You are on page 1of 8

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3504197
Dated/ दनांक : 07-06-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 19-06-2023 11:00:00

Bid Opening Date/Time/ बड खुलने क तार ख/समय 19-06-2023 11:30:00

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Tripura

Department Name/ वभाग का नाम Police Department Tripura

Organisation Name/संगठन का नाम N/a

Office Name/कायालय का नाम Office Of The Director General Of Police, Agartala, Tripura

Total Quantity/कुल मा ा 4

Item Category/मद केटे गर Inflatable Tent (Q3)

Minimum Average Annual Turnover of the


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

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 2 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years Of


Experience/अनुभव के वष से एमएसई छूट/ and Yes
Turnover/टनओवर के िलए एमएसई को छूट ा है

Startup Exemption for Years Of


Experience/अनुभव के वष से टाटअप छूट/ and Yes
Turnover/ टनओवर के िलए टाटअप को छूट ा है

Experience Criteria,Past Performance,Bidder Turnover,OEM


Authorization Certificate,OEM Annual Turnover
Document required from seller/ व े ता से मांगे *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 10 %

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

RA Qualification Rule H1-Highest Priced Bid Elimination

Type of Bid/ बड का कार Two Packet Bid

1/8
Bid Details/ बड ववरण

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)

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

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

MSE Purchase Preference/एमएसई खर द वर यता 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

2/8
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.
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% 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 % 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. 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

Inflatable Tent ( 4 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)

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

3/8
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

GENERIC Tent size (outer side 14 Feet X 10 Feet X 7 feet X 28 Cm


dimension of the tent)
(Length X Width X Height at
ridge X Minimum Diameter
of the inflatable arc)

Tent structure Two doors and two windows – doors and windows can
be rolled up (if required) and are equipped with a
mosquito net – the door and window closing
mechanism will be fitted with heavy duty nylon zips
and Velcro taps (for tent of 14 feet length)

Design/drawing of inflatable As per drawing – uploaded at QR/Spcn (for 14 feet


tent length)

Maximum time required for 10 minutes with the help of two persons (for 14 feet
complete erection of tent length)

Each tent supplied with 10 numbers MS pegs –12 numbers Polyester rope (3.5
mtr each) – 8 numbers. Aluminium pipes – electric air
blower – foot pump – hammer – repair kit for the
stability of the inflated tent during torrential rain and
thunderstorm (for 14 feet length)

Structure design (tent frame Three numbers of individual inflatable air chambers
and tent skin) NOTE : (arch) made out of one side hypalon coated polyester
ARCHES WILL BE fabric and inside neoprene coated having minimum
PERMANENTLY ATTACHED 1000 GSM ± 50 GSM and the canopy will be one sided
TO THE TENT COVER AND PU coated polyester fabric and the floor fabric will be
FLOOR both sides PVC coated polyester fabric (for 14 feet
length)

Colour As per buyer’s choice

Operating working pressure of 2.5 psi (pounds per square inch) and there will be no
the tent leakage on the joints

Approval of Advance sample After award of contract - Seller shall have to get proto
before Bulk Supply type Advance sample approved from Buyer before
manufacturing / starting Bulk supplies - Buyer shall
approve / provide list of modifications required within
10 days of offer of advance sample - If there is delay in
approval of advance sample from Buyer side - the
delivery period shall be regularized for the period of
delay in sample approval

MATERIAL Tent frame material One side hypalon coated polyester fabric and inside
neoprene coated having minimum 1000 GSM ± 50
GSM (for 14 feet length)

ACCESSORIES Aluminium pipes 8 numbers Pipe having length of 1.7 mtr to 1.8 mtr –
MATERIAL Outer dia 31 mm minimum with 2 mm Wall thickness
(for 14 feet length)

MS peg 10 numbers having 300 mm length with 18 mm dia


conforming to IS 1875 – latest (for 14 feet length)

Foot pump 1 number (for 14 feet length)

DIMENSION Doors dimension (minimum) 6 ft. Height x 3 ft. Width

Windows dimension (minimum) 600 mm height x 550 mm width

4/8
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

PACKING Packing size(approx) 140 Cm X 70 Cm X 40 Cm

Total weight of product 72 Kgs (for 14 feet length)


(including packing
accessories)

WARRANTY AND Guaranty certificate will be Yes


GUARANTY provided along with each
tent

CERTIFICATION Tensile strength of the arch 350 Kgs minimum (for 14 feet length)
fabric in warp direction

Tensile strength of the arch 350 Kgs minimum (for 14 feet length)
fabric in weft direction

Additional Specification Parameters - Inflatable Tent ( 4 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Colour Olive Green

Manufacturer’s material test


Yes
certificate to be provided

Modular Tent for use as an emergency residential service / medical triage


Scope centre / storage for disaster relief equipments etc. with fast deployment
response.
* Bidders offering must also comply with the additional specification parameters mentioned above.

Additional Specification Documents/अित र विश द तावेज़

Applicable Drawing Document View

Applicable Specification
View
Document

Verified and Signed Tp


View
document

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

5/8
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

799003,Office of the SP
Bikash Mani
1 (Procurement) A D Nagar Police 04 45
Murasing
lines A D Nagar Agartala

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. Scope of Supply

Scope of supply (Bid price to include all cost components) : Only supply of Goods

3. 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.

4. 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

15
samples for Buyer's approval, within 7 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 10 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.

5. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Sl.No Parameters Recommended specification


01 GENERIC
Scope Modular Tent for use as an emergency residential service /
medical triage centre / storage for disaster relief equipment
s etc. with fast deployment response
Colour Olive Green

6/8
02 MATERIAL
Tent skin material(used for the One sided PU coated polyester fabric of minimum 240 GSM
canopy) ± 20 GSM weight
Floor fabric material Both side PVC coated polyester fabric of minimum 550 GSM
± 50 GSM weight
03 ACCESSORIES MATERIAL
All measure item standards Conforming to as per relevant IS standards
PP rope 12 numbers (each of length 3.5 meter)
Aluminum pipes 8 numbers Pipe having length of 1.7 mtr to 1.8 mtr – Outer
dia 31 mm minimum with 2 mm Wall thickness (for 14 feet l
ength)
MS peg 10 numbers having 300 mm length with 18 mm dia confor
ming to IS 1875 – latest (for 14 feet length)
Nylon Zips and Velcro tapes 2 feet with runner &Velcro and 6 feet with runner &Velcro
Hammer 1 number of 1 kg self weight
Foot pump 1 number (for 14 feet length)
Repair kit Comprises of 6 numbers patches- 250 mm adhesive with h
ardener – 1 number roughing and 1 number wooden spatul
a
Packing valise 2 numbers
04 DIMENSION
Doors dimension (minimum) 6 ft. Height x 3 ft. Width
Windows dimension (minimum 600 mm height x 550 mm width
)
05 PACKING
Packing size(approx) 140 Cm X 70 Cm X 40 Cm
Total weight of product (includi 72 Kgs (for 14 feet length)
ng packing accessories)
WARRANTY AND GUARANTY
06 Guaranty certificate will be pro Yes
vided along with each tent
CERTIFICATION
07 Tear strength of arc fabric in w 10 Kgs minimum
arp direction
Tear strength of arc fabric in w 10 Kgs minimum
eft direction
Manufacturer’s material test c Yes
ertificate to be provided
.

6. 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.

7. Warranty

Warranty period of the supplied products shall be 1 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.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent

7/8
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
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---

8/8

You might also like