You are on page 1of 11

Bid Number: GEM/2022/B/2211184

Dated: 30-05-2022

Bid Document

Bid Details

Bid End Date/Time 14-07-2022 15:00:00

Bid Opening Date/Time 14-07-2022 15:30:00

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

Ministry/State Name Ministry Of Defence

Department Name Department Of Defence

Organisation Name Indian Coast Guard

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

Total Quantity 9

Gemini Craft 3.04 MTR without OBM as per NCD-4006,


Item Category
ISSUE-3, MAR 2014 specification (Q3)

Minimum Average Annual Turnover of the


4 Lakh (s)
bidder (For 3 Years)

OEM Average Turnover (Last 3 Years) 33 Lakh (s)

Years of Past Experience Required for


3 Year (s)
same/similar service

MSE Exemption for Years Of Experience


Yes
and Turnover

Startup Exemption for Years of Experience


No
and Turnover

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
(Requested in ATC)
Document required from seller
*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

Past Performance 10 %

Bid to RA enabled Yes

RA Qualification Rule H1-Highest Priced Bid Elimination

Time allowed for Technical Clarifications


3 Days
during technical evaluation

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- Yes
registered with GeM)

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Pre Dispatch

1 / 11
Bid Details

Name of the Empanelled Inspection


Indian Register of Shipping (IRS)
Agency/ Authority

Evaluation Method Total value wise evaluation

EMD Detail

Advisory Bank State Bank of India

EMD Percentage(%) 3.00

EMD Amount 24948

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 26

(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:
COMMANDANT, JOINT DIRECTOR (LOG-NBCD)
Directorate Of Logistics Indian Coast Guard Hq, Department of Defence, Indian Coast Guard, Ministry of Defence
(Rajneesh)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria". If the bidder is OEM of the
offered products, it would also be exempted from the "OEM Average Turnover" criteria. In case any bidder is
seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility for
exemption must be uploaded for evaluation by the buyer.
2. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in

2 / 11
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
3. 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.
4. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period
shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.
5. 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.
6. 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.
7. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 10% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.
8. 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 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

3 / 11
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.

9. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:

i. If number of technically qualified bidders are only 2 or 3.


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

Pre Bid Detail(s)

Pre-Bid Date and Time Pre-Bid Venue

COAST GUARD HEADQUARTERS


DIRECTORATE OF LOGISTICS
09-06-2022 15:00:00
7TH FLOOR, COAST GUARD ADMINISTRATIVE COMPLEX, SECTOR-62, NOIDA-
201309

Gemini Craft 3.04 MTR Without OBM As Per NCD-4006, ISSUE-3, MAR 2014
Specification ( 9 the number pi )
(Minimum 50% and 40% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

4 / 11
Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

1 *********** ***********JAGATSINGHAPUR 2 180

2 *********** ***********PORBANDAR 3 180

3 *********** ***********MUMBAI 4 180

Buyer Added Bid Specific Terms and Conditions


1. Generic

Bidder shall submit the following documents along with their bid for Vendor Code Creation:

 a. Copy of PAN Card.

 b. Copy of GSTIN.

 c. Copy of Cancelled Cheque.

 d. Copy of EFT Mandate duly certified by Bank.

2. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 50 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 50% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

3. Inspection

Nominated Inspection Agency: On behalf of the Buyer organization, any one of the following
Inspection Agency would be conducting inspection of stores before acceptance:
Pre-dispatch Inspection at Seller Premises (applicable only if pre-dispatch inspection clause has been
selected in ATC): Indian Register of Shipping (IRS)
Post Receipt Inspection at consignee site before acceptance of stores: The Officer in Charges

4. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of The Commanding Officer
ICGS Delhi payable at New Delhi.
Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure delivery of hardcopy

5 / 11
to the Buyer within 5 days of Bid End date / Bid Opening date.

5. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of The Commanding Officer
ICGS Delhi payable at New Delhi. After award of contract, Successful Bidder can upload scanned copy of
the DD in place of PBG and has to ensure delivery of hard copy to the original DD to the Buyer within 15
days of award of contract.

6. Purchase Preference (Centre)

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% 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 percentage of 25% of total value.

7. Certificates

Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.

8. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

ADDITIONAL TERMS & CONDITIONS FOR

GEMINI CRAFT 3.04 MTR WITHOUT OBM

1. Liquidated Damages: In the event of the Seller's failure to submit the Bonds in favour of "Director General
Indian Coast Guard", Guarantees and Documents, supply the stores/goods and conduct trials, installation of
equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until
the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the
sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of
delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the
value of delayed stores.

2. Termination of Contract: The Buyer shall have the right to terminate this Contract in part or in full in any of
the following cases:-

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than

(03 months) after the scheduled date of delivery.

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by more than (06 months)

provided Force Majeure clause is included in contract.

(d) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign agent in getting

this contract and paid any commission to such individual/company etc.

(e) As per decision of the Arbitration Tribunal.

3. Transfer and Sub-letting: The seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of
the contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present

6 / 11
Contract or any part thereof.

4 . Patents and other Industrial Property Rights : The prices stated in the present Contract shall be

deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and
payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a
third party at any time on account of the infringement of any or all the rights mentioned in the previous
paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the
completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the
fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

5 . Amendments: No provision of present Contract shall be changed or modified in any way (including this
provision) either in whole or in part except by an instrument in writing made after the date of this Contract and
signed on behalf of both the parties and which expressly states to amend the present Contract.

6. Force Majeure clause:-

(a) Neither party shall bear responsibility for the complete or partial nonperformance 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 as Flood, Fire, Earth
Quake and other acts of God as well as War, Military operation, 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 presentcontract 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 form the other party of the beginning and cessation of the 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 ororganization of
the respective country shall be a 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 6 (six)months, either
party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30
(thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the
terms provided in the agreement for the goods received.

7. Specification: As per NCD 4006 Issue 3, Mar 2014specification.

8 . OEM Certificate: The bidder should be preferably an OEM. In case bidder is not an OEM he should be in
possession of agreement certificate that he is authorised to participate and bid on behalf of the OEM.

9 . Earliest Acceptable Year of Manufacture : The item should be of latest manufacture, conforming to the
current production standard having 100% defined life at the time of delivery. The earliest acceptable year of
manufacture will be 2022. Life certificate is to be enclosed with the bill.

10. Packing and Marking: The following Packing and Marking clause will form part of the contract placed on
successful Bidder –

(a) The Seller shall provide packing and preservation of the equipment and spares/goods contracted soas to
ENSURE THEIR SAFETY AGAINST DAMAGE in the Conditions of land, sea and air transportation, transhipment,
storage and weather hazards during transportation, subject to proper cargo handling. The Seller shall ensure that
the stores are packed in containers, which are made sufficiently strong, and with seasoned wood the packing cases
should have hooks for lifting by crane/fork lift truck. Tags with proper marking shall be fastened to the special
equipment, which cannot be packed.

(b) The packing of the equipment and spares/goods shall conform to the requirements of specificationsand
standards in force in the territory of the Seller’s country.

(c) The mode of packing in two valises as described in the relevant sections of this specification shallbe
successfully demonstrated. The actual weights of the valises and stores bags shall be checked and recorded. A label
in English shall be pasted on the carton indicating the under mentioned details of the item contained in the carton.
A tag in English with said information shall also be attached to to quantity contracted of the item. The cartons shall
then be packed in packing cases as required :-

(i) Part Number:

(ii) Nomenclature:

(iii) Contract annex number:

(iv) Annex serial number:

7 / 11
(v) Quantity contracted:

To: ________________________________

___________________________________

Gross weight
________________________

(d) One copy of the packing list in English shall be inserted in each cargo package, and the full set of the packing
lists shall be placed in Case No.1 painted in a yellow colour.

(e) Markings, weights and dimensions of various items as well as the completely assembled craft shall be recorded
and proven to comply with the designed specifications. The Seller shall mark each package with indelible paint in
the English language as follows:-

(i) Order No. and date ---------------------------------

(ii) Craft Serial No. ----------------------------------

(iii) Date of packing / Manufacturer ------------------

(iv) Inspection Notice No. and date ------------------

(v) Name of Manufacturer------------------------------

(f) If necessary, each package shall be marked with warning inscriptions:<Top>, “Do not turn over”, category of
cargo etc.

(g) Should any special equipment be returned to the Seller by the Buyer, the latter shall provide normal packing,
which protects the equipment and spares/goods from the damage of deterioration during transportation by land, air
or sea. In this case the Buyer shall finalize the marking with the Seller.

11. Quality: - The quality of the stores delivered according to the Supply Order shall correspond to the

technical conditions and standards valid for the deliveries of the same stores for in Seller’s country or specifications
enumerated as per Bid and shall also include therein modification to the stores suggested by the Buyer. Such
modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Supply Order
shall be latest, and shall incorporate all the latest improvements and modifications to improve the quality.

12. Quality Assurance:- In accordance with NCD 4006 Issue 3, Mar 2014.

13. Inspection Authority: - Gemini craft shall be accepted as per testing and Certification 3in accordance with
NCD 4006 Issue 3, Mar 2014 .

14. Warranty: –

(a) The following Warranty will form part of the contract placed on the successful Bidder:

(i) Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articles
sold/supplied to the Buyer under this contract shall be of the best quality and workmanship and new in all respects
and shall be strictly in accordance with the specification and particulars contained/mentioned in contract. The Seller
hereby guarantees that the said goods/stores/articles would continue to conform to the description and quality
aforesaid for a period of 24 months from the date of delivery of the said goods stores/articles to the Buyer and that
notwithstanding the fact that the Buyer may have inspected and/or approved the said goods/stores/articles, if
during the aforesaid period of 24 months the said goods/stores/articles be discovered not to conform to the
description and quality aforesaid not giving satisfactory performance or have deteriorated, the same shall be
replaced by the contractor free of charge at the consignee place as soon as possible and in any case not later than 3
months from date of receipt of intimation by the contract. In addition Inflatable crafts should have manufacturers
/builders guarantee for 05 years for the fabric used and 24 months for the adhesion at joints under normal
exploitation and in such an event, the above period shall apply to the goods/stores/articles rectified from the date of
rectification mentioned in warranty thereof, otherwise the Seller shall pay to the Buyer such compensation as may
arise by reason of the breach of the warranty therein contained.

15. Product Support- The supplier has to guarantee the satisfactory performance of the Gemini Craft for minimum
period of five years, and product support for the same duration from the date of delivery to Coast Guard.

16. Vendor Holiday - The seller whose performance is found to be poor i.e. non delivery of items withinscheduled

8 / 11
or extended delivery period, supply of items not as per indicated specification etc are to be kept on vendor holiday
by the buyer for a specific period, as desired by the buyer, giving them a reasonable opportunity to improve their
performance before terminating them from the approved vendor list.

9. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

10. Turnover

Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last
three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the
relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
bidder is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria.

11. Turnover

OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in
the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant
periods or a certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for
the relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
OEM is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria. In case of bunch bids, the OEM of
CATEGORY RELATED TO primary product having highest bid value should meet this criterion.

12. Warranty

Warranty period of the supplied products shall be 2 years from the date of final acceptance of goods or
after completion of installation, commissioning & testing of goods (if included in the scope of supply), at
consignee location. OEM Warranty certificates must be submitted by Successful Bidder at the time of
delivery of Goods. The seller should guarantee the rectification of goods in case of any break down during
the guarantee period. Seller should have well established Installation, Commissioning, Training,
Troubleshooting and Maintenance Service group in INDIA for attending the after sales service. Details of
Service Centres near consignee destinations are to be uploaded along with the bid.

13. Purchase Preference (State)

Purchase preference to Micro and Small Enterprises (MSEs) from the State of Bid Inviting Authority :
Purchase preference will be given to MSEs as Micro and Small Enterprises from the State of Bid inviting
Authority whose credentials are validated online through Udyog Aadhaar for that product category. 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 % 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 percentage of
25% of total value as defined/ decided in relevant policy.

14. Generic

Bidders shall quote only those products in the bid which are not obsolete in the market and has at least 2
years residual market life i.e. the offered product shall not be declared end-of-life by the OEM before this
period.

15. Generic

Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,

9 / 11
manufactured and supplied same or similar Category Products to any Central / State Govt Organization /
PSU / Public Listed Company for 3 years 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 year. In case of
bunch bids, the primary product having highest value should meet this criterion.

16. Scope of Supply

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)

17. Past Project Experience

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

18. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

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

10 / 11
in accordance with the laws.

---Thank You---

11 / 11

You might also like