drawings are generalized and would not lead to any restrictive bidding.

Buyer Added Bid Specific Additional Terms and Conditions


1.The Bidder / OEM {themselves or through reseller(s)}, should have executed project for supply and installation /
commissioning of same or similar Category Products during preceding 3 financial years (i.e. current year and
three previous financial years) as on opening of bid, as per following criteria:

(i) Single order of at least 35% of estimated bid value; or


(ii) Two orders of at least 20% each of estimated bid value; or
(iii) Three orders of at least 15% each of estimated bid value.
Satisfactory Performance certificate issued by respective Buyer Organization for the above Orders should be
uploaded with bid. In case of bunch bids, the Category related to primary product having highest bid value
should meet this criterion
2.Buyer Added text based ATC clauses

TERMS AND CONDITIONS

1. Submission of Physical Documents. The original of following documents shall be


submitted physically in the sealed tender box prior to bid submission closing date. The
documents are to be submitted physically and the responsibility for submission rests
solely with the bidder. The physical receipt of these documents is mandatory. The Technical Bids shall not be
accepted if these documents are not received prior to bid opening.

(a) Non-disclosure of classified documents certificate as per Appx D

(b) Original EMD, if applicable or proof of exemption.

(c) Bid Conditions Acceptance Certificate.

(d) PAN No, CST/ VAT/ TIN/ GST registration.

2. Opening of the Bids. The physical verification of tender document will be done at 418 (Indepe
ndent) Field Company, C/o 56 APO. The Bidders may depute their representatives, duly authorized in writ
ing, to attend the same on the due date and time.

4 / 13
3. EMD Exemption. EMD is not required to be submitted by those Bidders who are registered with the Central
Purchase Organization (e.g DGS&D), National Small Industries Corporation (NSIC), DGQA for the same
item/range of products, goods or services for which the tenders have been issued. Firms registered with
Units/Establishments of Army, Air force, Navy or DRDO Labs which do not qualify to be part of Central Purchase
Organizations will not be exempted from EMD. Micro and small Enterprises if registered with any government
bodies specified by Ministry of Micro, Small & Medium Enterprises (M/o MSME) with valid certificate duly issued
by GOI are exempted for submitting the earnest money deposit (EMD). It will be applicable for those bidders
who shall produce their own goods or provide their own services, and not applicable for trading
purpose. No entrepreneur or memorandum of application form is acceptable. The exemption and relaxation in
EMD is subject to the validity of certificate on the date of opening of tender. The bidder is required to attach the
copy of valid proof for exemption of EMD with their technical offer. The EMD will be forfeited if the bidder
withdraws or amends impairs or derogates from the tender in any respect within the validity period of their
tender.

4. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letters and post- tender correctio
n may invoke summary rejection with forfeiture of EMD. Conditional bids will be rejected.

5. Unwillingness to Quote. Bidders unwilling to quote should ensure that intimation to this effect r
eaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted f
or the given range of items as mentioned in this RFP.

6. Terms of Delivery.

(a) The manufacturer shall be responsible for the safe delivery and packing of the stores
at the consignees end and transit damage if any shall be promptly attended by him.

(b) Stores to be delivered at location within 80 KM radius of Joshimath/ Harsil (Uttarakhand). The area
of delivery is generally in High Altitude Area. Loading, transportation and unloading the stores at the befo
re said store yards should be arranged by the supplier and the rates to be quoted shall include the
cost of same. The responsibility of unloading of stores at before said FOR will be entirely of the supplier. This
unit does not accept any responsibility or any liability for the stores lost or damaged in transit/ unloading.

(c) The stores will be accepted only as a complete entity in composite loads and not in parts/component
s. The stores pertaining to a particular Job will be delivered by the Vendor within stipulated time frame. Receipt
of stores will only be given after delivery of complete stores. In the event of failure to supply on any account, the
accepting officer shall have the right to cancel the supply order

5 / 13
(d) Supply shall be deemed complete when store delivery is physically completed and duly received by
consignee at the specific location. The delivery of stores will be made as per delivery schedule given in supply
order. The buyer reserves the right for receipt of stores in a phased manner, as per progress of work/ ground
and weather conditions.

Rates should be strictly as per demand/ specifications. Rate offered for other make/ specification shall not be e
ntertained. No price increase will be admissible on change of Govt Policy/ Ordinance or what so ever reasons.

Any observations/ objections/ clarifications should be communicated with in time period of the quotation or it will
be assumed that there are no objections/observations.

Should there be by any dispute hereafter, the decision of Officer Commanding,


418 (Independent) Field Company will be final and binding.

7. Payment Instruction.

(a) Payment shall be made after completion of 100% work duly verified by

Board of Officers detailed by the Formation Headquarters.

(b) In case of any dispute concerning the supply and payment, the decision of the Officer Commanding,
418 (Independent) Field Company will be considered to be final
and binding. Payment will be made after verification and approval of the concerned authority
on completion of job. Bills in triplicate, original copy duly stamped and pre- receipted, will be submitted to the
consignee for audit verification and payment.

8. Instructions and Conditions. The Supplier shall take all steps necessary to ensure that all

6 / 13
person employed on this work by him/ her have noted that the Indian Official Secret Act 1923
(IAX of 1928) applies to them and shall continue to be applied after the execution of the works under the supply.

9. Penalty Clause. In case the vendor fails to complete the supply within the stipulated time,
penalty for delay @ 1% the value of the supply order will be charged for any delay per week or part thereof sub
ject to max 10% of the total amount of the supply order.

10. Litigation/ Arbitration. The timely supply of stores as per the supply order by the vendor is of paramou
nt importance for operational reasons. Hence no time extension on any kind
shall be granted under any circumstances except Force Majeure circumstances and the supply order shall be
canceled after the due date in case of non-supply. No litigation or arbitration under any circumstances at any st
age shall be applicable. Vendors not willing for this pre- condition are advised not to participate in t
he tendering process.

11. GST, Excise and Sales Tax. Firm will ensure that all taxes including excise, GST, sales and any
other taxes as applicable are paid. This department has no responsibility for any dispute on this account. No
additional liability will be accepted on these accounts.

In case of steel parts or any other manufactured items, supplier should produce the proof of delivery by
the original manufacturer of the items incorporated in the final product at the time of delivery. The goods used
should be of ISI mark and specification with test certificate of manufacturer. The bills will be produced for purc
hase of steel, aluminum, plywood, ceramic, plumbing items etc. Any item/ part may be sent to the original manuf
acturer or a test laboratory for the confirmation of genuineness of product and in case not found genuine, the f
aulty items will be made good by the supplier.

The quotation is being issued with no financial commitment and the buyer reserves the right to
change, vary any part thereof at any stage. Buyer also reserves the right to withdraw the

quotations should it become necessary at any stage. The quotation is thus not binding for procurement.

12. Specification. Specification and drawing document uploaded in bid to be referred for complete details.
The seller guarantees to meet the specifications of the supply order and to incorporate the modifications to the
existing design configuration to meet the specific requirement of the buyer as per modifications/ requirements r
ecommended. All technical
literature and drawing shall be amended as per the modifications by the seller before supply to the buyer. The
seller in consultation with the buyer may carry out technical up gradation in the design drawings and specificati
ons due to change in manufacturing procedures, indigenisation or obsolescence. This will however, not in any w
ay, adversely affect the end specifications of the equipment. Changes in technical details, drawings, repair and
maintenance techniques along with necessary tools as a result of up gradation/ alterations will be provided to t
he buyer free of cost within 15 (fifteen) days of affecting such up gradation.

7 / 13
13. Final Inspection by Formation Board of Officer.

(a) The parties agree that the Store Acceptance Board of delivered goods shall be
conducted on receipt of stores at delivery location by the User Formation Board of Officers (BOO).

(b) BOO will check following:-

(i) Quantitative checking to verify that the quantities of the delivered goods correspond to the quantities
defined in the supply order and the invoices.

(ii) Complete quality and functional checking of all the stores given in the supply order.

(c) Upon completion of each BOO, board proceedings and Acceptance/ Rejection will be signed by the
BOO and the same shall be binding on the seller.

14. Force Majeure.

(a) Neither party shall bear responsibility for the complete or partial non-performance of any
of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under
the provisions of the present contract), if the non-
performance results from such Force Majeure circumstances such as Flood, Fire, Earth Quake and other acts of
God as well as war, military operations, blockade, acts or actions of State authorities or any
other circumstances beyond the parties’ control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contra
ct is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract
due to Force Majeure conditions, is to notify in written to the other party of the beginning and cessation of the

8 / 13
above circumstances immediately, but in any case not later than

10 (ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other


competent authority or organization of the respective country shall be sufficient proof of commencement and
cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 06 (six) month
s, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written noti
ce of 30 days to the other party of the intention to terminate without any liability other than reimbursem
ent on the terms provided in the agreement for the goods received.

15. Risk and Cost.

In the event of failure on the part of the vendor to supply the full qty in the time stipulated or within any exten
ded period granted by the Accepting Officer or in the event of failure to supply on any account, the Accepting
Officer shall have the right to cancel the supply order and obtain the undelivered supplies from other sources at
risk and expense of the vendor. The vendor is liable to pay the additional amount spent by
the govt in procuring the said stores through a fresh supply order i.e. the defaulting vendor has to bear the exc
ess cost incurred as compared with the amount contracted with the vendor.

16. Warranty.

(a) The seller warrants that the goods supplied under the supply order conform to technical specifications pr
escribed and shall perform according to the said technical specifications.

(b) The seller warrants for a period of 12 months from the date of acceptance of
stores by JRI or date of installation and commissioning, whichever is later. Warranty will also cover that the go
ods/ stores supplied under the supply order and each component used in the manufacture thereof shall be free
from all types of defects/ failures.

(c) If within the period of warranty the goods are reported by the buyer to have failed to perform as per the s

9 / 13
pecifications, the seller shall either replace or rectify the same free of charge within a maximum period of 30 da
ys of notification of such defect received by the seller, provided that the goods are used and maintained by the
buyer as per instructions contained in the operating manual. Warranty of the equipment would be extended by
such duration of downtime.

(d) The seller also warrants that necessary service and repair back up during the warranty period of the equ
ipment shall be provided by the seller and he will ensure that the downtime is within 10% of the warranty period
(where applicable).

(e) Seller shall provide the details of complete defects, reasons and remedial actions for defects, when such d
efects arise.

(f) If particular equipment/ goods fails frequently and/ or the cumulative down time exceed 25% of the warr
anty period, the complete equipment/ goods shall be replaced
free of cost by the seller within a stipulated period of 30days of receipt inspection by the buyer/ date of installati
on and commissioning.

(g) Dishonoring of the above mentioned warranty clause shall give rights to the buyer

from placing the seller’s firm under ban for participating in future bids.

17. Option Clause. Accepting officer reserve the right to place an additional 50% quantity
of the original supply orders in accordance with the same rates, terms and conditions of the original
supply order within the currency of supply order.

18. Repeat Supply Order. Accepting officer reserves the right to place repeat supply
order within 06 month from the date of successful completion of original supply order up to 50% quantity of items
under the original supply order with the same rates, terms and conditions.

19. Tolerance Limit: Accepting officer reserves the right to increase or decrease 50% quantity
of the required stores up to that limit without any change in terms and conditions and the rates quote by the v
endor to take care of any change in the requirement during the period starting from issue of quotation till place
ment of supply order. While placing the supply order, the quantity ordered has been increased or decreased by
the accepting officer within this tolerance limit.

10 / 13
20. Documents. The following documents shall be prepared and submitted by the supplier during the
delivery of the stores, failing which the buyer has the rights to reject the stores:-

(a) Ink signed copy of Invoice.

(b) Guarantee/ Warranty certificates.

(c) Original Purchase vouchers.

(d) Manufacturer test certificates of vitrified and ceramic tiles.

(e) Test Certificates.

(f) Copy of Performance Bank Guaranty.

(g) Prescribed pre-stamped bills in triplicate.

(h) Sales tax exemption certificate or alternatively an endorsement conforming relaxation at prevalent rates
of Central / State excise tax, where applicable.

(i) Any legal issues arising while supplying of stores in terms of taxes/ Government disputes/ clearances/

11 / 13
source of stores etc, will be resolved by the vendor himself at his own cost and arrangements. At the same time,
delivery schedule shall be adhered to irrespective of any legal issue and no delay shall be acceptable in this
regard.

21. Quality Control.

(a) Buyer shall have right to carryout checking and testing of stores supplied by the supplier and cost of such
testing procedure, if any, will be borne by the supplier.

(b) The supplier will be responsible for quality of items used in fabrication as given in technical specifications
and sample of the materials will be produced as and when asked for sample approval.

Appendix ‘D’

NON-DISCLOSURE CERTIFICATE

It is certified that our concern/establishment requires____________________copy/copies of defence


specification /drawing bearing No _______________in connection with the Bid No_________________.It is further
certified that the information contained in the defence documents will be utilized by our firm for our own use
only for the purpose of producing, supplying and inspection of defence stores. The information contained therein
will not be divulged/ supplied to any outside agencies not authorized to receive the same without prior approval
of the issuing authority.

Place: Signature

12 / 13
(Name of signatory in Block Letters)

Date :- (Complete address of the firm’s Seal)

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent Authority in
Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the bidding process, its
outcome and consequences thereof including any eccentricity / restriction arising in the bidding process due to these
ATCs and due to modification of technical specification and / or terms and conditions governing the bid. Any clause
incorporated by the Buyer such as demanding Tender Sample, incorporating any clause against the MSME policy and
Preference to make in India Policy, mandating any Brand names or Foreign Certification, changing the default time
period for Acceptance of material or payment timeline governed by OM of Department of Expenditure shall be null and
void and would not be considered part of bid. Further any reference of conditions published on any external site or
reference to external documents / clauses shall also be null and void. If any seller has any objection / grievance against
these additional clauses or otherwise on any aspect of this bid, they can raise their representation against the same by
using the Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be allowed to
open bids if he fails to reply to such representations.

This Bid is also governed by the General Terms and Conditions

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder
from a country which shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority.
While participating in bid, Bidder has to undertake compliance of this and any false declaration and non-compliance of this would be a ground for
immediate termination of the contract and further legal action in accordance with the laws.

---Thank You---

13 / 13

Powered by TCPDF (www.tcpdf.org)

You might also like