Professional Documents
Culture Documents
GeM Bidding 5407142
GeM Bidding 5407142
GEM/2023/B/4036254
Dated/ दनांक : 05-10-2023
1 / 12
Bid Details/ बड ववरण
(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।
(b). 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 :
Manager
08 Tilak marg Dalibagh Lucknow
(Manager, Up Matikala Board Lucknow)
Splitting/ वभाजन
2 / 12
MSE Purchase Preference/एमएसई खर द वर यता
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. 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. 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.
4. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services
over the last three years i.e. the current financial year and the last three financial years(ending month of March
prior to the bid opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the
estimated cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated
cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated
cost.
The Bidder must have successfully executed at least XX projects of any value in past 3 years of
providing similar services to Central/State Government, PSUs or any other government
organizations:Fulfill terms and conditions
During the (full) duration of contract or contract period Service provider must have a dedicated
team of manpower strength of XX to conduct events:Fulfill terms and conditions
Specification Values
Core
State NA
District NA
pincode NA
3 / 12
Specification Values
Coverage of the event Photography , Report Writing , Videography , Webcasting Open for all
Lunch , Water Bottles , Separate space for lunch/dinner of the Chief Guest/
Boarding
Resource Persons
Seating arrangement Classroom style , Board Room , Cluster/Banquet Seating , Theatre Style
Addon(s)/एडऑन
Consignee
S.No./ . Reporting/Officer/ Number of Additional
परे षती/ रपो टग Address/पता event to be Requirement/अित र
सं. organized आव यकता
अिधकार
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.
4 / 12
Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). The bank should certify on it that the deposit can be withdrawn only on the demand
or with the sanction of the pledgee. For release of EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date
5 / 12
6 Water Arrangeme Ø There should be proper and sufficient arr
nts angement of water for drinking and other
purposes.
7 Boundary
As per Requirment
6 / 12
11 Fire Fighting arra Ø Proper fire fighting arrangements have to
ngements be made as per guidelines of fire departm
ent.
15 Hoardings
7 / 12
21 Female promoter Ø Two female promoter for exhibition ingua
and ration and momento\award presentation
Announcer etc
8 / 12
mittee. After evaluation of technical offers, qualified firm will be selected for
opening of their financial offer.
Stage II; The financial offer of the qualified firms in technical offer evaluatio
n will be opened and fabricator will be selected.
The selected fabricator shall have to enter into an agreement on stamp pap
er of Rs. 100/- with U.P. MATIKALA BOARD at the time of award of work whic
h shall contain the specific terms & conditions governing the contract.
The decision of U.P. Matikala Board with regard to selection of the fabricator
will be final and binding and no communication in this regard will be entertai
ned.
U.P. Matikala Board reserves the right to accept any tender/ offer or reject a
ny for all offer fully or partially without assigning any reason, thereof.
TIME FOR COMPLETION OF WORK
The fabricator selected for the execution of the job will ensure completion of
the job as per specification and latest by two day prior to the date of inaugur
ation of the exhibition/fair. Any laps/ shortfall on the part of the fabricator m
ay result in cancellation of Contract including forfeiting of performance guar
antee and penalty as deemed fit by U.P. Matikala Board.
GENERAL TERMS & CONDITIONS
Offers are invited from parties having experience in construction and fabrication of stalls in exhibitions. Th
e relevant documents in support of experience to be produced with the technical bid.
1. The contractor should fabricate the exhibition or fair in the space allotted by U.P. Matikala Bo
ard.
2. The Contractor strictly follow the design detail and specifications approved while approval of
offer during execution and carry out work to complete satisfaction of the U.P. Matikala Board.
3. Contractor should complete the work as per the schedule of work given in the tender docume
nts.
4. The contractor should be systematic in work as well as in keeping the work place neat and cl
ean. Quality will be the prime importance.
5. The criteria for selection will include understanding of design, specifications, infrastructure an
d manpower availability and past record carrying out similar type of works.
6. The dismantling of the exhibition or fair and vacating the ground must be done by the contrac
tor with in a day after completion of the event.
7. The agency should make all arrangements to prevent an safeguard any incident form startin
g to work to dismantling of and clearing of the site.
8. Sugestions given by the authorized Matikala officers during the fabrication of the exhibition or
fair premises may be implemented immediately. No extra payment will be made for such type
s of changes suggested by them.
9. Tenders not properly filled, mutilated, with incorrect calculations or generally not complying
with the conditions may reject.
10. Contractor or fabricator has to follow covid-19 rules & regulation strictly.
11. As on requirement additional work may be allotted apart from work given in the tender. Depar
tment will make payment as per actual work done.
12. Payment will be subject to verification report submitted by the verification team on the basis
of actual arrangement made on the ground/ site.
TERMINATION OF CONTRACT
a) If at any time up matiakala board finds that the work of the contractor is not satisfactory as p
er the approved design or the progress of the work is very slow and not of the required speed,
UP Matikala Board can terminate the contract and award the same one or more parties in pan
el to complete the assignment within required time. In such an event contractor who has faile
d in the performance shall be liable for penalty besides forfeiture of performance guarantee.
b) All instructions, notices and communications etc. under the contract given in the writing if se
9 / 12
nt to the last known place of the business, shall deem to have served to the date, even in ordi
nary post, these would have been delivered to party.
c) UP Matikala Board will have the right to reject or accept any offer without assigning any reas
on there of and under no circumstances, will be bound to accept lowest offer.
13. ARBITRATION
If any disputes or differences of any kind arises between the fabricator and up matikala board
in connection with or relating to the terms of this agreement or to carrying out the work or to t
he interpretation of any of the terms of this agreement or relating to any matter incidental, an
cillary or consequential thereto, shall be referred to sole arbitrator to be appointed by the Gen
eral Manager of UP matikala board Lucknow, whose decision shall be final and shall be binding
upon the parties and it shall be in the exclusive jurisdictions of lucknow.
15. DEVIATION
The party must comply with the tender/work specification and all terms & conditions of contrac
t. No deviation shall be entertain unless specifically mention by the party in the bid.
Income tax and other taxes shall be deducted at source from the running bills as per applicabl
e tax rules.
The contractor rates must include all the cost like transportation of material to the site, storag
e at site, all taxes such as sale tax, service tax, GST, Excise duty and octroi etc. and the fixing
or placing in position for which the items of work is intended to be operated.
The contractor shall commence work on site from 5 days before the start of exhibition or fair a
nd all work as per this tender will be completed one day before the start of exhibition or fair. T
ime shall be essence of the contract.
Work order will be given to the selected fabricator after evaluation of actual requirements of
work and availability of fund by the exhibition committee on the day opening of tender. Total c
ost of work will be decided by the committee on basis of unit wise rate submitted by the firm i
n financial bid.
10 / 12
.
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 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।
11 / 12
12 / 12