You are on page 1of 10

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3966689
Dated/ दनांक : 15-09-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 25-09-2023 15:00:00

Bid Opening Date/Time/ बड खुलने क तार ख/समय 25-09-2023 15:30:00

Bid Offer Validity (From End Date)/ बड पेशकश


30 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Defence

Department Name/ वभाग का नाम Department Of Military Affairs

Organisation Name/संगठन का नाम Indian Army

Office Name/कायालय का नाम ***********

Custom Bid for Services - Consultancy services for


Item Category/मद केटे गर preparation of structural design detailed estimate and yard
stick at AF stn Jamnagar

Contract Period/अनुबंध अविध 1 Month(s)

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 Turnover/टनओवर के िलए


Yes
एमएसई को छूट ा है

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Bidder Turnover,Certificate (Requested in


ATC),Additional Doc 1 (Requested in ATC)
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

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

Time allowed for Technical Clarifications


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

Evaluation Method/मू यांकन प ित Total value wise evaluation

1 / 10
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 Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन 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. Years of Past Experience required: The bidder must have experience for number of years as indicated above in
bid document (ending month of March prior to the bid opening) of providing similar type of services to any Central /
State Govt Organization / PSU / Public Listed Company. Copies of relevant contracts / orders to be uploaded along
with bid in support of having provided services during each of the Financial year.
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 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 service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price within L-1+
15% of margin of purchase preference /price band defined in relevant policy, then 100% order quantity will be
awarded to such MSE bidder subject to acceptance of L1 bid price. OM_No.1_4_2021_PPD_dated_18.05.2023 for
compliance of Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012 and
Public Procurement (Preference to Make in India) Order, 2017.
4. 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.
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.

6. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting

2 / 10
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

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

Introduction about the project /services being proposed for procurement using custom bid
functionality:1694769442.pdf

Scope of Work:1694769496.pdf

Special Terms and Conditions (STC) of the Contract:1694769512.pdf

Service Level Agreement (SLA):1694769518.pdf

Payment Terms:1694769525.pdf

GEM Availability Report ( GAR):1694769533.pdf

Custom Bid For Services - Consultancy Services For Preparation Of Structural Design
Detailed Estimate And Yard Stick At AF Stn Jamnagar ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Description /Nomenclature of Service Proposed for Consultancy services for preparation of structural design
procurement using custom bid functionality detailed estimate and yard stick at AF stn Jamnagar

Regulatory/ Statutory Compliance of Service YES

Compliance of Service to SOW, STC, SLA etc YES

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

The quantity
of
Consignee procurement
S.No./ . Reporting/Officer/ Additional
"1" indicates
परे षती/ रपो टग Address/पता Requirement/अित र
सं. Project
आव यकता
अिधकार based or
Lumpsum
based hiring.

1 *********** ***********JAMNAGAR 1 N/A

3 / 10
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised quantity
or duration

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. Generic

Registration / Empanelment Requirement: Contract shall be awarded to only such sellers , who are
registered / empanelled / approved / enlisted with

MES or NABL Approved


for the required goods / service category on the date of bid opening. Prospective bidders (if not already
registered), are advised to get themselves registered with the said registration authority before bid opening
date. (It is certified that the registration is granted by the registering agency as per Rule 150 of GFR following
a fair, transparent and reasonable procedure.)

4. Generic

1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.

5. Buyer Added Bid Specific Scope Of Work(SOW)

Text Clause(s)

SCOPE OF WORK

Ser Description of Work Brief description of work A/u Qty


No

4 / 10
1 Consultancy services f Structural Drawings:- Sqm 358.90
or living in billets for A
ir Warriors and DSC p (a) Preparation of Structural Drawings in r/o
ersonnel at AF Stn Ja following works as per IS Code – 456 and other
mnagar relevant codes including vetting of drawings fr
om Govt IITs / Govt Engineering College as per
Line Plan.
(b) Preparation of detailed estimate and Yardst
ick for all the buildings as per the approved arc
hitectural, structural drawings as per MES SSR
2020.

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. Service & Support

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

8. 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.

9. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

ADDITIONAL TERMS AND CONDITIONS FOR JOB ORDER

Name of Works: - Construction of living in billets for Air Warriors and DSC personnel at AF Stn Jamnagar.

Authority: - TS No 02 issued by CWE (AF) Jnr vide letter No 27060/27/E2 dated 06 Sep 2023 for Soil testin
g

1. Scope of Work: This Job work / GeM contract comprises preparation of structural drawing/design,
detailed estimate and Yardstick as per IS Code 456 and other relevant code as applicable including vetting a
s indicated in SoW, ATC and description of work.

2. Structural Design and drawings shall comply the following terms & conditions, if applicable:-

(a) Structural designing and drawings of certain bldgs shall be done on Auto CAD.

(b) The consultant must familiarize himself with the general format of structural drawings followed in

5 / 10
this deptt and prepare the drawings accordingly.

(c) Full detail and specification without any ambiguity shall be given for the structural drawing.

(d) Preparation of str drs on STAAD PRO based on the approved structural drawings and design data
as per the relevant codes. The structural drawing shall be checked/vetted from Govt Engineering College or
Govt body as mentioned in scope of work.

(e) The consultant shall ink sign on each and every page of the structural designing/drawings paper
s /folder/estimate as a token of confirmation/authentication.

(f) The vetting authority shall ink sign all the structural drawings design papers/folders as a token of
confirmation of vetting.

(g) Before final submission one copy on white paper shall also be submitted.

3. Submission of Final report: Consultant shall submit the following detail in original duly signed: -

(a) One set of preliminary SBC report shall be submitted before start of structural design and one set shall b
e attached with final structural design report, detailed estimate/yardstick of this works calculation in hard co
py in spiral binding.

(b) One set of white print and one set on tracing film of A1 size or as per consignee instructions.

(c) Hard copy of STAAD Pro model input and analysis and design output files.

(d) Soft copy of STAAD Pro model with all members design in the form of input and output date file.

(e) Following to be submitted by GE: -

(i) Along with the original report in hard copy as well as soft copy, the consultant shall s
ubmit one copy of complete design calculations duly quoting respective clause numb
ers of relevant IS codes for each and every calculation input. The report alon
g with above documents shall be submitted to E-2 Section of CWE Office. Consultant
must certify for soundness of design & drawing, adhere to NBC norms, statutory orde
rs, regulation, latest codes provisions, seismic zone criteria, suitable load combinatio
n for all member and sound engineering practice.

(ii) A certificate from the vetting institute shall be submitted that all details have been t
horoughly checked and are in compliance to standards, codes and regulations in resp
ect of safety, soundness and economy.

4. Time Schedule:

Following shall be the time schedule for completing the work after issue of job order: -
(i) Collection of all preliminary details, discussion on structural point -01 week.
(ii) Preliminary detail analysis, detail of structural drg etc as per above para-02 week.
(iii) Time for completion of the whole job – 30 days.
(iv) Even after submission of complete design & drgs, deptt takes the right to call the consultant
for PIP discussion/Presentation. Also any discrepancies are noticed or any alteration are mad
e in design due to ground requirement after submission of design or during tendering & exec
ution, consultant shall be called for carrying out necessary correction/rectification on his own
expense. No charges shall even be paid for such cases.

5. Penalties: In case of failing of Consultant to render the job to the satisfaction of the Client as ag
reed upon, the deptt has right to cancel the job Order without any further correspondence after completion o
f original period of the Job. In such situation, no payment what so ever the job carried out by the consultant s
hall be demand. However, in case of delay in submission of final details as per a/m para 4 (iv) but consultant
in writing assures to the client to submit the same with accepted delay, following penalties will be levied: -
(a) Deduction of 4% per week or part there of the total Job Order amount.
(b) Max penalty of 20% if submitted within six weeks after actual job period.

(c) No penalties shall be levied in case of delay in finalization and submission of design if found delay due
to non-furnishing of details / structural drgs, revision of plan or Structural drgs etc by the deptt.

6 / 10
6 Payment Instructions: -

(a) Payments shall be made on completion / partly complete order as specified and acceptance of drgs by
the authorize Reps detailed by the consignee or his superior HQ.

(b) Prescribe Per-stamped/Per-receipt bills in triplicate will be submitted to the paying authority after
fulfilling above.
(c) Bills will be subject to pre-audit by associated finance.
(d) Original copy of supply order will be attached with the bill.
(e) Where GST is charged, the supplier will quote his GST Registration No.
(f) Payment will be made through A/c. Payee cheque only.
(g) The quoted rate should include all the taxes including GST.

ADDITIONAL TERMS AND CONDITIONS FOR JOB ORDER

(i) Contactor / consultant will be liable of any defect / damage detected in the designed infrastruct
ure during its design life and the same is attributed to faulty drawing / design
(ii) The vetting of design and drawings and its report should be from designated institute (Duly sig
ned by authorized signatory on behalf of the institute) and not from the professor / individual th
e institute in his personal capacity.
(iii) The vetting agency will also be liable and answerable for any deficiencies detected during desig
n life of the building / structure and will be called upon to address such issued, if any.
(iv) Structural analysis and design shall be done on latest Version of STAAD.
(v) The design shall confirm to latest IS : 1892-1979 (Reaffirmed 2002), IS : 4326, IS : 456 and oth
er relevant codes as applicable.
(vi) The structures/buildings fall in Earthquake Zone as applicable.
(vii) Structural design shall be got vetted by consultant from IIT/Govt Engineering collage.
(viii) The consultant shall provide the STAAD file, Auto CAD drawings in soft copy (CDs) in DWG form
at also.
(ix) The consultant shall draw the drawings to the scales.
(x) The consultant shall, on development and approval of drawings by the client, submit one set of
hard copy of original structural drawings duly vetted of IIT/Govt. Engineering collage and drawin
gs in CDs (TWO Nos).
(xi) Any amendment required during tender presentation and later date during execution shall be
made by the consultant and requisite copies of the amended sheets shall be submitted to the cl
ient for issue of same to tenderers and free of cost clarifications, if any, during execution till co
mpletion of the projects.
(xii) If there is any change in the architectural and structural requirement during execution of work,
drawings will be updated simultaneously without any claim of extra expenditure/charges to Gov
t and the rate quoted shall deemed to include this provision.
(xiii) All the architectural and structural drawings should be complete in all respects and convey all d
etails unambiguously as per sound architectural and structural practice, zonal specifications, Ty
pical drawings, IS provisions and any relevant ground data complete.
(xiv) All the drawings shall be finalized to the entire satisfaction of the department after and with due
interaction with GE / CWE.
(xv) The work will be completed within 30 days from the date of issue of work order.
(xvi) Payment shall be made on successful completion of consultancy when certified by the AGE / GE
/ CWE after satisfying that the entire job work has been completed.
(xvii) Original copy of Work order will be attached with the bill.
(xviii) Prescribed pre stamped, pre receipted bill in triplicate will be submitted to the paying authority
after fulfilling conditions as mentioned above.
(xix) All the drawings shall be finalized to the entire satisfaction of the department after and with due
interaction with GE / CWE.
(xx) All the developed architectural drawings and redesigned structural drawings of project should b
e completed in all respect and convey all details unambiguously as per sound architectural and
structural practices, Zonal specification, Typical drawings, IS provision and any relevant ground
data complete.
(xxi) In case consultancy work is not completed within the stipulated period, the order may be cancel
led without any liability, whatsoever towards the department.
(xxii) The following structural details shall be adopted for design:

7 / 10
(a) RCC M25 (Design Mix)/M30 (Design Mix) as applicable.
(b) Reinforcement Fe-500 D (TMT Bars)
(c) Seismic design for Zone as applicable
Zone
(d) SBC of soil Geotechnical examination of soil structure shall be done by th
e consultant with trial pits and tests as elaborated in SoW and
submit SBC report as per IS 1892:1979 with subsequent revisi
ons.
Structural drawings details shall be as per SP-34 and relevant IS codes including schedule of f
(xxiii) oundation, columns, beams and slabs

The following requirement shall be met with while preparation of structural drawings: -
(xxiv)

(a) The consultant shall develop structural redesign and drawings confirming to latest
(xxv) version of relevant BIS codes. The analysis and design shall be carried out using lat
est versions software STADD PRO.
(b) The design concept and plans shall be got approved for every building / structure f
orm the client before commencement of design. The computer print of structural la
yout plan must show the umber. Clarification shall be obtained immediately in case
of any need.
(c) The design folder(s) and computer printout(s) shall be submitted in original duly sig
ned by the consultant to the client.
(d) Every sketch shall be given a serial number so that it can be uniquely referred to al
ong with sheet No as per practice approved by the client. Reference number shall
be taken by the consult from client.
(e) Schedule of beams, slabs, columns and footing can be given in tabulated form with
one typical sketch of each type.
(f) The consultant must familiarize himself with the general format of structural drawin
gs followed in the office of the client and prepare his drawings accordingly.
(g) The structural drawings should give foundation plans, floor plans, roof plans details
of portal, details of joints, connection, details of welding etc., if any.
(h) Detailing of reinforcement bars must be given exhaustively and clearly so as to be
totally unambiguous for executives.
(j) Design of floors of all types and pavements shall also be given.
(k) Soil investigation report of the proposed site shall be submitted by the consultant a
nd any further information required for soil investigation / geotechnical data, if nee
ded, the same shall be carried out by the consultant.
(xxvi) The consultant shall maintain continuous and personal interaction with the office of concern
GE/DCWE/CWE and to the extent required for finalization of drawings and consultancy.
(xxvii) Any data not available with client shall be obtained by the consultant through his own source
s without any extra cost to the client.
(xxviii) All redesigned structural drawings shall be prepared as per standard structural norms and no
tations etc as followed by client. Analysis and redesign of structures shall be as per revision of
IS-456:2000, IS-800:2008, IS-1983:2016 and IS-13920:2016, SP-38 including other relevant BI
S codes with loading in accordance to IS-875.
(xxix) The consultant shall submit detailed structural redesign and drawings based on approved stru
ctural drawings to the client for checking. Rep of consultant / designer will be made available
by the consultant during checking for necessary clarification / explanation to the client at the
appointed time. The modification / changes as suggested by the client shall be incorporated a
nd final approval drawings shall be submitted.

(xxx) A typical set of architectural drawings and structural drawings can be examined in the office o
f the client to obviate any ambiguity in the requirement of the client. All drawings shall be pre
pared on AUTO CAD in DWG format and soft copy in computer CDs (Two Nos) will be submitt
ed along with original drawings.
(xxxi) The calculation sheets, drawings, reports and all other documents provided by the consultant
in terms of this agreement to the client shall remain / become the property of the client and t
he client shall have full right to use them in any manner for the project or for any other purpo
se at the client sole discretion.

8 / 10
(xxxii) The consultant shall use the data and other information supplied by the client solely for the p
urpose of performing and carrying out his obligations under this consultancy agreement and s
hall not disclose the same to any person except to the extent required in performance of the
work of the project and shall maintain most secrecy. Consultant shall treat the quotation docu
ments and contents thereof as confidential.
(xxxiii) The consultant shall not without the consent in writing of the client publish any article or phot
ograph in any form relating the project.
(xxxiv) A list of drawings building wise shall be prepared after completion of all drawings as per samp
le. Each drawing shall be allotted number & sheet No by the client and the same shall be inco
rporated by the consultant in the respective drawings.
(xxxv) Any amendment required during tender presentation and on later dates during execution shal
l be made by the consultant and requisite copies of the amended sheets shall be submitted fr
ee of cost clarifications, if any, during complete execution till completion of the project.
(xxxvi) The consultant will be held responsible for any structural failure / building distress caused du
e to faulty design. In the event of defective design noticed during execution consultants shall
be charged liquidity damage at the of 10% of the cost of deviation order necessitated due to r
evision of drawings. However, in case of minus deviation, no liquidity damages shall be recov
ered from consultants.
(xxxvii) Consultants will be held accountable of delays in providing the final design. Compensation at
the rate of Rs.10,000/- per week of delay shall be levied on the consultant.
(xxxviii) All the details required by the consultant to carry out the structural works shall be provided b
y AGE / GE / CWE and E6 Section.
(xxxix) All the drawings shall be finalized to entire satisfaction of the department after and with due i
nteraction with GE /CWE/CE.

10. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at following
address

GE (AF) No 2 Jamnagar
*
*
*
*
.

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.

9 / 10
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 governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in 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./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