You are on page 1of 11

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4240131
Dated/ दनांक : 22-11-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 13-12-2023 14:00:00

Bid Opening Date/Time/ बड खुलने क


13-12-2023 14:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


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

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

Department Name/ वभाग का नाम Education Department Gujarat

Organisation Name/संगठन का नाम Directorate Of Technical Education

Dr. S & S S Ghndhy College Of Engineering And Technology


Office Name/कायालय का नाम
Surat

Total Quantity/कुल मा ा 1

Item Category/मद केटे गर water baths (Q3)

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 and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Compliance of BoQ
Document required from seller/ व े ता से मांगे specification and supporting document
गए द तावेज़ *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/ वगत दशन 20 %

Bid to RA enabled/ बड से रवस नीलामी स य कया No

RCM Applicable/लागू आरसीएम Yes

Type of Bid/ बड का कार Two Packet Bid

1 / 11
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 No

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. 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.
2. Purchase preference to Micro and Small Enterprises (MSEs) from the State of Bid Inviting Authority : Purchase
preference will be given to MSEs as Micro and Small Enterprises from the State of Bid inviting Authority. 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+ 5% 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 percentage of 10 % of total quantity as defined/ decided in relevant policy.
3. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 20% of bid quantity, in at least one of the last three Financial years before the bid

2 / 11
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.

Section 9(3) Of GST/जीएसट क धारा 9(3)।

Where ever RCM is applicable, sellers (Regular GST registered seller who opted out of FCM , unregistered seller,
seller registered under composition scheme)will be forced to put Zero GST and GST cess in their bids. Buyer will
have liability of paying the GST and GST cess to the government on the specified rate mentioned by them in this
Bid.

Water Baths ( 1 pieces )

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

Water Bath Water bath Chamber >over 10 to 14 litre


Chamber Capacity
Dimensions,
Capacity and Chamber Construction: Double walled rectangular chamber with mineral
Construction wool/solid insulation material filling in between

Material of Outer Chamber Epoxy / Powder coated Stainless Steel SS304


Construction:

Number of racks provided 0


with Water bath unit

Number of 75 mm diameter 0
Holes provided:

Heating Heating Capacity (>=): 1200.0 (Watt)


Arrangement
Parameters

Control Panel and Control Panel has: ON/Off Switch, Heating & Temprature (Set & Actual)
Display Unit Indicators, Power mains Indicator, Temperature
controller, Circulation Controller (if Water bath has
circulation facility), Refrigeration Controller (if Water
bath has chamber refrigeration facility)

Adjustable shaking NA
frequency in rpm

Type of Temperature Thermostat based control, Digital controller cum


controller Indicator PID Based control Or higher

Water bath Display type: Digital (numerical/application specific) backlit LCD


display

Integrated circulation pump Yes Or higher


for temperature
homogeneity

Removable bottom plate Yes, No, N/A for shaking insert if the equipment
and shaking inserts provided without circulation feature Or higher

3 / 11
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

Water bath Temperature range of bath Ambient to 100C


Temperature chamber:

Temperature control ±0.1°C or better Or higher


sensitivity:

Least temperature 0.1 degree C, 0.01 degree C Or higher


increment Step available

Temperature Accuracy: ±0.1°C or better Or higher

Safety Features: Low fluid Alarm, High limit Alarm, Over temperature
Alarm & cutoff, Redundant safety thermostat

Power Requirement, Power requirement: 220 V 50 Hz Single Phase AC


Certifications and
Warranty Availability of Test Report No
from Central
Govt/NABL/ILAC accredited
lab to prove conformity to
specification

Equipment has CE Yes


certification

Warranty Period: 3, 5 Or higher (year)

Timer Unit Timer Provided No

Timer Setting ( minimum 0.0 - 0.0 Or lower (second)


increment step)

Miscellaneous Drain plug in Chamber Yes


Features provided

Data Logging facility No


through (RS
232/USB/HDMI/Bluetooth
etc) to computer available:

Drain screw for emptying of Yes Or higher


water bath

Seamless and waterproof Yes Or higher


keypad

Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details

4 / 11
ITC on RCM
ITC on GST GST as per GST Cess 1 as per GST Optional
GST/जीएसट Applicabl Cess 2
Cess/जीएसट RCM/ रवस भार RCM/ रवस भार के RCM/वैक प
पर इनपुट कर e/लागू as per
उपकर कर े डट के अनुसार जीएसट अनुसार जीएसट उपकार 1 क रवस भार
े डट आरसीएम RCM

NA NA Yes 18% NA NA No

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

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

395001,Dr. S. & S. S. Ghandhy


Rao Dipakkumar
1 College of Engg. & Tech., 1 30
Prafulchandra
Majura Gate, Surat

Special terms and conditions-Version:2 effective from 06-01-2023 for category water baths

1. 1. Comprehensive warranty:

Comprehensive warranty shall include preventive maintenance including calibration as per technical/
service /operational manual of the manufacturer, service charges and spares,. During the warranty period
commencing from date of the successful completion of warranty period, Service personnel shall visit each
consignee site as recommended in the manufacturer s technical/ service /operational manual, at least
once in six months. warranty shall not be including the consumables .Further there will be 98% uptime
warranty during warranty period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend
warranty period by double the downtime period.

2. Service centres:

Details of Service outlets in India to render services for equipment to be furnished to buyer/consignees
with complete address ,telephone numbers, e mails etc at time of making the supplies .It shall be the
responsibility of seller to ensure that authorized service centres are available to cater to the areas where
supplies are made within reasonable distance from where the service calls can be handled .Details of toll
free numbers for service call and online registration of service requests also to be provided
buyer/consignee at the time of supplies.

3. Source of supply:

It shall be responsibility of seller to provide Documents regarding source of equipments such as copy of
Performa invoice or any other documents to establish that the products supplied are manufactured by
OEM indicated and sourced from them .

4. Packing and Marking: Medical equipments being very delicate and sensitive packing for the goods
should be strong and durable enough to withstand transit including transhipment (if any), rough handling,
open storage etc. without any damage, deterioration etc. .The size, weights and volumes of the packing
cases, remoteness of the final destination of the goods, availability or otherwise of transport and handling
facilities at all points during transit up to final destination,. Quality of packing, the manner of marking
within & outside the packages and provision of accompanying documentation shall take in to
consideration the type of medical equipments being supplied. The accessories shall be suitably labelled
and packed .Each of the package shall be marked on three sides with indelible paint of proper quality:
indicating contract number and date , brief description of goods including quantity ,. Packing list reference
number , country of origin of goods and any other relevant details.

5. Spare Parts:

5 / 11
Seller shall provide materials, information etc. pertaining to spare parts manufactured and supplied by the
OEM . It shall be ensured that the required spares are available for purchase at least for 10 years from
date of supplies .In case due to any reasons the production of the spare parts is discontinued sufficient
advance notice should be given to the buyer/consignee before such discontinuation to provide adequate
time to purchase the required spare parts etc. Further, OEM and their service centres/dealers shall carry
sufficient inventories to assure ex-stock supply of consumables and spares for the equipments so that the
same are available.

OEM or reseller shall always accord most favoured client status to the buyer/consignee and shall give the
most competitive price for spares and consumables of its machines/equipments supplied

6. Installation, Training, Manuals:

Seller shall be responsible to carry out Installation & commissioning, Supervision and Demonstration of the
goods. They shall provide required jigs and tools for assembly, minor civil works for the completion of the
installation and Training of Consignee s representatives for operating and maintaining the equipment and
Supplying required number of operation & maintenance manual for the goods. In case the category
parameters are specifying any requirements regarding the installations , training and manuals the same
shall also be applicable.

7. Electrical safety checking:

Sellers are required to make sure that they furnish the list of equipments for carrying out routine and
preventive maintenance to buyer/consignee. They should make sure to periodically check the electrical
safety aspects as per BIS Safety Standards or equivalent. In case they do not have required equipment for
such testing should ensure that the equipments checked for electrical safety compliance through labs with
facilities for such checking during every preventive maintenance call.

8. Software:

All software updates should be provided free of cost during warranty period.

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

1. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Phone : (O) 0261- 265579


9
(R
) 0261-2650970
Fax: 0261-2656077

GOVERNMENT OF GUJARAT

TECHNICAL EDUCATION DEPARTMENT


Dr. S.& S.S.Ghandhy College of Engg. & Tech., Majura Gate,SURAT. 395
001

E-mail :ssgp-surat-dte@gujarat.gov.in
Ced06ssg612@gmail.com Website: www.ssgc.cteguj.in

DR. S& S S Ghandhy College of Engineering and Technology ( SSGP ) Surat is an Government Technical
Educational Institute work under Education Department Government of Gujarat.

6 / 11
SSGP Surat invites online tender on GEM portal for supplying of machines for
Office work. The online bidding documents should be submitted to the
institute portal of SSGP on or before the stipulated date and time.

Any queries related to this tender may be addressed only through email to gecsrt612 @gmail.com

Terms & Conditions:

1 The tenderer/bidder may be a proprietary firm, Partnership firm, Limi


ted Company, Corporate body legally constituted engaged in manufactur
ing/marketing of production machines /equipment’s (copy of registration of firm to be attached).

2 Offers received without earnest money or with earnest money less than
the amount specified above , the cost of tender document shall be summari
ly rejected. This not applicable to the firms qualified for exemptions as per
prevailing Govt. norms.

3 The Supplier will supply nothing but genuine articles. The Supplier will b
e responsible for the damage or loss in transit. He will replace goods broken
or lost within 10 days from the date of notice thereof.

4 Any person duly authorized by SSGP Surat shall have the power to insp
ect the stores before, during or after manufacture, collection , dispatch, tra
nsit or arrival and to reject the same or and part or portion. If he is not satisf
ied that the same is meeting the specifications . The supplier shall not char
ge or be paid for supplies rejected as above and such supplies shall be rem
oved by the contractor at once and at his expense. He shall neither claim n
ot to be entitled to payment for any damage that rejected supplies may suff
er from may harm what so ever incidental to a full and proper examination
and test of such supplies . SSGP shall be under no liability whatever for reje
cted supplies and the same will be at the supplier’s risk , rejected supplies s
hall be removed by the supplier within 10 days after notice has been issued
to him of such rejection, and failing such removal of rejected goods will be a
t supplier’s risk and SSGP may charge the supplier rent for the space occupi
ed by such rejected goods.

5 The supplier shall provide without any extra charge all materials, tools,
labour and assistance of every kind which the aforesaid officer may conside
r necessary for any test or examination, which he may required to be made
on the supplier’s premises and shall pay all cost attendant thereon. In the c
ase of stores inspected at makers premises the maker shall provide all facili
ties including testing appliances for making necessary test other than speci
al tests or independent tests. Failing these facilities at his own premises for
making the tests the supplier shall bear the cost of carrying out tests
elsewhere .

7 / 11
6 Applicant should not have been blacklisted by the Depts./Ministries of t
he Govt. of India/State Govt. /PSUs (A declaration has to be submitted).

7 The bidder shall furnish, as part of the bid, an interest free EARNEST MO
NEY DEPOSIT (EMD) of amount mentioned in annexure 2 for each machine /
equipment separately in the form of Demand draft (valid for 90 days) draw
n in favour of “ Principal Dr. S & S S Ghandhy College of Engineering
and Technology Surat” payable at Surat from any Nationalized /schedule
d bank.

8 Earnest Money Deposit (EMD) in the form of Demand Draft only shall be
placed in a sealed Envelope 1 super scribed as “Tender Fees and Earnest M
oney” with name of machine (s).

9 The tenderer /bidder should submit duly filled check list of technical bid
along with supporting documents and catalogues of machines quoted in th
e envelope of technical bid.
10 The technical and financial bids should be quoted separately.

11 Online Bid may be submitted to the Institute log in portal on GeM.

12 The EMD of the unsuccessful bidders will be discharged/returned at the


earliest after completion of the tender process. The successful bidder’s EMD
will be discharged upon the bidder’s acceptance of the Letter of Intent/purc
hase order satisfactorily. The EMD may be forfeited:

13 If the bidder withdraws his/her bid during the period of bid validity speci
fied by the bidder in the Bid form;
· In the case of successful bidder, if the bidder fails to sign the contra
ct or fails; or Fails or refuses to honour his/her own quoted price for any
of the items or part thereof.
· In both the above cases bidder will not be eligible to participate in t
he tender for one year from the date of issue of Letter of intent.

14 The prices quoted must be F O R ,inclusive of all taxes, cost of software, t


raining/machine demonstration, loading & unloading, transport insurance (
wherever applicable) and transportation charges to deliver the equipment/
machine at address given above.

15 Vendor has to set up and demonstrate equipment before that the delive
ry would not be deemed to be complete.

16 In case the Bid is being submitted by authorized agent of the principal


manufacturing company, the authorised sales agency ship certificate from t
he principal manufacturer should be furnished along with the Bid.

8 / 11
17 Bid without this authorization certificate will be rejected.

18 The Bid should include comprehensive warranty for at least 1 years and
one year free service.

19 Special discount/rebate wherever admissible keeping in view that items


are being procured for educational purpose in respect of Public Institution o
f national importance may please be indicated.

20 Vendors should attach the relevant brochure/leaflet for the models/optio


ns quoted.

21 Vendors should attach users list with their contact details.

22 Necessary certificate should be enclosed by the vendor in case of propri


etary nature of the quoted items.

23 Incomplete and conditional submitted Bid would be summarily rejected.

24 The Bidder shall bear all costs associated with the preparation and sub
mission of its Bid. SSGP shall, in no case, be responsible or liable for these c
osts, regardless of the conduct or the outcome of the Bidding process.

25 The tenderer should sign (not initials) at each page of the technical and
financial bid documents and all its annexures. No page should be removed/
detached from the tender document.

26 SSGP reserve the rights to cancel the tender process, without giving any
reasons.

27 The conflicts or disputes that may arise in relation to the subject, conte
nt, interpretation, implementation and enforcement of this agreement will b
e solved, firstly, by the Monitoring Committee setup jointly for good govern
ance and then, by equity arbitration. In the event, efforts by Monitoring Co
mmittee and an equity arbitration attempt fails, then the legal jurisdiction t
o be approached shall be within the jurisdictions of Surat only.
.

9 / 11
2. Service & Support

Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site
warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have
to establish one within 30 days of award of contract. Payment shall be released only after submission of
documentary evidence of having Functional Service Centre.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
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।

10 / 11
---Thank You/ ध यवाद---

11 / 11

You might also like