You are on page 1of 8

Bid Number: GEM/2022/B/2571856

Dated: 29-09-2022

Bid Document

Bid Details

Bid End Date/Time 10-10-2022 17:00:00

Bid Opening Date/Time 10-10-2022 17:30:00

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

Ministry/State Name Uttar Pradesh

Department Name Agriculture Department Uttar Pradesh

Organisation Name N/a

Office Name Directorate Of Agriculture, U.p.

Total Quantity 97360

Item Category Carbendazim 12% +Mancozeb 63% WP (Q3)

Minimum Average Annual Turnover of the


183 Lakh (s)
bidder (For 3 Years)

OEM Average Turnover (Last 3 Years) 609 Lakh (s)

Years of Past Experience Required for


2 Year (s)
same/similar service

MSE Exemption for Years Of Experience


Yes
and Turnover

Startup Exemption for Years Of Experience


Yes
and Turnover

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
(Requested in ATC),Additional Doc 2 (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 20 %

Bid to RA enabled No

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 Percentage(%) 1.01

EMD Amount 307784

1/8
ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 27

(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:
DIRECTOR AGRICULTURE UTTAR PRADESH,LUCKNOW
Directorate Of Agriculture, U.P., Agriculture Department Uttar Pradesh, Lucknow-226001
(Vivek Kumar Singh)

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" subject to meeting of
quality and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the
"OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. 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. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of
quality and technical specifications. 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.
3. 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.
4. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.

2/8
5. 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.
6. 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. 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 quantity as defined/ decided in relevant policy.
7. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 20% 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.

Carbendazim 12% +Mancozeb 63% WP ( 97360 container(s) )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Packing packing size (in kg) 0.25

Labeling & Marking Additional marking on the Government Supply


container

Consignees/Reporting Officer and Quantity

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

226005,Munauvar Bagh,
1 Vinay Singh Kariyappa marg, Anand Nagar 2000 30
Near Government Garden

Brajesh Kumar
2 209601,Vikas Bhawan 800 30
Singh

3 Dhananjay Singh 203001,302, Vikas Bhawan 2000 30

3/8
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

272001,Company Bagh,
4 Manish Kumar Singh 1200 30
Gandhi Nagar

5 Vivek Kumar 284001,Vikas Bhawan 800 30

251001,IInd Floor, Vikas


6 Yatendra Singh 1000 30
Bhawan, Meerut Road

7 Vikas Shukla 209801,60, Vikas Bhawan 2000 30

205001,Room No.-61, Vikas


8 Surya Pratap Singh 1600 30
Bhawan

9 Priti Kiran Bajpai 225001,Vikas Bhawan 1200 30

227409,Vikas Bhawan,
10 Akhilesh Pandey 1600 30
Gauriganj, District-Amethi

Shailendra Kumar 206122,Room No.-31, 2nd


11 800 30
Verma Floor, Vikas Bhawan, Kakor

12 Sudhir Kumar 276001,Krishi Bhawan, Sidhari 2000 30

13 Rajesh Kumar 204213,Vikas Bhawan 800 30

247001,Krishi Prasar Bhawan,


14 Shipra 2000 30
Beri Bagh

246701,Krishi Bhawan, Ground


15 Avadhesh Mishra 2000 30
Floor

Ashwini Kumar 230001,Vikas Bhawan, Katra


16 2000 30
Singh Road

244221,Block Office Campus,


17 Rajeev Kumar Singh 800 30
Amroha

18 Priyananda 271801,Vikas Bhawan 800 30

19 Brajesh Singh 212601,Vikas Bhawan 1200 30

Prakash Chand
20 272175,Vikas Bhawan 1200 30
Vishwakarma

21 Satyendra Singh 262701,Gola Road, Chhauchh 1200 30

22 Amit Kumar 247776,Majra Road, Shamli 800 30

Dr. Subhash 224001,District Agriculture


23 1200 30
Chandra Verma Officer

210301,Kuchhechha, Viksa
24 Hari Shanker 800 30
Bhawan

25 Vinod Kumar 201301,309, Vikas Bhawan 800 30

Shyam Narayan 262001,District Agriculture


26 1000 30
Ram Office, Vikas Bhawan

Shyam Narayan 241001,Agriculture Farm, Near


27 1200 30
Ram Bilgram Chungi

Dharmendra Kumar 277001,Krishi Bhawan, Civil


28 2000 30
Singh Lines

29 Janardan 231217,Vikas Bhawan, Lodhi 800 30

4/8
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

30 Arun Kumar Tripathi 229001,Vikas Bhawan 2000 30

Archana Prakash 243202,Deputy Director


31 1600 30
Verma Agriculture Research, Bilwa

244001,Near Block Campus,


32 Yogendra Kumar 2000 30
Chakkar Ki Milak

207001,Vikas Bhawan
33 Manoj Kumar 800 30
Compound, Aliganj Road

Rajeew Kumar
34 284403,Vikas Bhawan 800 30
Bharati

250002,Opposite Naveen
35 Amar Pal 2000 30
Mandi, Delhi Road

222002,Krishi Bhawan,
36 Kishor Kumar Singh 800 30
Umarpur

221304,Gharawan, Bhadohi
37 Ashok Kumar 800 30
Road

274001,Near Doordarshan
38 Ratan Shankar Ojha 2000 30
Kendra

210205,Krishi Bhawan, Patel


39 Raj Pati Shukla 800 30
Tiraha,Karvi

40 Pramod Kumar 210001,Vikas Bhawan 800 30

243601,Office of District Plant


Durgesh Kumar
41 Protection Officer, Opposite 1200 30
Singh Gaur
Police Line Gate no.-3

273001,Kachehari Campus,
42 Ram Darash Verma 2000 30
Vikas Bhawan

Indreshu Kumar
43 271201,Vikas Bhawan 800 30
Gautam

202001,Quarsi Farm, Ramghat


44 Amit Jaiswal 960 30
Road

202412,District Magistrate
45 Onkar Singh 800 30
Compound, Bahjoi, Sambhal

46 Avesh Kumar Singh 209726,Vikash Bhawan 2000 30

250609,Room No.23, Vikas


47 Sandeep Pal 800 30
Bhawan

48 Jagdish Prasad 271001,Civil Line 800 30

49 Rajesh Kumar Rai 221002,Vikas Bhawan 1600 30

207123,Office of District Plant


50 Sumit Kumar Protection Officer, Block 1200 30
Compound, Kasganj

...To view more consignees please login.

5/8
Special terms and conditions-Version:1 effective from 04-05-2020 for category Carbendazim 12%
+Mancozeb 63% WP

1. 1. The seller shall upload/furnish the following documents along with their bid :
a) Registration certificate issued by Directorate of Plant Protection, Quarantine and Storage (CIB)
b) Valid manufacturing license issued by the authorized government agency.
2. The seller shall lift and replace the lot at his own cost, if the samples from the received lot at consignee
end fail during testing. Lot will be accepted on being found in conformity during testing.

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. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Pre-dispatch Inspection -

1. The supplier firm will arrange Pre-dispatch and destination sample test of the manufactured pesticides.
Supplier firm will provide a written information of batch-wise pesticides produced to the Additional Director
Agriculture (Plant Protection), Uttar Pradesh and pre-dispatch sample will be drawn by the nominated
officers/committee from the premises of the supplier.

2. Pre-dispatch samples shall be drawn by designated officers only after matching the consumption of
technical by formulated quantity with its bills/vouchers. After this the pre-dispatch material godown will be
sealed by the designated officers untill result of the samples drawn is received.

3. After pre-dispatch samples are found standard, departmental nominated officers/committee will open the
seal in the premises of the firm/s in their presence and destination supply will be ensured with the copy of
pre-dispatch result. On the basis of this result Plant Protection Officers will accept the pesticides supplied
to destinations.

4. Testing cost of pre-dispatch/destination samples will be paid in advance by the supplier and in the mode
as required by testing laboratories.

Post Receipt Inspection-

1. After receipt of pesticides in the concerned districts, destination samples will be drawn by nominated
officers/committee. After receipt of standard test report, Consignee Receipt and Acceptance Certificate
(CRAC) will be issued.

2. In case after Pre-dispatch/destination test, pesticide is found substandard, supplier will take back entire
stock and replace it with new stock at their own cost. The new stock supplied will be tested again as per
above procedure and Consignee Receipt and and Acceptance Certificate by the consignee will be issued
only after test report being found standard.

3. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

6/8
4. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of Director Agriculture, U.P.
payable at Lucknow.
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.

5. Forms of EMD and PBG

Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). 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 EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date

6. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of Director Agriculture, U.P. payable at
Lucknow.
Bidder has to upload scanned copy / proof of the BC along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

7. Forms of EMD and PBG

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 Director
Agriculture, U.P. 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.

8. 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): Please see Buyer Specific ATC Details
Post Receipt Inspection at consignee site before acceptance of stores: Please see Buyer Specific ATC
Details

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.

7/8
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