You are on page 1of 8

Bid Number: GEM/2022/B/2919683

Dated: 28-12-2022

Bid Document

Bid Details

Bid End Date/Time 18-01-2023 21:00:00

Bid Opening Date/Time 18-01-2023 21:30:00

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

Ministry/State Name Uttar Pradesh

Medical Health And Family Welfare Department Uttar


Department Name
Pradesh

Organisation Name N/a

Office Name Cmo Office Mainpuri

Total Quantity 86

Item Category Almirah Steel (Version 2) (Q3)

Minimum Average Annual Turnover of the


7 Lakh (s)
bidder (For 3 Years)

OEM Average Turnover (Last 3 Years) 40 Lakh (s)

Years of Past Experience Required for


3 Year (s)
same/similar service

MSE Exemption for Years of Experience and


No
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
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 80 %

Bid to RA enabled No

Type of Bid Two Packet Bid

Time allowed for Technical Clarifications


2 Days
during technical evaluation

Evaluation Method Total value wise evaluation

EMD Detail

Advisory Bank State Bank of India

EMD Amount 25800

1/8
ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 5.00

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:
CMO Mainpuri
CMO Office Mainpuri, Medical Health and Family Welfare Department Uttar Pradesh, N/A,
(Dr Prem Pal Singh)

Splitting

Bid splitting not applied.

MSE Purchase Preference

MSE Purchase Preference No

MII Purchase Preference

MII Purchase Preference No

1. 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
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.
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. 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.
4. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 80% 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

2/8
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.

Almirah Steel (Version 2) ( 86 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERAL Technical specification of Generally conforming to BIS specification IS:


REQUIREMENT Almirah steel 3312:2021 (with latest amendment)

Type of Almirah steel Almirah Steel shelving cabinets

Number of door 2

Number of drawers No Drawer


required

Number of shelves 4, 5

Colour of finish Silver Grey, Olive Green, Prince Grey, Dark Maroon,
Purple, Blue, Black, White, Off white, Ash Grey, Dark
grey, Brown, As per Buyer’s Requirement (to be
indicated during bid creation)

MATERIAL Steel sheet material CRCA sheets conforming to grade CRI of IS 513(part-
1):2016 (with latest amendment)

Sheet rounds and flats Conforming to grade E250 of IS 2062

DIMENSION Almirah height(excluding 1800 mm, 1855 mm


the height of pedestal) ± 5
mm

Almirah width ± 5 mm 910 mm

Almirah depth ± 5 mm 480 mm

Side sheet thickness 0.8 mm

Back sheet thickness 0.8 mm

Top sheet thickness 0.9 mm

Bottom sheet thickness 1 mm

Shelves sheet thickness 0.9 mm

Shelves supporting bracket N.A


thickness

Hinges sheet thickness 1.25 mm(double folded)

Hanging rod wall thickness 1.0 mm, 1.6 mm, N.A

Mirror frame sheet N.A


thickness

Mirror frame border width N.A

Width of stiffener 115 mm, 140 mm, N.A

3/8
Specification Specification Name Bid Requirement (Allowed Values)

Stiffener sheet thickness 0.6 mm, 0.7 mm, 0.8 mm, N.A

Number of glass sheet fixed N.A

Handle size 12 cm

LOCKS AND Steel Almirah lock/locker Six lever lock


LOCKING lock
ARRANGEMENT
Material of lock MAZAK Zinc plated, Brass and Steel finish, Steel,
Steel with zinc plated, Finish having brass levers and
MAZAK/ZAMAK bolt having Zinc plated finish along
with MAZAK/ZAMAK hable

FINISH Finish coat with enamels Stoving enamel

Powder coating Conforming to IS: 13871

Consignees/Reporting Officer and Quantity

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

205001,OLD HOSPITAL
Dr Prem Pal Singh
1 CAMPUS, COURT ROAD, NEAR 86 15
(CMO)
CHRISTIAN TIRAHA MAINPURI

Buyer Added Bid Specific Terms and Conditions


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

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.

3. Service & Support

Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site
warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have
to establish one within 30 days of award of contract. Payment shall be released only after submission of
documentary evidence of having Functional Service Centre.

4. Service & Support

4/8
Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

5. Service & Support

Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.

6. 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.

7. Certificates

ISO 9001: The bidder or the OEM of the offered products must have ISO 9001 certification.

8. Certificates

Material Test Certificate Should Be Sent Along with The Supply. The Material Will Be Checked by Buyer’s
Lab & the Results of the Lab will be the Sole Criteria for Acceptance of the Item.

9. Certificates

The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.

10. Past Project Experience

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

11. 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

12. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of DISTRICT HEALTH
SOCIETY payable at MAINPURI.
Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

13. Forms of EMD and PBG

5/8
Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of DISTRICT
HEALTH SOCIETY, MAINPURI A/C (Name of the Seller). The bank should certify on it that the deposit can be
withdrawn only on the demand or with the sanction of the pledgee. For release of Security Deposit, the
FDR will be released in favour of bidder by the Buyer after making endorsement on the back of the FDR
duly signed and stamped along with covering letter. Successful Bidder has to upload scanned copy of the
FDR document in place of PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within
15 days of award of contract.

14. Financial Criteria

NET WORTH: Net Worth of the OEM should be positive as per the last audited financial statement.

15. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Additional Terms & Conditions (ATC)

1. Eligibility of Bidders will be Examined as per ATC.

2. Estimated Bid Value Rs. 12,90,000/-

3. EMD Amount @ 2% Rs.25,800/-

4. Bidder Turnover: OEM & Authorized dealer are allowed to participate in the Bid. Certificate
of Financial Turnover: at the time of submission of Bid,Bidder has to submit Turnover
Certificate issued by C.A. The Average Financial Turnover should not less than 40 Lakhs every
year (Without C.A. UDIN No., Turnover Certificate will not be considered)

5. Bidder must submit Balance Sheet for last 03 Financial years (2019-20, 2020-21 & 2021-22).
Service contract will not be considered in determining the turnover for eligibility as required
above.

6. Past Performance/Experience: Bidder should have 03 year Experience.Bidder must have


the following work experience in last 03 financial years on GeM to any State/Central Govt.
Department.

Note: Hard copy must be submitted to department before Bid Opening Date.

7. Bidder Financial Standing: The Bidder should not be under Liquidation, Court receivership
or Similar Proceeding, should not be Bankrupt, Bidder has to upload undertaking to this effect
with Bid.

8. Scope of Supply: Bid Price to include all cost including transportation and installation charges
in Department, Material will require for Chief Medical Officer, Mainpuri. No additional
charges will be given.

9 . Service Support Center: Bidder/OEM must have a functional Service Center in the State Uttar
Pradesh in each Consignee Location in case of carry-in warranty for one year and must prove
address and contract No. of Manager.

10. Bidder must upload GST Registration Certificate. Bidder OEM Authorization Certificate Along
with Bid Number with OEM Contact Details for Verification.

11. Bidder must upload ISO 9001:2015 Certificate.

12. Bidder must have a Financial Capacity of 80% of Valued of Bid Value.

13. Copy of PAN Card

14. Bidder have to submit on their firm letter head as following-

A-The Details of Service Center in Uttar Pradesh and name of Service Engineer and Mobile
No. and Toll-Free No.

6/8
B- The Details of firm Bank Account No., Bank Name, Branch IFSC Code etc.

C- The firm is accepting all the terms and conditions of the ATC duly signed and stamped.

15. If Bidder submit any face document, the department will take legal action against the
Bidder.

16. All Goods will be supplied with installation to each PHC by Bidder, No additional Cost will be
given by Department.

17. Affidavit duly Notarized on Rs. 100/- Stamp Paper;

A- The Bidder/Firm/Company is not convinced or punished in any legal proceeding by any


hon'ble Court.

B- That the Bidder/Firm/Company is not blacklisted by any Govt./Semi Govt. Department in


last 03 Financial year.

18. The Successful Bidder must have to supply all material within 15 days of the Bid Awarded.

19. In case of any conflict, the Jurisdiction Will be Mainpuri only.

20. Hard copy of all the documents (Including EMD in proper format) will be submitted to the
department before Bid opening date.

21. Bidder shall have to get advance sample approved from buyer before Bid opening date.
Bidder shall submit 1 sample of Item for Buyer's approval. If Sample Fails by Purchase
Committee,then Bidder will be Technically Disqualified. No Clarification will be given to
Bidder.
.

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby 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(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the

7/8
case may be.

Further, 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---

8/8

You might also like