You are on page 1of 10

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3950991
Dated/ दनांक : 26-10-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 16-11-2023 10:00:00

Bid Opening Date/Time/ बड खुलने क


16-11-2023 10:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

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

Department Name/ वभाग का नाम Department Of Space

Organisation Name/संगठन का नाम Isro

Office Name/कायालय का नाम Indian Institute Of Remote Sensing

Total Quantity/कुल मा ा 55

Development/upgradation of eLearning content in HTML5


and SCROM/XAPI package compatible format using (Q3) , 5
Item Category/मद केटे गर
hour quiz Payment will be made as per actuals annexure-A
and annexure-B (Q3)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 25 Lakh (s)
वा षक 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

MSE Exemption for Years Of


Experience/अनुभव के वष से एमएसई छूट/ and Yes
Turnover/टनओवर के ि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),OEM Authorization Certificate
Document required from seller/ व े ता से मांगे *In case any bidder is seeking exemption from Experience /
गए 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 No

Type of Bid/ बड का कार Two Packet Bid

1 / 10
Bid Details/ बड ववरण

Development/upgradation of eLearning content in HTML5


Primary product category
and SCROM/XAPI package compatible format using

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

Advisory Bank/एडवाइजर बक State Bank of India

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

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 :
Pay and Accounts Officer, IIRS
INDIAN INSTITUTE OF REMOTE SENSING, 4 KALIDAS ROAD, DEHRADUN-248001
(R. S. Katariya)

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 Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

2 / 10
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. 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.
5. 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.

6. 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.

Development/upgradation Of ELearning Content In HTML5 And SCROM/XAPI Package


Compatible Format Using ( 50 hour )
(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)

Technical Specifications/तकनीक विश याँ

3 / 10
Buyer Specification
Download
Document/ े ता विश द तावेज़

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

248001,INDIAN INSTITUTE OF
1 Chauhan Sunil REMOTE SENSING, 4, KALIDAS 50 180
ROAD

5 Hour Quiz Payment Will Be Made As Per Actuals Annexure-A And Annexure-B ( 5
hour )
(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)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

248001,INDIAN INSTITUTE OF
1 Chauhan Sunil REMOTE SENSING, 4, KALIDAS 5 180
ROAD

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

1. Generic

4 / 10
OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address

Indian Institute of Remote Sensing,


ISRO, Govt. of India,
4 Kalidas Road,
Dehradun,
Uttarakhand-248001
.

3. Generic

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

4. Generic

Manufacturer Authorization:Wherever Authorised Distributors/service providers are submitting the


bid, Authorisation Form /Certificate with OEM/Original Service Provider details such as name, designation,
address, e-mail Id and Phone No. required to be furnished along with the bid

5. Scope of Supply

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

6. OEM

IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a
registered office in India to provide after sales service support in India. The certificate to this effect should
be submitted.

7. 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.

8. 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):

OEM Authorization Certificate, Bid Specific MAF


.

9. Generic

Non- Disclosure: The OEM/bidder has to sign a Non-Disclosure agreement with the buyer for Software
license products like Anti-Virus solutions etc.

10. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

01. As per Annexure B the project timeline the conversion of content has to be completed within 6 m
onths of release of the Purchase Order. The converted content has to be integrated in IIRS LMS. Af

5 / 10
ter creation of courses in IIRS LMS the vender will be required to maintain the content, back up etc
. for 1 year.

02. Dedicated manpower is not required at IIRS. However, a representative should get in touch with II
RS faculty through user division in case any clarification is required during conversion or redevelop
ment of content. Also during integration phase the vendor and IIRS has to work in coordination.

03. Vendor should comply all applicable labour laws of State as well as Centre. Vendor is only respons
ible for non-compliance.

04. Arbitration: In the event of any dispute/s, difference/s or claim/s arising out of or relating to the int
erpretation and application of the Contract, such dispute/s or difference/s or claim/s shall be settle
d amicably by mutual consultations of the good Offices of the respective Parties and recognizing t
heir mutual interests attempt to reach a solution satisfactory to both the parties. If such a resoluti
on is not possible, within 30 days from the date of receipt of written notice of the existence of suc
h dispute/s, then the unresolved dispute/s or difference/s or claim/s shall be referred to the Sole Ar
bitrator appointed by the Parties by mutual consent in accordance with the rules and procedures o
f Arbitration and Conciliation Act 1996 together with amendments thereto or any modification ther
eof. The arbitration shall be conducted in Dehradun in the Arbitration and Conciliation Centre Dehr
adun [Domestic and International] as per its rules and regulations. The expenses for the Arbitratio
n shall be shared equally or as may be determined by the Arbitrator. The considered and written d
ecision of the Arbitrator shall be final and binding between the Parties. The Seat for Arbitration sha
ll be Dehradun and the Arbitration proceedings shall be conducted in English Language only. Work
under the contract shall be continued by the Contractor during the pendency of Arbitration procee
dings, without prejudice to a final adjustment in accordance with the decision of the Arbitrator unl
ess otherwise directed in writing by the Purchaser or unless the matter is such that the work cann
ot be possibly continued until the decision [whether final or interim] of the Arbitrator is obtained.

05. Arbitration with Public Sector Undertakings: In the event of any dispute or difference relating to th
e interpretation and application of the Contract, such dispute or difference shall be taken up by eit
her party for resolution through AMRCD as mentioned in DPE OM No. 4 (1)/2013 - DPE (GM) /FTS -1
835 dated 22.05.2018. And/or amended thereafter.

06. The identified vendor will be asked to complete 1 demonstration of converted file hosted as live s
ystem. The same will evaluated for the quality of the output by the experts from IIRS. If satisfied, t
he vendor will be asked to continue, else IIRS will have the right to terminate the job not satisfying
with the quality of work done by the vendor. Project Timeline: The project has to be completed wit
hin 6 months from the date of Purchase Order. Supplier should work in strict compliance and have
adequate project management and delivery staff.

07. Foreign vendors are not permitted to participate in this tender. Only Class-I and Class-II Local sup
pliers as per Make in India Policy are eligible to participate in the tender. Quotations directly from
Foreign OEM/or from Agent quoting on behalf of Foreign OEMs are not allowed to participate in thi
s tender.

08. Force Majeure: Neither party shall bear responsibility complete or partial non-performance of any
of his obligations [except for failure to pay any sum which has become due on account of receipt o
f goods under the provisions of the Purchase Order/Contract], if the non-performance results from
such force majeure circumstances such as, but not restricted to, flood, fire, earthquake, civil com
motion, sabotage, explosion, epidemic, quarantine restriction, strike, lock out, freight embargo, ac
ts of the Government either in its sovereign or its contractual capacity, hostility, acts of public ene
my and other acts of God as well as war or revolution, military operation, blockade, acts or actions
of state authorities or any other circumstances beyond the control of the parties that have arisen
after the conclusion of Purchase Order/Contract. In such circumstances, the time stipulated for the
performance of an obligation under the Purchase Order/Contract may be proportionately extended
. The party for whom it has become impossible to meet the obligation under this contract due to f
orce majeure condition shall notify the other party in writing not later than 7 days from the date of
the occurrence and cessation of the force majeure condition/s. In the event of delay lasting over o
ne month, arising from force majeure causes, the Purchaser reserves the right to cancel the contra

6 / 10
ct without any obligation to compensate theTenderer in any manner. Unless agreed by both the p
arties, in writing, the Contractor shall continue to perform his obligations under the Purchase
Order/Contract as far as is practical and shall seek all reasonable alternative means for performan
ce not prevented by the force majeure event. Any Certificate issued by the Chamber of Commerce
or any other competent authority or organization of the respective country shall be sufficient proof
of commencement and cessation of the above circumstances. In case of failure to carryout compl
ete or partial performance of an obligation for more than 60 days, either party shall reserve the rig
ht to terminate the Contract totally or partially. A prior written notice of 30 days to the other party
will be given informing of the intention to terminate without any liability. The Force Majeure conditi
on is applicable only to the prime Contractor and Purchaser.

09. Delay in Completion/Liquidated Damages: The time and date stipulated in the contract for comple
tion of the work shall be deemed to be the essence of the contract. If the Contractor fails to deliver
the Stores within the time specified in the Contract or any extension thereof or if the Contractor fai
ls to maintain the required progress or comply with the relevant provisions of the general condition
s of contract or special conditions of contract, if any and clear the site on or before the contract or
extended date of completion, the Purchaser shall, without prejudice to any other right or remedy a
vailable under the law to Purchaser on account of such breach, recover from the Contractor as Liq
uidated Damages a sum one-half of one percent [0.5 percent] of the Contract price of the undelive
red Stores for each calendar week of delay or part thereof. The total Liquidated Damages shall not
exceed Ten percent [10 percent] of the Contract price of the unit or units so delayed. In case of de
lay in delivery of the Stores beyond the delivery date stipulated in the Purchase Order/Contract or
any extension thereof, such Stores shall be received without prejudice to the right of the Purchase
r to claim Liquidated Damages and without prejudice to the terms and conditions of the Purchase
Order/Contract.

10. Land Sharing: Any bidder from a country, which shares a land border with India, will be eligible to
bid only if the bidder is registered with the Competent Authority in terms of Order (Public Procure
ment No.3) dt.23rd July 2020 and any amendments there to issued by Public Procurement Division
, Department of Expenditure, Ministry of Finance, Government of India. Bidders should ensure co
mpliance with Rule 144 (xi) of GFR2017 and as such GeM GTe clause 26 regarding Restrictions on
procurement from a bidder of a country which shares land border with India, stipulates that any bi
dder 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 a bid, the Bidder mu
st ensure compliance of this through an undertaking and any false declaration or non-compliance
of can be a ground for immediate termination of the contract and further legal action in accordanc
e with law.

11. Goods and Service Tax: Government of India has implemented Goods and Services Tax [GST] w.e.
f. 01.07.2017. The Tenderer[s] should mandatorily possess a valid GSTIN along with the GST Regis
tration Certificate. Please send duly self-attested certificate of GST Registration along with offer[s]
, in the absence of which your offer[s] will be invalid and shall not be considered. HSN Code and ap
plicable rate of GST. Indian Institute of Remote Sensing [IIRS], Dehradun is not eligible for any Con
cessional GST. Tenderer shall mention applicable GST / IGST for the offered item / Service along wi
th the HSN Code.

12. Fall Clause: The maintenance charges shall in no event exceed the lowest charges at which you s
ervice machines of identical description to any other party during the currency of this contract. If
at any time, during the said period, you reduce the service charges of such system to any other c
ustomer, it shall be forthwith notified to us and the charges payable under the contract for servicin
g done after the date of coming into force of such reduction of service charges, shall stand
correspondingly reduced.

13. Successful Bidder can submit the Performance Security 3% of the order value in the form of Accou
nt Payee Demand Draft also (besides PBG which is allowed as per GeM GTC). DD should be made i
n favour of PAY & ACCOUNTS OFFICER, IIRS payable at DEHRADUN. After award of contract, Succe
ssful Bidder can upload scanned copy of the DD in place of PBG and has to ensure delivery of hard
copy to the original DD to the Buyer within 15 days of award of contract.

7 / 10
14. Successful Bidder can submit the Performance Security of 3% of the order value in the form of Fix
ed Deposit Receipt also (besides PBG which is allowed as per GeM GTC). FDR should be made out
or pledged in the name of PAY & ACCOUNTS OFFICER, IIRS A/C (Name of the Seller). The bank sho
uld certify on it that the deposit can be withdrawn only on the demand or with the sanction of the
pledgee. For release of Security Deposit, the FDR will be released in favour of bidder by the Buyer
after making endorsement on the back of the FDR duly signed and stamped along with covering le
tter. Successful Bidder has to upload scanned copy of the FDR document in place of PBG and has t
o ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of contract.

15. Successful Bidder can submit the Performance Security 3% of the order value in the form of Paym
ent online through RTGS /internet banking also (besides PBG which is allowed as per GeM GTC). O
nline payment shall be in Beneficiary name PAY & ACCOUNTS OFFICER Account No. 36959888602
IFSC Code SBIN0000630 Bank Name STATE BANK OF INDIA Branch address MAIN BRANCH, 4, CON
VENT ROAD, DEHRADUN- 248001. Successful Bidder to indicate Contract number and name of Sell
er entity in the transaction details field at the time of on-line transfer. Bidder has to upload scanne
d copy / proof of the Online Payment Transfer in place of PBG within 15 days of award of contract.

16. Payment Term Payment Term: Payment shall be made on as per actuals on number of hour basis
as per given milestone:

i. Conversion to HTML: 60%

ii. Integration in LMS: 20%

iii. Course creation: 20%

Milestone payment shall be made after duly certification by user division.

17. Supplier shall provide the contact details of the bank’s PBG/e-PBG issuing authority required for c
onfirmation of the same.

18. Vendor need to submit the Compliance Statement uploaded in the Buyer Added Bid Specific ATC
with stamp and signature. Failed to provide which, quote shall be treated as REJECTED.

19. The vendor should sign a Non-compliance Agreement with IIRS regarding the content of the task.
Bidder’s offers are liable to be rejected if they don’t agree.

20. The Performa for Non-Disclosure Agreement shall be provided after awarding the contract.

21. Purchase Order/Delivery/MIRV related: Purchase and Stores Officer, IIRS, 4 Kalidas Road, Post Box
-135, Dehradun-248001, Uttarakhand, Phone No.: 0135-2524317/4318, email: pns@iirs.gov.in.

22. Payment related: Pay and Accounts Officer, IIRS, 4 Kalidas Road, Post Box-135, Dehradun-
248001, Uttarakhand, Phone No.: 01352524319, Email: pao@ilrs.gov.in.

23. Termination: Under the normal circumstances, Termination/Short Closing of the Purchase Order/C
ontract is not foreseen. However, the Purchaser reserves the right to terminate the Contract in wh
ole or in part by giving 30 days prior notice under the following circumstances:
a] For repeated non-performance in the execution of Purchase Order/Contract.
b] If the Contractor fails to deliver the final Product within the stipulated delivery schedule
or any extension thereof, granted by Indian Institute of Remote Sensing [IIRS].
c] If the Stores repeatedly fails in the Inspection and does not pass Inspection and Quality r
equirements of Purchase Order/Contract and/or the Contractor is not in a position to either
rectify the defects or offer the Stores conforming to the contracted Quality Standards.
d] If the Contractor is unable to rectify the defects or offer replacements in lieu of defective
items
e] If the final Product does not pass Inspection and Quality requirements of Purchase Order
/Contract.
f] If the Contractor fails to perform any other obligations under Purchase Order/Contract.
g] If the Contractor becomes bankrupt or otherwise insolvent.
h] Owing to deficiency of service, breach of Contract.

8 / 10
I] For inefficiency, indiscipline, irregularity, insincerity, indifference in work, indulges in corr
upt practices, disobedience, doubtful credentials/integrity, etc., at any point of time during
the Contract period.
j] To terminate the Purchase Order/Contract at any time by giving 30 days prior notice.

k] If the Contractor become bankrupt or otherwise insolvent or any petition seeking its insol
vency is admitted by a Court/Tribunal of Competent jurisdiction or if the Contractor applies
for voluntary insolvency or enters into any arrangement for deferred payment to its credito
rs.
.

11. 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.
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

9 / 10
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---

10 / 10

You might also like