You are on page 1of 10

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3398093
Dated/ दनांक : 04-05-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 23-05-2023 11:00:00

Bid Opening Date/Time/ बड खुलने क


23-05-2023 11:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Home Affairs

Department Name/ वभाग का नाम Central Armed Police Forces

Organisation Name/संगठन का नाम Central Reserve Police Force (crpf)

Office Name/कायालय का नाम Dte. Genl.

Total Quantity/कुल मा ा 2612

Item Category/मद केटे गर synthetic web equipment improved version (Q3)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 10 Lakh (s)
वा षक टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


32 Lakh (s)
उपकरण िनमाता का औसत टनओवर (गत 3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Document required from seller/ व े ता से मांगे Certificate,OEM Annual Turnover
*In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Past Performance/ वगत दशन 50 %

Bid to RA enabled/ बड से रवस नीलामी स य कया Yes

1 / 10
Bid Details/ बड ववरण

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Estimated Bid Value/अनुमािनत बड मू य 1070920

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 3.00

Duration of ePBG required (Months)/ईपीबीजी क


4
अपे त अविध (मह ने).

(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
Comdt. (Prov/Accts)
O/O IGP, Sector HQR Dehradun, CRPF, Deep Nagar Road, Vishnu Vihar, Dehradun, Uttarakhand.
(Anil Dhyani)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

2 / 10
MSE Purchase Preference/एमएसई खर द वर यता Yes

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. 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.
5. 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.
6. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
7. 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.

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

3 / 10
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.

Synthetic Web Equipment Improved Version ( 2612 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Brand Type/ ांड का कार Registered Brand

Technical Specifications/तकनीक विश याँ

* As per GeM Category Specification/जेम केटे गर विश के अनुसार

Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed


Specification
नाम Values)/अनुमत मू य

Specification & Description of Item Pouches Ammunition-Common Style (Spares for


Description Synthetic Web Equipment-Improved Version)
Conforming to Specification No. DMSRDE/T&GS/99
/440(a)

Disruptive pattern Design of the disruptive pattern Yes


and colour and colour /shade , including
Spares/Components shall be as
per Buyers requirement.

Test Report Test reports to be furnished to Yes


buyer on demand, if claimed to
be available

ADVANCE SAMPLE Agree to provide Advance Yes


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

Additional Specification Documents/अित र विश द तावेज़

Applicable Specification
View
Document

4 / 10
Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 Subhash Chander 244901,GC CRPF RAMPUR (U.P) 873 60

263126,Group Centre CRPF


2 Satish Kumar Linda ,Golaparsultan-Gagari, 1739 60
Kathgodam

Special terms and conditions-Version:1 effective from 04-05-2020 for category synthetic web
equipment improved version

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

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

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. Sample Clause

After award of contract – Successful Bidder shall have to get advance sample approved from buyer before
bulk manufacturing / starting bulk supplies. Successful Bidder shall submit

04
samples for Buyer's approval, within 15 days of award of contract. Buyer shall, as per contract
specifications framework, either approve the advance sample or will provide complete list of modification
required in the sample within 7 days of receipt of advance sample. Seller shall be required to ensure
supply as per approved sample with modifications as communicated by Buyer. If there is delay from buyer
side in approval of advance sample – the delivery period shall be refixed without LD for the period of delay
in sample approval. In case, the sample is found to have major deviations / not conforming to the Contract
specifications, the buyer at its discretion may call for fresh samples for approval before allowing bulk
supplies or may terminate the contract after notifying the deviations to the seller.
Unless otherwise provided in the contract, all samples required for test shall be supplied by the contractor
free of cost. Where under the contract, the contractor is required to submit an advance sample, any
expenses incurred by the contractor on or in connection with the production of stores in bulk, before the
sample has been approved unconditionally shall be borne by the Seller and he shall not claim any
compensation in the event of such sample being found unacceptable by the Buyer / Consignee.

4. 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

5 / 10
DIG(Prov/Accts) DDS HQR CRPF, DEHRADUN
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.

5. 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.

6. Certificates

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

7. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

8. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1 Bidders are required to go through the QRs/Specification of “Pouches A


mmunition” issued by MHA vide letter No. U-II-98(Spec)/2013-14-Prov/
MHA-Prov-I dated 11/02/2014 and participate in the bid accordingly. Q
Rs/Specification is available on CRPF website and GeM Portal.
2 While generating invoice in GeM Portal, the seller must upload scanne
d copy of GST invoice and the screenshot of GST portal confirming pay
ment of GST.
3 Pre-Dispatch Inspection:-
Pre-Dispatch Inspection is to be carried out by MSME /Excel Survery
ors Pvt. Ltd. and cost of inspection charges to be borne by the seller.
PDI will be carried out at firm’s premises as per approved specification
after giving 15 days advance notice through mail/letter by the buyer. If
the store is found inferior and not confirms to specification during PDI,
the entire consignment will be rejected at the cost, risk and freight of t
he supplier.

6 / 10
4 Advance sample clause:-
Successful OEM is required to submit advance sample of 04 Nos of go
ods free of cost to buyer within 15 days of award of contract for approv
al by the buyer. Lab Testing report of advance sample of bid store shall
be done mandatorily from MSME /Excel Surveryors Pvt. Ltd.
Supplier firm should ensure that advance sample to be submitted by th
em for buyer approval, fully confirm to all the parameters of the QRs/S
pecification of store. Lab test report in this regard should be endorsed
with advance sample as mentioned above. Lab test charges, if any inc
urred towards testing of advance sample shall be borne by the supplier
firm.

5 Liquidated damages:-
If the seller fails to deliver any or all of the goods / service within the or
iginal /re-fixed delivery period specified in the contract, the buyer will
be entitled to deduct/recover the liquidated damages for the delay, unl
ess covered under Force Majeure conditions aforesaid, @0.5% (Half) p
er cent of the prices of any portion of stores delivered late, for each we
ek or part thereof of delay. The total damages shall not exceed 10(Ten
) per cent of the value of delayed goods as pr Para- 9.7.10 of Manual fo
r Procurement of Goods -2017.
6 Termination of contract clause.
Time shall be essence of the contract. The purchaser shall have the rig
ht to terminate this contract without any notice in part or in full in any
of the following cases:-
i) The delivery of the material is delayed for causes not attrib
utable to Force Majeure after the scheduled date of delivery.
ii) The seller is declared bankrupt or become insolvent.
iii) The delivery material is delayed due to causes of Force Maj
eure be more than 60 days.
iv) In case Performance Bank Guarantee (e-PBG) is not furnish
ed within 15 days form the date of issuing of contract/supply
order, appropriate action will also be taken against the firm.

7 Certificates:-
Firm must ensure to furnish the required Lab Test certificate from any
NABL accredited Lab (Not older than one year from the bid ope
ning date) meeting the all parameters of specification of bid item alo
ng with bid documents.
8 Firm should submit a MII certificate showing clear percentage of local c
ontents with details of locations where this value addition is made.
9 Firm must ensure to submit GST certificate and amendment along with
bid documents.

7 / 10
10 As per provision contained in Para- 3.2.3(ii) of Manual for Procurement
of Goods-2017, any bidder must declare, any previous transgressions o
f such a code of integrity with any entity in any country during the last
three years or of being debarred by any other Procuring Entity. Failure
to do so would amount to violation of this code of integrity.

Besides, Firm should also be submitted undertaking/affidavit on duly n


otarized on Rs. 100/- e-stamp paper that firm has not submitted fake/
misleading documents while participating in any bid in last three years
and their documents have not been found fake/misleading by Central/S
tate Govt. organization/PSU/Public Listed Company.

11 Firm should mandatorily submit complete UDYAM Registration Certific


ate duly incorporated name of goods with all connected Annexures of
UDYAM registration certificate failing which their offer shall liable to be
ignored/rejected.

12 The Firm must participate with Registered brand on GeM Portal and do
cuments in connecting with Trademark of same brand required to be s
ubmitted failing which the offer shall be rejected at initial stage.
13 Firm should submit an /affidavit on duly notarized on Rs. 100/- e-stamp
paper that business dealings with its firm have not been banned /susp
ended /blacklisted/Disabled by any Min./Deptt of supply/Min. of Home
Affairs on GeM Portal.
14 Firm should submit an undertaking that raw materials are held in stock
sufficient for the manufacture of the stores.
15 Firm should mandatorily submit an undertaking that they have not sub
mitted any false/forged/manipulated /misleading documents in that ins
tant bid i.e. GeM bid No. ……………………………………………….dated …
………………………………..
16 Firm will upload a self declared certificate on its letter head stating tha
t its firm has not been blacklisted by any Govt./PSU agencies during las
t three years and also not under liquidation/Court receivership/similar
proceedings.
17 Firm should submit details of production capacity of bid item with the e
xisting plant and machinery:-
a) Normal (per month)____________________
b) Maximum (per month)__________________
18 Firm are requested to go through the terms and conditions carefully an
d accordingly submit all the documents/certificates as called for in the
bid, failing which their offer shall liable to be ignored/rejected.

8 / 10
19 Filed ITR for last 03 Financial years i.e. 2019-20, 2020-21 & 2021-22 a
nd GSTR- 3B of last Six Months from the date/month of publication of b
id.

20 Delivery period will be re-fixed from the date of approval of Advance S


ample.
21 Adhar Card & PAN Card are required to be submitted with bid docume
nts.
22 Bidder/firm will ensure to upload the required bid documents in single
copy only. No unwarranted documents be sent to avoid of time, energy
and stationary.
.

Disclaimer/अ वीकरण

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
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/ यह बड सामा य शत के अंतगत भी शािसत है

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

9 / 10
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./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

10 / 10

You might also like