You are on page 1of 12

Bid Number: GEM/2022/B/2319728

Dated: 05-07-2022

Bid Document

Bid Details

Bid End Date/Time 12-07-2022 15:00:00

Bid Opening Date/Time 12-07-2022 15:30:00

Bid Offer Validity (From End Date) 80 (Days)

Ministry/State Name Ministry Of Defence

Department Name Department Of Military Affairs

Organisation Name Indian Air Force

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

Total Quantity 96

Lime (Q3) , Yoga Mats (Q3) , Volleyballs-IS 417: 1986 (Q3) ,


Item Category Cricket Ball (Q3) , Volleyball Net- IS 3345 (Q4) , Basketball
Net-IS: 3345 (Q4) , Badminton Net-IS 3345 (Q4)

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


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

Past Performance 50 %

Bid to RA enabled Yes

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

RCM Applicable Yes

Primary product category Volleyballs-IS 417: 1986

Time allowed for Technical Clarifications


2 Days
during technical evaluation

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method Total value wise evaluation

EMD Detail

Required No

1 / 12
ePBG Detail

Required No

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference No

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. 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.
3. 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.
4. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 50% 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.
5. Short Duration Bid has been published by the Buyer with the approval of the Competent authority due to
Emergency procurement of critical products/services.

Section 9(3) Of GST

Where ever RCM is applicable, sellers (Regular GST registered seller who opted out of FCM , unregistered seller,
seller registered under composition scheme)will be forced to put Zero GST and GST cess in their bids. Buyer will
have liability of paying the GST and GST cess to the government on the specified rate mentioned by them in this
Bid.

6. Reverse Auction would be conducted amongst first 50% of the technically qualified bidders arranged in the

2 / 12
order of prices from lowest to highest. Number of sellers eligible for participating in RA would be rounded off to
next higher integer value if number of technically qualified bidders is odd (e.g. if 7 bids are technically qualified,
then RA will be conducted amongst L-1 to L-4). In case number of technically qualified bidders are 2 or 3, RA will
be between all without any elimination. If Buyer has chosen to split the bid amongst N sellers, then minimum N
sellers would be taken to RA round. In case Primary products of only one OEM are left in contention for
participation in RA based on lowest 50% bidders qualifying for RA, the number of sellers qualifying for RA would
be increased to get at least products of one more OEM (directly participated or through its reseller) if available.
Further, if bid(s) of any seller(s) eligible for MSE preference is / are coming within price band of 15% of Non MSE
L-1 or if bid of any seller(s) eligible for Make in India preference is / are coming within price band of 20% of non
MII L-1, then such MSE / Make in India seller shall also be allowed to participate in the RA process.

Lime ( 50 kilogram )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Certification Whether ISI Marked NO

Physical Available lime (as Ca(OH)2) 80


Characteristics by mass,(min)

Moisture, % by mass 0.5-0.8

Acid insoluble matter (as 1


SiO2) % by mass, max

Iron (as Fe2O3), % by 0.2


mass,max

Magnesia (as MgO) % by 1


mass,max

Dead burnt lime (as CaO) % 2


by mass,max

Cabon dioxide(as CO2), % 1


by mass,max

Packing, Marking Packing size (kg) 25

Input Tax Credit(ITC) and Reverse Charge(RCM) Details

ITC on ITC on GST RCM GST as per GST Cess 1 as GST Cess 2 as Optional
GST Cess Applicable RCM per RCM per RCM RCM

NA NA Yes 5% NA NA Yes

3 / 12
Consignees/Reporting Officer and Quantity

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

1 *********** ***********HYDERABAD 50 15

Yoga Mats ( 10 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Material Ethylene Vinyl Acetate ( EVA )

DIMENSIONS Length 170.0

Width 90.0

Thickness 5.0

COLOUR Colour/ Pattern Assorted Solid Colours

LOGO Logo/ Departmental No


Marking

OTHER Anti Skid/ Anti slip/ Good Yes


REQUIREMENTS Gripping/ Traction ( in wet
and Dry Condition )

Washable Yes

Recyclable Yes

Biodegradable Yes

Carrying Arrangement With Carry Bag

TEST REPORT Availability of Test Report No


from NABL/ ILAC accredited
or Central Government Lab
to prove conformity of
products to the
specification

Additional Specification Parameters - Yoga Mats ( 10 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Keekos yoga mat with cover


Keekos yoga mat with cover bag and TPE material
bag and TPE material
* Bidders offering must also comply with the additional specification parameters mentioned above.

4 / 12
Input Tax Credit(ITC) and Reverse Charge(RCM) Details

ITC on ITC on GST RCM GST as per GST Cess 1 as GST Cess 2 as Optional
GST Cess Applicable RCM per RCM per RCM RCM

NA NA Yes 12% NA NA Yes

Consignees/Reporting Officer and Quantity

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

1 *********** ***********HYDERABAD 10 15

Volleyballs-IS 417: 1986 ( 6 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

SHAPE Shape of Volleyball ( When Spherical


inflated )

MATERIAL Material of Case ( Outer ) Flexible Leather

Additional Specification Parameters - Volleyballs-IS 417: 1986 ( 6 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

ADIDAS unisex ball with


polyurethane, recycled ADIDAS unisex ball with polyurethane, recycled polyester and viscose cover
polyester and viscose cover
* Bidders offering must also comply with the additional specification parameters mentioned above.

Input Tax Credit(ITC) and Reverse Charge(RCM) Details

ITC on ITC on GST RCM GST as per GST Cess 1 as GST Cess 2 as Optional
GST Cess Applicable RCM per RCM per RCM RCM

NA NA Yes 12% NA NA Yes

5 / 12
Consignees/Reporting Officer and Quantity

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

1 *********** ***********HYDERABAD 6 15

Cricket Ball ( 18 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

DESCRIPTION Ball Utility , Mass & Men's Cricket, 156 g to 163 g and 224 mm to 229 mm
Circumference

Pieces 4 Piece

COLOUR Colour Red

MATERIAL Outer Material of Ball Synthetic leather

CERTIFICATION Product generally No


conforming to IS:10800 -
1983 , Latest

Grade ( As per IS 10800 ) Grade 2

Product confirming to No
International/ National
Federation requirements ie
International Cricket
Council( ICC )

ADVANCE SAMPLE Agree to provide Advance No


Sample(s) for buyer's
approval before
commencement of supply

Additional Specification Parameters - Cricket Ball ( 18 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

BDM agni leather ball ( white),


BDM agni leather ball ( white), four piece Model-Agni AB-9*6
four piece Model-Agni AB-9*6
* Bidders offering must also comply with the additional specification parameters mentioned above.

Input Tax Credit(ITC) and Reverse Charge(RCM) Details

6 / 12
ITC on ITC on GST RCM GST as per GST Cess 1 as GST Cess 2 as Optional
GST Cess Applicable RCM per RCM per RCM RCM

NA NA Yes 12% NA NA Yes

Consignees/Reporting Officer and Quantity

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

1 *********** ***********HYDERABAD 18 15

Volleyball Net- IS 3345 ( 5 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Material of Net Cord Nylon

Rope/ Cord to tie with post Polyethylene


on both sides

DIMENSIONS Width of Net 1.0

Width of the Two Fold Band 7.0


at Top

Width of the Two Fold Band 5.0


at Bottom through which a
rope is threaded

Width of Two- Fold Side 5.0


Band

SIZE of MESH Size of Mesh ( Square ) Max 10.0

ADVANCE SAMPLE Agree to provide Advance No


Sample(s) for buyer's
approval before
commencement of supply

Additional Specification Parameters - Volleyball Net- IS 3345 ( 5 pieces )

7 / 12
Specification Parameter
Bid Requirement (Allowed Values)
Name

Nivia volleyball net PE without


knot with nylon material and Nivia volleyball net PE without knot with nylon material and four side taping
four side taping ,and wiring ,and wiring rope
rope
* Bidders offering must also comply with the additional specification parameters mentioned above.

Input Tax Credit(ITC) and Reverse Charge(RCM) Details

ITC on ITC on GST RCM GST as per GST Cess 1 as GST Cess 2 as Optional
GST Cess Applicable RCM per RCM per RCM RCM

NA NA Yes 12% NA NA Yes

Consignees/Reporting Officer and Quantity

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

1 *********** ***********HYDERABAD 5 15

Basketball Net-IS: 3345 ( 4 pieces )

Brand Type Unbranded

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Material Cord material Nylon

Standards and Product confirming to Yes


certification national/ International
standards like FIBA
(International Basketball
Federation)

Certification from national/ Yes


International federations
like FIBA

Additional Specification Parameters - Basketball Net-IS: 3345 ( 4 pieces )

8 / 12
Specification Parameter
Bid Requirement (Allowed Values)
Name

TURBO Synthetic nylon


basketball net tricolor with size TURBO Synthetic nylon basketball net tricolor with size 21 inches
21 inches
* Bidders offering must also comply with the additional specification parameters mentioned above.

Input Tax Credit(ITC) and Reverse Charge(RCM) Details

ITC on ITC on GST RCM GST as per GST Cess 1 as GST Cess 2 as Optional
GST Cess Applicable RCM per RCM per RCM RCM

NA NA Yes 12% NA NA Yes

Consignees/Reporting Officer and Quantity

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

1 *********** ***********HYDERABAD 4 15

Badminton Net-IS 3345 ( 3 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

UTILITY Utility Training

MATERIAL Material of Net Cord Nylon

Breaking Strength of Cord 18 kgf min


as per IS 3345

Rope/ Thread to tie with Nylon


post on both sides

Breaking Strength of Rope/ 41 kgf


Thread ( min ) as per IS
3345

STANDARDS AND Product generally No


CERTIFICATIONS conforming to IS 3345-
1989 latest

Product confirming to No
International/ National
Federation requirements
like BWF (International
Badminton Federation)/ BFI
( Badminton Federation of
India )

9 / 12
Specification Specification Name Bid Requirement (Allowed Values)

ADVANCE SAMPLE Agree to provide Advance No


Sample(s) for buyer's
approval before
commencement of supply (
hint: Applicable in case of
orders placed against bid
and not applicable in case
of Direct Buying )

Additional Specification Parameters - Badminton Net-IS 3345 ( 3 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Yonex BN 152 C pro badminton


Yonex BN 152 C pro badminton net
net
* Bidders offering must also comply with the additional specification parameters mentioned above.

Input Tax Credit(ITC) and Reverse Charge(RCM) Details

ITC on ITC on GST RCM GST as per GST Cess 1 as GST Cess 2 as Optional
GST Cess Applicable RCM per RCM per RCM RCM

NA NA Yes 12% NA NA Yes

Consignees/Reporting Officer and Quantity

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

1 *********** ***********HYDERABAD 3 15

Special terms and conditions-Version:1 effective from 04-05-2020 for category Yoga Mats

1. After award of contract, if desired by buyer, seller shall have to get Advance Sample approved from Buyer
before manufacturing / starting Bulk Supplies.

Special terms and conditions-Version:1 effective from 04-05-2020 for category Badminton Net-IS
3345

1. After award of contract, when specified in the Bid, Seller shall have to get Advance Sample(s) approved by
the Buyer before starting Bulk Supplies. The Seller shall submit the Advance Sample(s) within 7 days from
the date of placement of the order. The buyer shall approve or otherwise the Advance Sample(s) within 7
days from the date of receipt of the Advance Sample(s).

Buyer Added Bid Specific Terms and Conditions

10 / 12
1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 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 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

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. 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)

4. 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.

5. Service & Support

Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

6. Warranty

Successful bidder will have to ensure that adequate number of dedicated technical service personals /
engineers are designated / deployed for attending to the Service Request in a time bound manner and for
ensuring Timely Servicing / rectification of defects during warranty period, as per Service level agreement
indicated in the relevant clause of the bid.

7. Past Project Experience

For fulfilling the experience criteria any one of the following documents may be considered as valid proof
for meeting the experience criteria:
a. Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against the
invoices have been executed.
b. Execution certificate by client with order value.
c. Any other document in support of order execution like Third Party Inspection release note, etc.

8. Purchase Preference (State)

Procurement under this bid is reserved for purchase from Micro and Small Enterprises from the State of
Bid Inviting Authority whose credentials are validated online through UDYAM Registration /Udyog Aadhaar
(as validated by Government from time to time) for that product category. If the bidder wants to avail the
reservation benefit, 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. Benifits of MSE will be allowed only if seller is validated on-line in GeM profile
as well as validated and approved by Buyer after evaluation of documents submitted.

11 / 12
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 specifications 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. Also, GeM does not permit collection of Tender
fee / Auction fee in case of Bids / Forward Auction as the case may be. Any stipulation by the Buyer seeking
payment of Tender Fee / Auction fee through ATC clauses would be treated as null and void.

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---

12 / 12

You might also like