You are on page 1of 20

Bid Number: GEM/2021/B/1559888

Dated: 29-09-2021

Bid Document

Bid Details

Bid End Date/Time 20-10-2021 11:00:00

Bid Opening Date/Time 20-10-2021 11:30:00

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

Bid Offer Validity (From End Date) 60 (Days)

Ministry/State Name Ministry Of Defence

Department Name Department Of Defence Production

Organisation Name Hindustan Aeronautics Limited (hal)

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

Total Quantity 1230

connector mounting hardware-multi plug , portable hard


disk , electrical box extension , SAN Switch , 24-Port
Unmanaged Switch , Layer 2 Access Switch Rev 1 , 16 Ports
Managed PoE+ Layer 2 Access Switch , KVM Switch ,
Item Category Keyboards-IS: 14441 , USB MOUSE 3 BOTTON WITH SCROLL
WIRED , computer mouse or trackballs , CAT 6 CABLE BOX
(300 MTRS/BOX) , Lead Acid Battery-IS 16046 , Line
Intractive UPS with AVR , Liquid Crystal Display LCD Panel or
Monitors , DVD Writer , Tape Drive , MEDIA CONVERTER

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

Bid to RA enabled No

Primary product category connector mounting hardware-multi plug

Time allowed for Technical Clarifications


2 Days
during technical evaluation

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Estimated Bid Value 2923370

Evaluation Method Item wise evaluation

EMD Detail

Required No

ePBG Detail

1 / 20
Required No

(a). The EMD % will be applicable for each schedule/group selected during Bid creation.

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference Yes

1. 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.
2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
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. Short Duration Bid has been published by the Buyer with the approval of the Competent authority due to
Emergency procurement of critical products/services.

Evaluation Method ( Item Wise Evaluation Method )

2 / 20
Contract will be awarded schedulewise and the determination of L1 will be done separately for each schedule.
The details of item-consignee combination covered under each schedule are as under:

Evaluation Schedules Estimated Value Item/Category Quantity

Schedule 1 2750 Connector Mounting Hardware-multi Plug 500

Schedule 2 133500 Portable Hard Disk 15

Schedule 3 34950 Electrical Box Extension 50

Schedule 4 4250 Electrical Box Extension 5

Schedule 5 37500 San Switch 25

Schedule 6 55965 San Switch 35

Schedule 7 62000 24-port Unmanaged Switch 10

Schedule 8 318750 Layer 2 Access Switch Rev 1 5

Schedule 9 484605 16 Ports Managed Poe+ Layer 2 Access Switch 5

Schedule 10 150000 Kvm Switch 25

Schedule 11 79500 Keyboards-is: 14441 100

Schedule 12 42420 Keyboards-is: 14441 20

Schedule 13 170000 Usb Mouse 3 Botton With Scroll Wired 200

Schedule 14 40000 Computer Mouse Or Trackballs 20

Schedule 15 268500 Cat 6 Cable Box (300 Mtrs/box) 15

Schedule 16 125000 Lead Acid Battery-is 16046 100

Schedule 17 600000 Line Intractive Ups With Avr 50

Schedule 18 210000 Liquid Crystal Display Lcd Panel Or Monitors 25

Schedule 19 16500 Dvd Writer 5

Schedule 20 21300 Tape Drive 10

Schedule 21 65880 Media Converter 10

Connector Mounting Hardware-multi Plug ( 500 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Input pin Rating (AMP) 6A

CONSTRUCTIONAL Power on indication Yes

3 / 20
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 500 45

Portable Hard Disk ( 15 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Type External Portable

Connectivity Wired

Digital Storage Capacity 2


(TB)

Speed (rpm) 5400

Interface Type A USB

Network Connectivity No

Water Resistant No

Shock Resistant No

On Site OEM Warranty 1


(Years)

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 15 45

Electrical Box Extension ( 50 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

4 / 20
* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC No. of Sockets - 6 Pin 16 0


Amp. (In Numbers)

No. of Sockets - 5 Pin 6 5


Amp.(In Numbers)

No. of 16 Amp Switches (in 0


Nos)

No. of 6 Amp Switches (in 0


Nos)

No. of cores in the cable 3


(Nos)

Length of cable with 5.0 Metre


Extension Box (In Mtrs)

CONSTRUCTIONAL Material of Box Poly Carbonate

PVC insulated and sheathed Yes


flexible cable with copper
conductor to IS:694

Recoiling of cord No

Input Plug Rating (AMP) 6 Amp.

Nos of pin in the Input plug 3 Pin


(Nos)

FUNCTIONAL Power ON indicator Yes

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 50 45

Electrical Box Extension ( 5 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

5 / 20
Specification Specification Name Bid Requirement (Allowed Values)

GENERIC No. of Sockets - 6 Pin 16 0


Amp. (In Numbers)

No. of Sockets - 5 Pin 6 5


Amp.(In Numbers)

No. of 16 Amp Switches (in 0


Nos)

No. of 6 Amp Switches (in 5


Nos)

No. of cores in the cable 3


(Nos)

Length of cable with 3.0 Metre


Extension Box (In Mtrs)

CONSTRUCTIONAL Material of Box Poly Carbonate

PVC insulated and sheathed Yes


flexible cable with copper
conductor to IS:694

Recoiling of cord Yes

Input Plug Rating (AMP) 6 Amp.

Nos of pin in the Input plug 3 Pin


(Nos)

FUNCTIONAL Power ON indicator Yes

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 5 45

SAN Switch ( 25 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

General Fibre Channel Generation 8Gbps


Specification
Switch Type Chassis

6 / 20
Specification Specification Name Bid Requirement (Allowed Values)

Fibre Channel base ports 4

POD License NA

POD License Quantity 1

Scalability (Ports) 24

Fibre Channel Port Speed 2


(Gbps)

Media Type Fibre Channel SWL

FCIP ports 0

IP Port speed (Gbps) NA

FCIP performance (GbE) NA

Aggregate Switch 384 Gbps


Bandwidth FC (end to end
full duplex)

Aggregate Switch NA
Bandwidth IP (end to end
full duplex) (Gbps)

Class of service Class 2

Port Types U/E/F/M/D

Form factor (U) 1U

Number of Blade Modules NA


Required

Blade Module - 32 port with 0


16Gbps SWL SFP+ Blade
Module

Blade Module - 48 port with 0


16Gbps SWL SFP+Blade
Module

Blade Module - 64 port with 0


16Gbps QSFP+ Blade
Module

Blade Module - 48 port with 0


32Gbps SWL SFP+ Blade
Module

License Required Centralized Management NA


Software to manage and
monitor multiple Fabrics
within/across multiple sites
from single window

Bandwidth (Gbps/Tbps) for NA


Interchassis connectivity

Miscellaneous On Site OEM Warranty 1


(Year)

7 / 20
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 25 90

SAN Switch ( 35 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

General Fibre Channel Generation 8Gbps


Specification
Switch Type Workgroup

Fibre Channel base ports 8

POD License 8 port

POD License Quantity 1

Scalability (Ports) 24

Fibre Channel Port Speed 2


(Gbps)

Media Type Fibre Channel SWL

Autosensing (Gbps) 2/4/8

FCIP ports 2

IP Port speed (Gbps) NA

FCIP performance (GbE) NA

Aggregate Switch 128 Gbps


Bandwidth FC (end to end
full duplex)

Aggregate Switch NA
Bandwidth IP (end to end
full duplex) (Gbps)

Class of service Class 2

Port Types U/E/F/M/D

Form factor (U) 1U

Number of Blade Modules 1/2/3/4/5/6/7/8


Required

8 / 20
Specification Specification Name Bid Requirement (Allowed Values)

Blade Module - 32 port with 1


16Gbps SWL SFP+ Blade
Module

Blade Module - 48 port with 0


16Gbps SWL SFP+Blade
Module

Blade Module - 64 port with 0


16Gbps QSFP+ Blade
Module

Blade Module - 48 port with 0


32Gbps SWL SFP+ Blade
Module

License Required Real time Monitoring & NA


Threshold alerts

Integrated Optional 10Gbps NA


Fibre Channel for DWDM
Connectivity

Enterprise License (Trunking, NA


Real Time Threshold
alerts,Extended Fabric)

Centralized Management NA
Software to manage and
monitor multiple Fabrics
within/across multiple sites
from single window

Bandwidth (Gbps/Tbps) for 512Gbps


Interchassis connectivity

Supported Fabric ISL trunking NA


Services
Integrated optional 10 Gbps NA
Fibre Channel connectivity

VM Insight NA

Virtual Fabrics NA

Extension Trunking NA

FCIP Trunking NA

Optional Fabric Services NA


include: Integrated Routing
(FCR), FICON CUP, FICON
Management Server, and
Advanced Accelerator for
FICON

Supported Security IPsec Yes, NA


Features

Miscellaneous On Site OEM Warranty 1


(Year)

9 / 20
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 35 90

24-Port Unmanaged Switch ( 10 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 10 45

Layer 2 Access Switch Rev 1 ( 5 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Type of Switch Managed

Technology PoE, PoE+

Number of 1G Copper Ports 8

Number of 10G Copper 0


Ports

Number of 1 G SFP Port 2


(Uplink)

Number of 10 G SFP+ Port 0


(Uplink)

Multi-Gigabit Support Yes

10 / 20
Specification Specification Name Bid Requirement (Allowed Values)

Redundant Power supply ( Not Available


from day one)

Console Port Available

Switching Capacity-Non 20
Blocking (Gbps)

Throughput (MPPS) 14.88

Dedicated Stacking Port/Slot ( Not Available


from day one)

On Site OEM Warranty 1 Year, 5 Year

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 5 90

16 Ports Managed PoE+ Layer 2 Access Switch ( 5 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 5 45

KVM Switch ( 25 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

11 / 20
* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Type Type Analog

Computer Number of Computer 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 16 Or higher


Connections Connection Available

Port Selection Port Selection Medium IR Remote Control

Interfaces / Number of USB Type A 2, 3, 4, 5, 6 Or higher


Connectors On (female) Ports
Console
Number of HDMI (female) 0, 1, 2, 3, 4, 5, 6 Or higher
Ports

Number of 3 point 5 mm 0, 1, 2, 3, 4 Or higher


Audio Jack (Female)

Number of RJ 45 Ports 0, 1, 2 Or higher

Interfaces / Number of USB Type A 4, 5, 6 Or higher


Connectors On KVM (female) Port

Number of HDMI (female) 0, 1, 2, 3, 4, 5, 6 Or higher


Port

Number of 3 point 5mm 0, 1, 2, 3, 4 Or higher


Audio Jack (Female)

Number of RJ 45 Port 0, 1, 2 Or higher

Features Support for Cascading No


Multiple KVM switches

Multipltform Support Windows, Linux, Mac

Supported Resolutions 2048 x 1536, 2560 x 1600, 3840 x 2160 Or higher

Warranty and Scope of supply Installation, Integration and Commissioning is


Insatallation included in the scope of supply

On Site OEM Warranty 3, 4 Or higher


(Year)

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 25 90

Keyboards-IS: 14441 ( 100 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

12 / 20
Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Keyboard type Standard keyboard

Connectivity Wired

Interface port USB 3.0

Compatibility with Laptop, Desktop and All in One

On Site OEM Warranty 1


(years)

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 100 45

Keyboards-IS: 14441 ( 20 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Keyboard type Wireless Keyboard

Connectivity Wireless

Interface port NA

Compatibility with Desktop

On Site OEM Warranty 3


(years)

Consignees/Reporting Officer and Quantity

13 / 20
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 20 45

USB MOUSE 3 BOTTON WITH SCROLL WIRED ( 200 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 200 45

Computer Mouse Or Trackballs ( 20 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Mouse tracking technology Optical movement detection technology

Connectivity Wireless

Interface port USB 2.0

On site OEM Warranty 1


(years)

Consignees/Reporting Officer and Quantity

14 / 20
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 20 45

CAT 6 CABLE BOX (300 MTRS/BOX) ( 15 box )


(Minimum 50% Local content required for MII compliance)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 15 45

Lead Acid Battery-IS 16046 ( 100 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Generic Types of Lead Acid of Small sized Valve Regulated Lead -Acid Batteries
Battery (SMF) conforming to JISC: 8702/1998 (Part 1,2 & 3)
with latest amendments

Nominal Voltage of Battery 12.0 Volt


(volts)

Material of container ABS

Rated Capacity at C20 7.2


discharge (AH)

Warranty (Years) 1 Year

Battery Condition Charged

CONSTRUCTIONAL Dimensions (L x W x H) (mm As per relevant IS Specifications


x mm x mm)

No.of cells per Battery (No.) 6 Cells for 12 Volt battery

15 / 20
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 100 45

Line Intractive UPS With AVR ( 50 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Rating in KVA/ min VAH 1.0/400


capacity of battery
(KVA/VAH)

Technology MOSFET-PWM

Type of battery SMF-VRLA confirming to JISC-8702 Pt 1,2 &3

Rated Output (Volt) Single phase sinewave 230v AC , 50Hz

Degree of protection IP-21

Inverter Efficiency (%) > / = 60%

Warranty for the battery 1 year


from the date of delivery

Warranty for Line 2 Years


Interactive UPS

Installation and commissioning Yes


instructions

CONSTRUCTIONAL Type of enclosure Mild steel

AC out put for printer (not Yes


through inverter)

Inverter out put socket AC 3 Three pin


out put for printer (not
through inverter)

FUNCTIONAL Overload Time (Minutes) > / = 10 minutes

Load power factor > / = 0.6

Variation in AVR output in 230 Volts +/-9%, 50 +/-3 Hz


AC mode (%) AVR (Voltage
regulation) output voltage
in AC Mode

16 / 20
Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 50 45

Liquid Crystal Display LCD Panel Or Monitors ( 25 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Screen Size (Diagonal) (cm) 48.5 - 50.5

Panel Type Twisted Nematic (TN)

Resolution (Pixels) 1366 x 768 (HD)

Aspect Ratio 16:9

Brightness (Nits) 250

On Site OEM Warranty 3


(Year)

Technology LED Backlit

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 25 90

DVD Writer ( 5 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

17 / 20
Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Type of DVD writer External

Interface USB 2.0

Compatible disc type CD

Warranty (Year) 1

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 5 45

Tape Drive ( 10 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Drive Generation LTO 5

Drive Technology Barium Ferrite LTO

Type Of Connectivity SAS

Transfer Rate (TB/hour) Above 15

Maximum Capacity (TB) 2.5

On Site OEM Warranty 2


(Year)

Consignees/Reporting Officer and Quantity

18 / 20
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 10 90

MEDIA CONVERTER ( 10 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 10 45

Special terms and conditions-Version:1 effective from 04-05-2020 for category Lead Acid Battery-IS
16046

1. Battery serial number list shall be furnish by the seller along with the supply of the battery to Buyer

Buyer Added Bid Specific Additional Terms and Conditions


1. Scope of supply (Bid price to include all cost components) : Only supply of Goods
2. Demurrage charges In case the rejected items are not lifted by the firm within 48 hrs, the demurrage
charges at the rate of 0.5% of total contract value will be charged per day. In case the items are not lifted
within a month, the same will be destroyed by the station board of officers and no claim will be
admitted.Demurrage charges. In case the rejected items are not lifted by the firm within 48 hrs, the
demurrage charges at the rate of 0.5% of total contract value will be charged per day. In case the items
are not lifted within a month, the same will be destroyed by the station board of officers and no claim will
be admitted.
3. Packing Material The items will be supplied by the successful bidder in its original packing material and
the packing material will not be returned. Weight of packing material will not be included in quantity
supplied and only net weight of the items will be counted. The packing should be of standardized weights
of appropriate size. Item will not be accepted in non-standardized weights.Packing Material. The items will
be supplied by the successful bidder in its original packing material and the packing material will not be
returned. Weight of packing material will not be included in quantity supplied and only net weight of the
items will be counted. The packing should be of standardized weights of appropriate size. Item will not be
accepted in non-standardized weights.

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

19 / 20
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---

20 / 20

You might also like