You are on page 1of 16

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4267370
Dated/ दनांक : 11-12-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 01-01-2024 15:00:00

Bid Opening Date/Time/ बड खुलने क


01-01-2024 15:30:00
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 Ministry Of Defence

Department Name/ वभाग का नाम Department Of Military Affairs

Organisation Name/संगठन का नाम Indian Navy

Office Name/कायालय का नाम ***********

Total Quantity/कुल मा ा 4240

N4210-P009445 EXTINGUISHER FIRE CO2, 2 KG (SQUEEZE


Item Category/मद केटे गर
GRIP TYPE) (23BQBC022) (Q3)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 50 Lakh (s)
वा षक टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


200 Lakh (s)
उपकरण िनमाता का औसत टनओवर (गत 3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 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,Additional Doc 1
Document required from seller/ व े ता से मांगे (Requested in ATC)
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 50 %

1 / 16
Bid Details/ बड ववरण

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

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- Yes
registered with GeM)

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Pre Dispatch

Name of the Empanelled Inspection


DQA (N)
Agency/ Authority

Quality Assurance Plan document 1702285693.pdf

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 10.00

Duration of ePBG required (Months)/ईपीबीजी क


14
अपे त अविध (मह ने).

(a). 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 :
CFA/MS
Cpro, Material Organisation, Mumbai, Department of Military Affairs, Indian Navy, Ministry of Defence
(Material Superintendent, Mumbai)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

2 / 16
MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. 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
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 .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
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.

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.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
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.
6. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 50% of bid quantity, in at least one of the last three Financial years before the bid

3 / 16
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.
7. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
authorized representatives

An independent third party Professional Inspection Body can help buyer in mitigating buyer’s risk with pre-
dispatch/post-dispatch inspection in order to ensure that equipment, components, solutions and documentation
conform to contractual requirements. The buyer has a right to inspect goods in reasonable manner and within
reasonable time at any reasonable place as indicated in contract. Inspection Fee/ Charges (as pre-greed between
buyer and Inspection Agency) would be borne by the buyer as per their internal arrangement but may be
recovered from the seller if the consignment failed to conform to contractual specification and got rejected by
the Inspection Officer .If so requested and accepted by the seller , initially seller may pay for inspection
charges as applicable and get the same reimbursed from buyer if consignment accepted by the Inspecting
Officer . For reimbursement seller has to submit proof of payment to Inspection Agency.

Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying the place
of inspection as per contract and the Inspecting officer shall on receipt of such notice notify to the seller the date
and time when the stores would be inspected. The seller shall, at his own expenses, afford to the Inspecting
officer, all reasonable facilities as may be necessary for satisfying himself that the stores are being and or have
been manufactured in accordance with the technical particulars governing the supply. The decision of the
purchaser representative /inspection authority regarding acceptance / rejection of consignment shall be final and
binding on the seller.

The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which
the Inspecting officer may demand of him for any test, and examination, other than special or independent test,
which he shall require to be made on the seller's premises and the seller shall bear and pay all costs attendant
thereon.

The seller shall also provide and deliver store / sample from consignment under inspection free of charge at any
such place other than his premises as the Inspecting officer may specify for acceptance tests for which
seller/OEM does not have the facilities or for special/ independent tests.

In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing to lack
of test facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in the
inspection and/or test. Cost of test shall be assessed at the rate charged by the Laboratory to private persons for
similar work.

Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof to
such tests as he may like fit and proper as per QAP/governing specification. The seller shall not be entitled to
object on any ground whatsoever to the method of testing adopted by the Inspecting officer.

Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will be
borne by seller.

Inspecting officer is the Final Authority to Certify Performance / accept the consignment. The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.

The seller shall if so required at his own expense shall mark or permit the Inspecting officer to mark all the
approved stores with a recognised Government or purchaser's mark.

8. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:

i. If number of technically qualified bidders are only 2 or 3.


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

N4210-P009445 EXTINGUISHER FIRE CO2, 2 KG (SQUEEZE GRIP TYPE) (23BQBC022) (


4240 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

4 / 16
Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Additional Specification Documents/अित र विश द तावेज़

DrawingDocument1 View

DrawingDocument2 View

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

1 *********** ***********MUMBAI 4240 180

Buyer added Bid Specific Additional Scope of Work

S.No. .सं Applicable/ रवस भार के अनुसार


Document Title Description
. जीएसट i.r.o. Items

Acceptance of
additional terms &
condition related to
door delivery of the Firm to submit duly accepted copy in N4210-P009445 EXTINGUISHER
1 item and bearing all firm's letter head, duly stamped and FIRE CO2, 2 KG (SQUEEZE GRIP
testing charges signed. TYPE) (23BQBC022)(4240)

View

Details of bidders N4210-P009445 EXTINGUISHER


To be forwarded during technical
2 FIRE CO2, 2 KG (SQUEEZE GRIP
View evaluation.
TYPE) (23BQBC022)(4240)

DPM FORM-25 N4210-P009445 EXTINGUISHER


To be forwarded to buyer, duly filled
3 FIRE CO2, 2 KG (SQUEEZE GRIP
View post opening of financial bid.
TYPE) (23BQBC022)(4240)

The uploaded document only contains Buyer specific Additional Scope of Work and / or Drawings for the bid items added
with due approval of Buyer’s competent authority. Buyer has certified that these additional scope and drawings are
generalized and would not lead to any restrictive bidding.

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

1. Generic

5 / 16
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.

2. Generic

Bidders shall quote only those products (Part of Service delivery) in the bid which are not obsolete in the
market and has at least 5 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

Bidder shall submit the following documents along with their bid for Vendor Code Creation:

a. Copy of PAN Card.

b. Copy of GSTIN.

c. Copy of Cancelled Cheque.

d. Copy of EFT Mandate duly certified by Bank.

5. Generic

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 3 years 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 year. In case of
bunch bids, the primary product having highest value should meet this criterion.

6. Generic

Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.

7. Generic

NON DISCLOSURE DECLARATION CERTIFICATE (On Bidder Letter Head) to be uploaded with
bid:

1. I M/s.
_____________________________________________________________________
hereby declare that I shall not disclose the contract or any provision, specification, plan, design, pattern,
sample or information thereof to any third party during and after expiry of Contract.

2. If defying the norms as per the Contract a legal action may be taken against me as per the existing
Rules.

8. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 50 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 50% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

9. Generic

Shelf Life: The Product/Spare parts to be supplied as part of the services must have minimum

5 YEARS
Shelf Life. On the date of supply, minimum
5 YEARS
usable shelf life should be available / balance.

6 / 16
10. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

11. Scope of Supply

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

12. Turnover

Bidder Turn Over Criteria: 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 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.

13. Turnover

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. In case of bunch bids, the OEM of
CATEGORY RELATED TO primary product having highest bid value should meet this criterion.

14. 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.

15. Service & Support

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

16. 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):

Item to be supplied against DQA(N) inspection

Post Receipt Inspection at consignee site before acceptance of stores:


Nil

17. Inspection

Inspection of Stores by Inspection Authority of buyer or their authorised Inspecting officers /

7 / 16
empanelled inspection agency or their representatives
An independent third party Professional Inspection Body can help buyer in mitigating buyer's risk with
pre-dispatch/post-dispatch inspection in order to ensure that equipment, components , solutions and
documentation conform to contractual requirements. If an institutional buyer like Defense , Railways and
MHA etc desires to appoint / nominate their own inspection authority / empanelled inspection agency for
inspection of stores to be supplied against the contract , buyer can select this clause indicating cost of
inspection in term of percentage which is

0
%. As per the contractual provisions / law , the buyer has a right before payment or acceptance to inspect
goods at any reasonable place as indicated in contract and time and in any reasonable manner. When the
seller is required or authorized to send the goods to the buyer, the inspection may be after their arrival.
Expenses of inspection should be borne by the buyer but may be recovered from the seller if the goods do
not conform to contractual specification and are rejected. Initially seller may pay for inspection charges as
applicable and get the same reimbursed from buyer if store complies to contractual specification etc , on
production of payment receipt issued by inspection agency as applicable.
Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying
the place where inspection is offered and the Inspecting officer shall on receipt of such notice notify to the
seller the date and time when the stores would be inspected. The seller shall, at his own expenses, afford
to the Inspecting officer , all reasonable facilities and such accommodation as may be necessary for
satisfying himself that the stores are being and or have been manufactured in accordance with the
technical particulars governing the supply . The decision of the purchaser/inspection authority regarding
acceptance / rejection of consignment shall be final and binding on the seller.
The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind
which the Inspecting officer may demand of him for any test, and examination, other than special or
independent test, which he shall require to be made on the seller's premises and the seller shall bear and
pay all costs attendant thereon.
The seller shall also provide , and deliver for test, free of charge, at such place other than his premises as
the Inspecting officer may specify such material or stores as he may require for tests for which seller does
not have the facilities or for special/ independent tests.
In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing
to lack of test facility at sellers premises ,the seller shall, on demand, pay to the buyer the costs incurred
in the inspection and/or test. Cost of test shall be assessed at the rate charged by the Laboratory to
private persons for similar work.
Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof
to such tests as he may like fit and proper as per QAP/governing specification . The seller shall not be
entitled to object on any ground whatsoever to the method of testing adopted by the Inspecting officer ..
Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will
be borne by seller .
Inspecting officer is the Final Authority to Certify Performance / accept the consignment . The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.
The seller shall if so required at his own expense mark or permit the Inspecing officer to mark all the
approved stores with a recognised Government or purchaser's mark.

18. 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.

19. Certificates

Material Test Certificate Should Be Sent Along with The Supply. The Material Will Be Checked by Buyer’s
Lab & the Results of the Lab will be the Sole Criteria for Acceptance of the Item.

20. Certificates

The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.

21. 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):

Item to be supplied against DQA(N) inspection


.

8 / 16
22. 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.

23. Ration Item ATCs

Demurrage charges In case the rejected items are not lifted by the firm within 48 hrs, the demurrage
charges at the rate of 0.5% of total contract value will be charged per day. In case the items are not lifted
within a month, the same will be destroyed by the station board of officers and no claim will be
admitted.Demurrage charges. In case the rejected items are not lifted by the firm within 48 hrs, the
demurrage charges at the rate of 0.5% of total contract value will be charged per day. In case the items
are not lifted within a month, the same will be destroyed by the station board of officers and no claim will
be admitted.

24. Ration Item ATCs

Packing Material The items will be supplied by the successful bidder in its original packing material and
the packing material will not be returned. Weight of packing material will not be included in quantity
supplied and only net weight of the items will be counted. The packing should be of standardized weights
of appropriate size. Item will not be accepted in non-standardized weights.Packing Material. The items will
be supplied by the successful bidder in its original packing material and the packing material will not be
returned. Weight of packing material will not be included in quantity supplied and only net weight of the
items will be counted. The packing should be of standardized weights of appropriate size. Item will not be
accepted in non-standardized weights.

25. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

(a) General terms and conditions .

(i) Inspection Instruction. Item to be supplied against DQA(N) inspection as p


er item specification and as per approved QAP. Inspection will be against appro
ved QAP in conjunction with the item specification.

(ii) Destruction test during inspection . No specific instruction from CQAE(N


S). This parameter will be guided as per approved QAP.

(iii) Total delivery period 180 days in single lot cardinal events are as follows:
-

Sr. Particulars Estimated days


No.

(aa) First contact meeting 10 days from date of P


O

9 / 16
(ab) Firm submits production plan 30 days subsequently
and procures raw material an
d raises I-Call

(ac) Inspection agency checks for 05 days subsequently


raw material traceability and
correctness of I- Call

(ad) Inspection agency sends the r 05 days subsequently


aw material to NABL / Govt La
b for testing

(ae) Receipt of Lab Test Report 20 days subsequently

(af) Scrutiny of Lab test report an 05 days subsequently


d issue of BPC

(ag) Manufacturing Time and raisi 40 days subsequently


ng of I- call

(ah) Inspection timeline (including 50 days subsequently


testing of other relevant para
meters)

(aj) Issue of I-note 05 days subsequently

(ak) Delivery 10 days from I-Note is


sue

Overall DP period 180 days

* In case of any query/ observation from inspection Agency, the firm has to reso
lve it in all respect within 15 days.

* When the firm forwards its clarification, inspection agency has to certify its cor
rectness within 07 days of receipt of the same from firm.

(iv) Quotes will be accepted from firms having following Licences ;-

(a) Valid BIS Licence conforming to IS 15683 .

“Or”

(b) Registered with DGQA for manufacturing of tendered item.

10 / 16
(v) Item to be strictly supplied against tender specification and governing specif
ication documents. In case of any arbitrariness, seller should intimate the same
to buyer while bidding. Post order placement any kind of contradiction / deviatio
n in any documents or in any form will not be entertained and it will be the sole
attributability to the seller.

(vi) Firm should not disclose tender documents and its annexure in any form to
any third party and the firm is liable to maintain secrecy of tender documents. I
n case of sub contracts to any third part for any component bidder should take
prior permission of OPA (Order Placement Authority).

(vii) Firm to adhere all terms and conditions of RFP.

(viii) Shelf life. 60 Months (As per IHQ MoD(N)/ACOL letter No. LS/NS/3007/CNA
L dated 22 Jun 21

(ix) Packing. The complete extinguisher is to be packed in corrugated hard boa


rd carton marked “Portable Extinguisher fire Co2 2 Kg.

(x) Bidder should understand the inspection process as per QAD –R02 dated 22 J
ul 22 published by DGQA and it will be the sole responsibility of the bidder for
successful inspection of item by any inspection agency.

(b) Documents required during technical evaluation:-

(i) Experience Certificate. Firm to submit Govt. Purchase Orders for similar na
ture items placed on them in last 3 years.

(ii) Past project experience for subject item . Firm to submit proof of Govt. P
urchase Orders placed on them and their execution / delivery documents and C
RAC for tendered item.

(iii) Past performance. Firm to submit proof of execution of any Govt. order in
last 5 years. Scanned copy of Delivery Challan / CRAC linked to the past orders t
o be submitted as proof.

(iv) Bidder turnover (Last three FYs duly certified by CA).

11 / 16
(v) OEM authorisation certificate along with validity of date and documents com
plying to manufacturing of tendered item by the OEM.

(vi) OEM turnover (Last three FYs duly certified by CA).

(vii) Acceptance to all terms and conditions of the bid on firm letter head.

(viii) Acceptance to door delivery clause on firm letter head.

(ix) Bid security declaration on firm letter head as uploaded at buyer added Tex
t ATC of GeM.

(x) Vendor Compliance Matrix on firm letter head as uploaded at Buyer added T
ext ATC of GeM.

(xi) MII compliance.

(xii) MSME compliance (if any).

(xiii) Seller offered specification document.

(xiv) OEM of the bidder should possess License/ Govt. Authorised Document dep
icting capacity of OEM as well as scope of OEM to manufacture tendered item. T
he document to this effect to be submitted by bidder during the technical ev
aluation.

(xv) Bidders to clearly provide the detailed components (Bill of Material) of the t
endered item along with drawing (if any) of the offered product and its operatio
n manual, catalogue, maintenance manual and usage instruction.

(xvi) Bidder to specify the source of raw material manufacturer as well as OEM
and for all components and Brought out parts of the tendered item during tech
nical evaluation.

12 / 16
(xvii) Bidder to clearly specify the “nature of source” of each component (as in
Bill of Material) of the tendered item i.e bidder to forward the details of each co
mponent whether they are Imported (OEM of the imported source to be mentio
ned), Indigenously Manufactured, Brought Out Parts or COTS, during technical
evaluation.

(xviii) Details of firm in firm’s letterhead as follows:-

(aa) Firm name:


(ab) Firm Address (to be matching with GeM credentials) :
(ac) Firm’s proprietor:
(ad) Contact number : Landline
Mobile No. 1
Mobile No. 2
(alternate)
(ae) Registered Email id:
(af) Firm’s GST No.:
(ag) Firm’s PAN / TAN No.:
(ah) Firm’s Bank Account details (to be matching with GeM cre
dentials):

(xix) Non-disclosure declaration certificate

(xx) Undertaking towards bidder financial standing

(xxi) Bidder to submit following Licences/ certificates :-

(a) Valid BIS Licences conforming to IS 15683


“Or”

(b) Registration certificate from DGQA for manufacturing of tendered item.

(c) Documents required during financial evaluation:-

13 / 16
(i) L1 firm to forward the complete cost break up of each tendered item and all
components of tendered item along with OEM quotation post opening of financi
al bid along with detailed list of raw material used for manufacturing and its cos
t substantiated with raw material manufacturer quotation.

(ii) L1 firm to forward detailed cost analysis sheet in “DPM-25” as uploaded post
opening of financial bid. Each parameter as prescribed in DPM -25 to be s
ubstantiated with documentary evidence.

(iii) L1 Bidder to forward the quotation from each of the OEM and (or) source of
each and every components of the tendered item post opening of financial
bid.

(iv) Bidder to forward complete cost details of all components of the tendered it
em along with their manufacturing/ OEM source and clearly specify which comp
onents of the item are imported / indigenously manufactured /Brought Out Part
s/ COTS, post opening of financial bid or when directed to do so by buyer. F
urther quotation from OEM for any component/ raw material of the tendered ite
m is to be forwarded to buyer post completion of technical evaluation.

(v) The bidder should forward the raw material source along with the quotation
from manufacturer/ source of raw material post completion of technical eva
luation.

(d) Other important clause / terms and conditions :-

(i) Firm is liable to bear all material and testing charges and same should be inc
lusive of Total Order Value.

(ii) Option clause of 50% ordered quantity applicable.

(iii) Firm is liable for safe transportation and unloading of the item at buyer’s de
signated premises.

(iv) Final terms and conditions of the order would be as per procurement commi

14 / 16
ttee directives and (or) order remarks / terms and conditions of ILMS order in ad
dition to the terms & conditions of GeM RFP/ GeM Contract. In case of any anom
aly buyer discretion/directives will be final.

(v) Franking clause applicable as defined in DPM – 2009.

(vi) Risk and Expense clause applicable.

(vii) Force Majeure clause applicable.

(viii) Delay in supply of item beyond contractual EDS will lead to delayed payme
nt post LD ratification for which buyer will not be responsible.

26. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

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.

15 / 16
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

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

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

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

16 / 16

You might also like