You are on page 1of 11

Bid Number: GEM/2021/B/1659971

Dated: 10-11-2021

Bid Document

Bid Details

Bid End Date/Time 01-12-2021 10:00:00

Bid Opening Date/Time 01-12-2021 10:30:00

Bid Life Cycle (From Publish Date) 90 (Days)

Bid Offer Validity (From End Date) 60 (Days)

Ministry/State Name Ministry Of Home Affairs

Department Name Central Armed Police Forces

Organisation Name Central Reserve Police Force (crpf)

Office Name Dte. Genl.

Total Quantity 3666

Item Category T - Shirt Round Neck Disruptive Pattern - MHA (Q3) ()

Minimum Average Annual Turnover of the


6 Lakh (s)
Bidder

OEM Average Turnover (Last 3 Years) 36 Lakh (s)

Years of Past Experience required 3 Year (s)

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

Experience Criteria,Past Performance,Bidder


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

Past Performance 30 %

Bid to RA enabled Yes

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Time allowed for Technical Clarifications


3 Days
during technical evaluation

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method Total value wise evaluation

EMD Detail

1 / 11
Required No

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 14

(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
DIGP GC KKT
Group Centre, CRPF, Khatkhati, PO-Gautam Basti, Karbi Anglong district, Assam, Pin-782480
(Ravindra Kumar Sharma)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference 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

2 / 11
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 30% 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
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.

T - Shirt Round Neck Disruptive Pattern - MHA ( 3666 pieces )


(Minimum 50% Local content required for MII compliance)

Brand Type Unregistered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

SIZE Sizes Small (S), Medium (M), Large (L), Extra Large (XL),
Double Extra Large (XXL)

COMPOSITION Composition Poly-Cotton

3 / 11
Specification Specification Name Bid Requirement (Allowed Values)

PRINT/ COLOUR Print/ Colour CRPF Disruptive Print

TEST REPORT Availability of Test Report Yes


from NABL/ ILAC accredited
or Central Government Lab
to prove conformity of
products to the
specification

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

Consignees/Reporting Officer and Quantity

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

781017,Commandant 175 Bn,


Subhash Chandra CRPF, Rani Industrial area,
1 271 60
Sharma Rani, Kamrup, Assam, pin-
781017

781020,I.O.C. Complex, SEC-III,


2 Binoy Chettri 239 60
Noonmati, Guwahati(Assam)

110073,Commandant 200 Bn,


CRPF, P/S- Jaffarpurkalan, P.O-
3 Ghanshyam Behwal 239 60
Ujwa, Distt- South West Delhi,
New Delhi, Pin- 110073

833102,Commandant 60 Bn,
CRPF, Krishi Mandi, Podahat,
SDO. Complex, Asantalia,
4 Anand Kumar Jerai 239 60
chakradharpur, Dist- West
Singhbhum, Jharkhand, Pin-
833102

192303,HQ/178 BN , CRPF, Vill-


Reshipora, P.S-Zainapora,
5 Surjit Kumar 300 60
Distt- Shopian (J&K), pin-
192303

781316,Commandant 10 Bn,
Pradeep Singh
6 CRPF, BTC, Howly, Barpeta, 357 60
Garbyal
Assam- 781316

193101,Commandant 53 BN
7 Megh Raj CRPF, DPL, Baramulla, Jammu 357 60
Kashmir, Pin- 193101

4 / 11
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

191111,Commandant 25 BN
8 Rakesh Singh Joon 35 60
CRPF C/O 56 APO PIN -191111

822102,Commandant 112 Bn,


PRAMOD KUMAR
9 CRPF, Chiyanki, Daltonganj, 675 60
SAHOO
Palamu, Jharkhand- 822102

494444,The commandant -196


BN CRPF , Mahadev Ghati ,
10 Kewal Krishan 40 60
District - Bijapur (Chhattisgarh-
494444)

494444,Commandant 222 Bn,


11 Vinod Kumar Mohril CRPF, Unit HQ Nemaid, Bijapur, 35 60
Chhattisgarh- 494444

110096,Commandant 31 Bn,
Anand Singh
12 CRPF, Mayur Vihar, Phase-3, 35 60
Rajpurohit
Delhi-110096

782480,Group Centre, CRPF,


Ravindra Kumar
13 P.O.- Gautam Basti, Khatkhati, 174 60
Sharma
Assam, Pin- 782480

788030,Group Centre, CRPF,


14 Shahnawaz Khan Udarband, Dayapur, Silchar, 30 60
Assam, Pin- 788030

221007,Commandant 95 Bn,
CRPF, New pahariya Mandi
15 Anil Kumar Briksh 257 60
Sarnath Road, Pandey Pur,
Baranasi, U.P, Pin- 221007

781337,Commandant 136 Bn,


16 Ajit Sangwan CRPF, Sariahtoli, Milanpur, 232 60
Nalabari, Assam, Pin- 781337

781023,Group Centre CRPF 9th


17 Sudhakar Dubey mile PO- American District. 66 60
Kamrup Assam-781023

788030,CIAT School CRPF


18 M Mohan Silchar Dayapur Ubdarbond 85 60
Cachar Assam 788030

Special terms and conditions-Version:1 effective from 04-05-2020 for category T - Shirt Round Neck
Disruptive Pattern - MHA

1. After award of contract, when specified in the Bid, Seller shall have to get Advance Sample(s) approved by
the Buyer before starting Bulk Supplies. The Seller shall submit the Advance Sample(s) within 7 days from
the date of placement of the order. The buyer shall approve or otherwise the Advance Sample(s) within 7
days from the date of receipt of the Advance Sample(s).

Buyer Added Bid Specific Terms and Conditions


1. 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.

5 / 11
2. Generic

Bidders shall quote only those products in the bid which are not obsolete in the market and has at least 1
years residual market life i.e. the offered product shall not be declared end-of-life by the OEM before this
period.

3. Generic

Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.

4. Generic

Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.

5. 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.

6. Generic

Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address,
e-mail Id and Phone No. required to be furnished along with the bid.

7. Generic

While generating invoice in GeM portal, the seller must upload scanned copy of GST invoice and the
screenshot of GST portal confirming payment of GST.

8. Scope of Supply

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

9. 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): By any NABL Accredited Lab
Post Receipt Inspection at consignee site before acceptance of stores: Own Board of Officers

10. 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.

11. Certificates

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

12. Certificates

To be eligible for award of contract, Bidder / OEM must possess following Certificates / Test Reports on the
date of bid opening (to be uploaded with bid): Lab Test Report of the product conducted by any NABL
Accredited Lab after floating of this Bid..

6 / 11
13. 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.

14. 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 3 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 15
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.

15. Sample Clause

For clothing and allied items, if pre-dispatch Inspection clause has been selected in the Bid, the Inspection
Agency shall forward sample from the accepted lot duly identified/ sealed by it, as Reference Sample to
each consignee (one reference sample per consignee) for comparing the lot received at consignee end
with such reference sample. Such reference samples will be treated as part of supplied quantity from the
lot and cost shall be borne by the Buyer.

16. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of DIGP, GC, CRPF,
Khatkhati, Karbi Anglong (Assam) payable at Khatkhati (Assam), Bokajan (Assam), Dimapur (Nagaland).
After award of contract, Successful Bidder can upload scanned copy of the DD in place of PBG and has to
ensure delivery of hard copy to the original DD to the Buyer within 15 days of award of contract.

17. 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 DIGP, GC,
CRPF, Khatkhati, Karbi Anglong (Assam) 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.

18. Financial Criteria

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

19. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

7 / 11
(1) Successful L-1 Bidder has to submit 03 Nos. Advance samples to Buyer alongwith Lab Test Report of
the samples conducted by any NABL Accredited Lab within stipulated time for approval. In this regard,
acceptance certificate on Firm's letter pad to be submitted with the bid documents else liable for rejection.

(2) Ministries/Departments are exempted from submission of Bid security. Hence, bid security declaration
should be attached (proforma given below) alongwith bid documents else liable for rejection.

BID SECURITY DECLARATION CERTIFICATE

To,

The Dy. Inspector General,

Group Centre, CRPF,

Khatkhati, PO-Gautam Basti,

District – Karbi Anglong (Assam)

Pin - 782480

Sir,

Tender/Bid No………………………………………Dated……………………

Name of the Items/Stores : T-Shirt Round Neck Half Sleeves Disruptive

We, M/s……………………………………………..undertake that if we withdraw or modify our bid during the


period of bid’s validity, or if we are awarded the contract and we fail to sign the contract, or fail to submit a
Performance Security Deposit as per Terms and conditions of T/E as well as A/T before the deadline
defined in bids documents, then we are liable to be suspended for the period of 02 years from being
eligible to participate an submit bids for the T/E or any Contract with Procurement Entity(CRPF).

Yours Faithfully

(Signature of the Authorised Signatory of Bidder, with Official Seal)

(3) Pre-dispatch inspection at Seller premises (Fee/Charges to be borne by the SELLER): Before

dispatch, the goods will be inspected by Buyer / Consignee or their Authorized Representative or by
Nominated External Inspection Agency i.e. any NABL Accredited Lab (independently or jointly with Buyer
or Consignee as decided by the Buyer) at Seller premises for their compliance to the contract

8 / 11
specifications. Fee/Charges taken by the External inspection Agency (any NABL Accredited Lab) and any
external laboratories testing charges shall be borne by the SELLER. For inhouse testing, the Sellers will
provide necessary facilities free of cost. Seller shall notify the Buyer through email about readiness of
goods for pre-dispatch inspection and Buyer will notify the Seller about the Authorized
Representative/Nominated External Inspection Agency (any NABL Accredited Lab). The goods would be
dispatched to consignee only after clearance in pre-dispatch inspection. Consignee's right of rejection as
per GTC in respect of the goods finally received at his location shall in no way be limited or waived by
reason of the goods having previously been inspected, tested and passed by Buyer/ Consignee or its
Nominated External Inspection Agency (any NABL Accredited Lab) prior to the goods' shipment. While
bidding, the sellers should take into account 10 days FOR INSPECTION from the date of email offering the
goods for inspection. Declaration for Inspection Agency (PDI) form be submitted alongwith bid documents
else liable for rejection.

DECLARATION FOR INSPECTION AGENCY (PDI)

(On firm’s letter head)

I, ___________________(Name & Designation) of M/s. __________________ (Name of firm) hereby declare that, I
have understood that as per bid documents at column “Inspection Required” it is mentioned “No” which is
due to non-availability of name of the Inspection Agency at GeM System. I understand that, in fact
inspection is required and I have read the conditions mentioned in Bid Specific Additional Terms and
Conditions and agree to get the stores inspected before dispatch (PDI) from _______________ (authorized
Inspection Agency). It is at discretion of the buyer to associate their Board of Officer along with authorized
inspection agency.

Signature _________________________

Name of the firm ___________________

Designation _______________________

(4) Inspection and external laboratory testing charges shall be borne by the supplier and it shall not be
reimbursed at any point in time. Cost of inspection / testing shall be factored in by the supplier in the cost
of the product itself while submitting bid. Following are the tests that are required to be conducted during
pre-dispatch inspection: Lab test required as per latest QRs/ Specifications . INSPECTION AGENCY : The
inspection agency (any NABL Accredited Lab) will conduct the inspection and submit the certificate to the
supplier as well as the buyers. The bidder will be solely responsible for pre-inspected material for Quality
Assurance including pre-dispatch inspection/ testing at manufacturers site by any NABL Accredited Lab.

(5) A self undertaking certificate must be uploaded alongwith bid documents in Bidders Official letter head
regarding acceptance of GeM LD Clause & Arbitration Clause.

(6) Turn Over Criteria : The minimum average annual financial turnover of the offered product during the
last three years, ending on 31st March of the previous financial year (bidder to submit compulsorily last 3

9 / 11
financial years turnover i.e. financial year 2018-19, 2019-20 & 2020-21), 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.

(7) For fulfilling the experience criteria the following documents may be considered as valid proof for
meeting the experience criteria :-

(a) Purchase Order copy along with Invoice(s) and documents that supplies against the invoices have been
executed e.g. Third Party Inspection release note, CRAC, LCR, I/Note.

(8) Bidder should submit a certificate abiding Code of Integrity for Public Procurement (CIPP) (Rule-175 of
GRF 2017 & Rule-3.2 of Manual for Procurement of Goods 2017) in firm’s letter head alongwith bid
documents, else liable for rejection/disqualification for further proceedings.

(9) This bid is floated on “No Cost, No Commitment (NCNC)” basis.

(10) Bidder should submit compulsorily copy of PAN Card, Aadhaar Card, GST Registration copy & Udyog
Aadhaar copy of the product category.
.

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 specification 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.

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---

10 / 11
11 / 11

You might also like