You are on page 1of 8

Bid Number/बोली मांक ( बड सं या) : GEM/2023/B/3505050

Dated/ दनांक : 01-06-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 12-06-2023 13:00:00

Bid Opening Date/Time/ बड खुलने क तार ख/समय 12-06-2023 13:30:00

Bid Offer Validity (From End Date)/ बड पेशकश


15 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Home Affairs

Department Name/ वभाग का नाम Central Armed Police Forces

Organisation Name/संगठन का नाम Border Security Force (bsf)

Office Name/कायालय का नाम Faridkot Punjab

Goods Transport Service – Per KM Based Service -


Item Category/मद केटे गर
Household/Office; Open Body LCV Truck; 19 FT LCV

Contract Period/अनुबंध अविध 2 Month(s) 6 Day(s)

Minimum Average Annual Turnover of the


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

Past Experience of Similar Services


required/इसी तरह क सेवाओं का पछला आव यक अनुभव Yes
है

MSE Exemption for Years Of Experience/अनुभव


के वष से एमएसई छूट/ and Turnover/टनओवर के Yes
िलए एमएसई को छूट ा है

Startup Exemption for Years Of


Experience/अनुभव के वष से टाटअप छूट/ and Yes
Turnover/ टनओवर के िलए टाटअप को छूट ा है

Experience Criteria,Bidder Turnover,Certificate (Requested in


ATC)
Document required from seller/ व े ता से मांगे गए *In case any bidder is seeking exemption from Experience /
द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled/ बड से रवस नीलामी स य कया Yes

1/8
Bid Details/ बड ववरण

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


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

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 83000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 3.00

Duration of ePBG required (Months)/ईपीबीजी क


3
अपे त अविध (मह ने).

(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 :
QM
Faridkot Punjab, Central Armed Police Forces, Border Security Force (BSF), Ministry of Home Affairs
(Kamal Singh Tomar)

Splitting/ वभाजन

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

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

2/8
MSE Purchase Preference/एमएसई खर द वर यता Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to meeting of quality
and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the "OEM
Average Turnover" criteria also subject to meeting of quality and technical specifications. In case any bidder is
seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility for
exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of quality
and technical specifications. In case any bidder is seeking exemption from Turnover / Experience Criteria, the
supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. 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.
4. Years of Past Experience required: The bidder must have experience for number of years as indicated above in bid
data sheet (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.
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 for services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the offered
service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price within L-1+ 15% of margin of
purchase preference /price band defined in relevant policy, then 100% order quantity will be awarded to such MSE
bidder subject to acceptance of L1 bid price.
6. Past Experience of Similar Services: The Bidder must have successfully executed / completed at least one single
order of 80 % of the Estimated Bid Value or 2 orders each of 50 % of the Estimated Bid Value or 3 orders each of 40
% of the Estimated Bid Value for similar service(s) in last three years to any Central / State Govt Organization / PSU /
Public Listed Company. Copies of contracts / work orders and documentary evidence of successful execution /
completion in support of Past Experience of Similar Services along with names, address and contact details of clients
shall be uploaded with the bid for verification by the Buyer.

7. 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.

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

For Valuable goods requiring high security, provide following details: 1. Scope of service 2. Service
provider responsibility 3. Buyer responsibility 4. Size of the goods 4. Weight of the
goods:1685423031.pdf

Goods Transport Service – Per KM Based Service - Household/Office; Open Body LCV
Truck; 19 FT LCV ( 16600 )

3/8
Technical Specifications/तकनीक विश याँ

Specification Values

Core

Nature of Goods Household/Office

Type of Truck Open Body LCV Truck

Size / Weight of vehicle 19 FT LCV

Type of Travel Outside state

Km Range More than 1000 Km (Filter for Outside State)

Area of Operation Hilly Area

Addon(s)/एडऑन

Loading No

Unloading No

Tracking System (GPS) NA

Transit Insurance NA

Additional Details/अित र ववरण

Type Of Trip (One-Way/Return) ONE-WAY

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

Consignee Additional
S.No./ . Running
Reporting/Officer/प Address/पता Requirement/अित र
सं. Kilometres
आव यकता
रे षती/ रपो टग अिधकार

385505,HQ 1055 BSF ARTY


REGT , BSF CAMPUS
1 Sukesh Jaroulia 3200 N/A
DANTIWADA, BANASKANTHA ,
GUJARAT-385505

151203,ARTILLERY HQ BSF,
TALWANDI ROAD, NEAR
2 Kamal Singh Tomar 1800 N/A
DASHMESH PUBLIC SCHOOL,
FARIDKOT (PUNJAB)

193502,1077 BSF ARTY REGT,


3 Sandeep Kumar Distt Bandipur State-Jammu & 8000 N/A
Kashmir, Pin-193502 Bandipura

193103,HQ 1044 BSF ARTY


4 Sony B A REGT,Singhpura, Baramulla 3600 N/A
Jammu & Kashmir-193103

4/8
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. Past Project Experience

Proof for Past Experience and Project Experience clause: For fulfilling the experience criteria any one
of the following documents may be considered as valid proof for meeting the experience criteria:a. Contract
copy along with Invoice(s) with self-certification by the bidder that service/supplies against the invoices have
been executed.b. Execution certificate by client with contract value.c. Any other document in support of
contract execution like Third Party Inspection release note, etc.Proof for Past Experience and Project
Experience clause: For fulfilling the experience criteria any one of the following documents may be
considered as valid proof for meeting the experience criteria:a. Contract copy along with Invoice(s) with self-
certification by the bidder that service/supplies against the invoices have been executed.b. Execution
certificate by client with contract value.c. Any other document in support of contract execution like Third
Party Inspection release note, etc.

3. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

i. Past performance in percentage should be mentioned in the bid.

ii. Bidder will upload a self-certificate stating that his firm has not been blacklisted by any G
ovt./PSU agencies in recent past and also not under liquidation/court receivership/similar
proceedings

iii. MSEs or exempted categories should submit “Bid Securing Declaration” in lieu of EMD alo
ngwith bid documents failing which their offer shall be rejected during initial scrutiny & af
ter that no representation shall be entertained. The prescribed format of BSD circulated b
y FHQ Prov Dte (Proc Cell) vide letter No. 215-50 dated 19.01.2022 be attached to bid.

iv. Bid to RA enabled should be Yes instead of No.

v. Actual Delivery at Location/Station is to be done at following address for Buses


only as per requirement:-

i) 01 Bus from 1044 BSF Arty Regt, Baramulla to Faridkot,

ii) 01 Bus from 1033 BSF Arty Regt, Faridkot to Baramulla,

iii) 01 Bus from 1077 BSF Arty Regt, Bandipur to Dantiwada

iv) 01 Bus from 1055 BSF Arty Regt, Dantiwada to Bandipur

5/8
vi. Actual Delivery at Location/Station is to be done at following address for Trucks
only as per requirement:-

i) 06 Trucks from 1044 BSF Arty Regt, Baramulla to Faridkot,

ii) 03 Trucks from 1033 BSF Arty Regt, Faridkot to Baramulla,

iii) 02 Trucks from 1077 BSF Arty Regt, Bandipur to Dantiwada

iv) 05 Trucks from 1055 BSF Arty Regt, Dantiwada to Bandipur

vii. While generating invoice in GeM portal, the firms must upload scanned copy of GST invoic
e and screen shot of GST portal confirming payment of GST.

viii. Total 16 Nos Civil trucks (19 FT LCV) with ........ drivers with each trucks are required.

ix. Bidder have to provide the trucks and Buses at above mentioned locations as per AT/SO.

x. Rate quoted will be inclusive of all charges like road tax, toll tax etc.

xi. Replacement of Trucks/Buses to be provided by Bidder, in case of mechanical failure/any


other failure enroute in Trucks/Buses at no extra cost.

xii. Date of movement of Trucks/Buses may be changed as per instructions of higher headqu
arters, if any.

xiii. After award of the contract, the successful Bidder (L-1) may also be cancelled if any instru
ctions of higher headquarter are received in this regard without any compensation.

xiv. The drivers should have valid driving license.

xv. Trucks/Buses should be in good conditions, with valid RC & Pollution check certificate.

xvi. Penalty for non-providing replacement of defective vehicles with the period of ...... hours
@ 0.5% of the fare of the vehicles for additional hours thereof after expiry of allotted tim
e will be recovered.

xv. Warranty to the effect that they will make available required No of vehicles at the fixed p
ermission will be responsibility of the transporter only.

xvi. The repair and maintenance cost shall be borne by the Trucks owner at his own cost.

xv. The approved bidder/transport agency will have to be ready to provide Trucks as per Bid
specification on approved rates basis on scheduled date and time.

xvi. In case of damaged/defected Trucks, the bidder/transport agency shall made alternative
arrangement within ......... hours.

xvii. The bider/transport agency shall submit mobile number and valid copy of driving license
and ID proof of drivers before move.

xviii. BSF will not responsible for any incident/accident. No claim of any damage to men and m
aterial due to any mishaps/accident will be entertained by BSF.

xix. The permission for halting of vehicles will be accorded by the BSF convoy Comdr and no v
ehicle will halt without prior permission of the convoy Comdr. The drivers and co-drivers
will be under the Command and control of the Convoy Comdr.

6/8
xx. Shifting of men & material from one vehicle to another vehicle shall not be permitted
enroute except exceptional cases.

xxi. The CA reserve the right to reduce or in hand the number of vehicles without assigning a
ny before for diesel price and etc.

xxii. The rates once quoted by the firm and accepted by the Competent BSF authority will not
be changed irrespective or high in petrol for diesel price and etc.

xxiii. Any change in the date and time of move will be notified earlier but no compensation sha
ll be claimed for the same.

xxiv. At least one mechanic from the transporter side be provided to associate with convoy.
xxv. The truck will report one day prior to the day of movement to facilitate loading of luggage
/stores.

xxvi. As per specification, year of vehicle model should be ........ to till date.
.

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.

7/8
This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in Service
Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares
a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake
compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in accordance

with the laws./जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द पर ितबंध के
संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा जब वह बड दे ने
वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी गलत घोषणा कए जाने
व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई का आधार होगा।

---Thank You/ ध यवाद---

8/8

You might also like