You are on page 1of 7

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4310285
Dated/ दनांक : 08-12-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 30-12-2023 20:00:00

Bid Opening Date/Time/ बड खुलने क


30-12-2023 20:30:00
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 Atomic Energy

Organisation Name/संगठन का नाम Directorate Of Purchase And Stores

Office Name/कायालय का नाम Directorate Of Purchase And Stores

Total Quantity/कुल मा ा 1

PCB Layout Design, Fabrication, Assembly, Testing and


Item Category/मद केटे गर
Supply Hardware modules as per attached specif (Q3)

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

Certificate (Requested in ATC),OEM Authorization Certificate


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

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 5 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

1/7
EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 61360

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


23
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 :
Director, DPS Acting on Behalf of President of India
Directorate Of Purchase And Stores, Department of Atomic Energy, Directorate of Purchase and Stores,
DPS/CPU/04/B3/2660/PT
(Sharad Bhaialal Hatwar,apo/b3, Phone: 022-25487124)

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

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

2/7
"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. 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.

4. 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.

5. 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

PCB Layout Design, Fabrication, Assembly, Testing And Supply Hardware Modules As
Per Attached Specif ( 1 set )

(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

3/7
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

400085,Material Receipt Cell


(MRC), North Gate, Central
1 Rupali Pankaj Patil 1 270
Stores Unit, BARC, TROMBAY,
MUMBAI

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

1. Scope of Supply

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

2. Inspection

Pre-dispatch inspection at Seller premises (Fee/Charges to be borne by the BUYER): Before


dispatch, the goods will be inspected by Buyer / Consignee or their Authorized Representative or by
Nominated External Inspection Agency (independently or jointly with Buyer or Consignee as decided by
the Buyer) at Seller premises (or at designated place for inspection as declared / communicated by the
seller) for their compliance to the contract specifications. Fee/Charges taken by the External inspection
Agency and any external laboratories testing charges shall be borne by the Buyer. For in-house testing,
the Sellers will provide necessary facilities free of cost. Seller shall notify the Buyer through e-mail about
readiness of goods for pre-dispatch inspection and Buyer will notify the Seller about the Authorized
Representative/ Nominated External Inspection Agency and the date for testing. The goods would be
dispatched to consignee only after clearance in pre-dispatch inspection. Consignee's right of rejection as
per GTC in respect of the goods finally received at his location shall in no way be limited or waived by
reason of the goods having previously been inspected, tested and passed by Buyer/ Consignee or its
Nominated External Inspection Agency prior to the goods' shipment. While bidding, the sellers should take
into account 7 days for inspection from the date of email offering the goods for inspection. Any delay in
inspection beyond 7 days shall be on the part of the buyer and shall be regularised without Liquidated
Damages.
When there is requirement of submission the advance sample, the seller shall inform the buyer promptly
through emails about the date of submission of sample to the buyer nominated Inspection agency.

3. 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.

4. 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.

4/7
5. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

MII
BIDDERS MUST UPLOAD THE SELF-DECLARATION RELATED LOCAL CONTENT ON THEIR LETTERHEAD AS PE
R THE ATTACHED ANNEXURE – XI FAILING WHICH OFFER WILL BE REJECTED. In case of authorized dealer o
f Original Equipment Manufacturer, authorization certificate should be submitted to establish relationship
with OEM mandatorily else bid will be rejected

Rule 144 (XII)


BIDDERS MUST UPLOAD THE DECLARATION RELATED TO COUNTRIES SHARING LAND BORDER WITH INDIA
ON THEIR LETTERHEAD AS PER THE ATTACHED ANNEXURE - XII WITHOUT WHICH OFFERS WILL BE REJECT
ED.
ALL THE DOCUMENTS UPLOADED SHOULD BE ON THE BIDDER’S LETTER HEAD. DOCUMENTS CLEARLY SPE
CIFYING THE ACCEPTANCE OF ALL THE TECHNICAL SPECIFICATIONS, ADDITIONAL SPECIFICATION PARAMET
ERS AND TERMS AND CONDITIONS SHOULD BE UPLOADED.

EMD:

Bidders must submit the EMD with Account Payee Demand Draft in favour of PAY & ACCOUNTS OFFICER, D
PS payable at V S BHAVAN , ANUSHAKTINAGAR, MUMBAI - 94. Bidder has to upload scanned copy / proof o
f the DD along with bid and has to ensure delivery of hardcopy to the Buyer within 5 days of Bid End date /
Bid Opening date. The same should be delivered to APO, Despatch, V S Bhavan, Anushkatinagar, Mumbai -
94. The envelop should be superscribed with
Bid No. (File No.DPS/CPU/04/B3/2660/PT)

NOTE: THE BIDDER SHALL UPLOAD DOCUMENTORY EVIDENCE FOR WAIVER OF EMD, FAILING WHICH THE
OFFER SHALL BE RIABLE FOR REJECTION.

BANK DETAILS MAY BE FURNISHED ALONGWITH IFSC CODE

DEMAND DRAFT IN LIEU OF PBG:


Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also (b
esides PBG which is allowed as per GeM GTC). DD should be made in favour of Pay and Accounts Officer, D
PS, payable at V S Bhavan, Anushaktinagar, Mumbai – 400 094. After award of contract, successful 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, The same should be delivered to APO, Despatch, V . S
. Bhavan, Anushaktinagar, Mumbai – 94. The envelop should be super cribbed with DPS/CPU/04/B3/2660/P
T-B

FOR Epbg : it should be addressed to :

THE PRESIDENT OF INDIA


(Acting through The Director, Directorate of Purchase & Stores)
Directorate of Purchase and Stores, Government of India, Department of Atomic Energy, 1st Floor, Central
Purchase Unit, Vikram Sarabhai Bhavan, Anushaktinagar, Mumbai – 400094.
Email: apob3@dpsdae.gov.in

PBG:
Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also (b
esides PBG which is allowed as per GeM GTC). DD should be made in favour of PAY & ACCOUNTS
OFFICER, DPS payable at V S BHAVAN , ANUSHAKTINAGAR, MUMBAI - 94. After award of contract, Successf
ul 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.

NOTE TO BIDDERS :
1. “Vehicles with GPS facility will not be allowed entry inside purchaser’s premises. In view of the above ,
the consignments should be dispatched only through vehicles without GPS system.”
2. The ordered items shall be supplied to the respective stores only on working days and between 10.00
hours to 16.00 hours excluding Saturdays,Sundays and Public Holidays. The supplier shall give advance int
imation in the consignee through email before delivering the material.
3. Please mention File Ref. No. DPS/CPU/04/B3/2660/PT-B for any future correspondence with buyer.

5/7
4. BIDDERS CAN ALSO MAKE THE PAYMENT OF EARNEST MONEY DEPOSIT (EMD) / PERFORMANCE SECUR
ITY DEPOSIT BANK GUARANTEE (PSDBG) ELECTRONICALLY USING CREDIT CARD (CC), DEBIT CARD (DC), N
ET BANKING, IMMEDIATE PAYMENT SERVICE (IMPS) AND UNIFIED PAYMENT INTERFACE/BHARAT INTERFACE
FOR MONEY (UPI/BHIM) THROUGH Non-Tax Receipt Portal (NTRP) known as Bharatkosh.
URL: https://bharatkosh.gov.in
THE DEPOSITOR/USER IS REQUESTED TO FOLLOW THE STEPS AS INDICATED IN ANNEXURE-I FOR MAKING
PAYMENT. THE SOFT COPY OF THE ONLINE PAYMENT RECEIPT AND CHALLAN GENERATED THROUGH THE S
YSTEM SHALL BE UPLOADED ALONG WITH THE BID AS PER THE FORMAT ENCLOSED HEREWITH FOR ENABL
ING REFUND OF EMD. IT MAY BE NOTED THAT IN THE “REMARKS” COLUMN, THE REASONS FOR DEPOSITIN
G THE MONEY INCLUDING TENDER NO. / BID REFERENCE / PURCHASE ORDER NO., REMITTER’S NAME, ADD
RESS MAY BE MANDATORILY INDICATED AS EXPLAINED IN NOTE 1 BELOW ANNEXURE-I, SO AS TO RELATE
THE PAYMENTS WITH THE ACTIVITIES.
FLOW CHART FOR MAKING PAYMENT IN “BHARATKOSH” IS ATTACHED AS ANNEXURE-I.

6. 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.

6/7
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---

7/7

You might also like