Professional Documents
Culture Documents
Prefab Shelter Using Puf Panel of Different Sizes
Prefab Shelter Using Puf Panel of Different Sizes
GEM/2024/B/4640511
Dated/ दनांक : 19-02-2024
Total Quantity/कुल मा ा 73
1 / 15
Bid Details/ बड ववरण
Primary product category Prefab shelter using PUF panels of different sizes
(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 :
DIG GC SNR
DIG, GC, CRPF, HUMHAMA, Srinagar, (J&K) 190021
(Rajesh Kumar)
Splitting/ वभाजन
2 / 15
Reserved for Make In India products
1. 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.
2. 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.
3. 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.
4. 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.
5. Bid reserved for Make In India products: : Procurement under this bid is reserved for purchase from 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.
However, eligible micro and small enterprises will be allowed to participate. The minimum local content to
qualify as a class 1 local supplier is denoted in the bid document. All bidders 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 the bid is liable to be rejected. 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 . In
case Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
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.
7. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
3 / 15
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
8. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 20% of bid quantity, in at least one of the last three Financial years before the bid
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.
9. 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:
SIZE Prefabricated Shelter Barrack 19.52 Mtr (64.00 feet) X 5.50 Mtr (18.00 feet)
Building sizes with 1.52 Mtr (5.00 feet) verandah
OTHERS Number of windows in each 8 numbers windows for Barrack 19.52 Mtr (64.00
shelter feet) X 5.50 Mtr (18.00 feet)
4 / 15
Installation Commissioning and Testing (ICT) details for the above item:
Applicable Specification
View
Document
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
192301,Commandant 182 BN
2 Deepak Dhoundiyal Crpf , Sheep Complex, 9 180
Pulwama( J & K ) , Pin- 192301
190001,Commandant 79 Bn,
CRPF, Hotel International,
5 Kishore Kumar 3 180
Sonwar, Srinagar, J&K, Pin
190001
5 / 15
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
110072,Commandant 1 Signal
7 Vinay Kumar Tiwari Bn, CRPF, Jharoda Kalan New 1 180
Delhi- Pin- 110072
SIZE Prefabricated Shelter Barrack 9.76 Mtr (32.00 feet) X 5.50 Mtr (18.00 feet)
Building sizes with 1.52 Mtr (5.00 feet) verandah
OTHERS Number of windows in each 4 numbers windows for Barrack 9.76 Mtr (32.00 feet)
shelter X 5.50 Mtr (18.00 feet)
6 / 15
Installation Commissioning and Testing (ICT) details for the above item:
Applicable Specification
View
Document
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
192301,Commandant 182 BN
3 Deepak Dhoundiyal Crpf , Sheep Complex, 17 180
Pulwama( J & K ) , Pin- 192301
190018,Commandant 73 Bn,
4 Raj Kumar CRPF,Bemina Srinagar, Jammu 2 180
& Kashmir, Pin- 190018
190001,Commandant 79 Bn,
CRPF, Hotel International,
8 Kishore Kumar 3 180
Sonwar, Srinagar, J&K, Pin
190001
7 / 15
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
190001,Commandant 21 BN,
9 Alok Veer Yadav CRPF, Metro Hotel Dal Gate, 1 180
Srinagar, J&K, Pin 190001
110096,Commandant 243 Bn
Hans Ram
10 CRPF, MAYUR VIHAR PHASE-3, 5 180
Chandawat
NEW DELHI -110096
110072,Commandant 1 Signal
12 Vinay Kumar Tiwari Bn, CRPF, Jharoda Kalan New 1 180
Delhi- Pin- 110072
Prefab Toilet Block Of Size 4.88 M X 7.32 M (As Per GeM Drawing) ( 10 pieces )
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
GENERIC Type of Prefab Toilet Block Without Verandah Conforming to GeM DRG. NO.114
(VERSION-2015)
Pre-fabricated Toilet Block Double skin insulated flat cement sheet/ board
to be manufactured by (asbestos fibre) panels for wall and CGI sheet roof
using
Time Period for Completion Within 60 days of the date of receipt of consignee's
of Erection work at site by confirmation regarding completion of ground and
Seller foundation work
8 / 15
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य
ROOF & ROOF Roof to be done with Galvanised corrugated sheets of 0.63mm thickness
FRAME WORK conforming to IS 277/Latest having min. 275gsm
galvanising
Installation Commissioning and Testing (ICT) details for the above item:
9 / 15
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
192301,Commandant 182 BN
1 Deepak Dhoundiyal Crpf , Sheep Complex, 4 180
Pulwama( J & K ) , Pin- 192301
110096,Commandant 243 Bn
Hans Ram
4 CRPF, MAYUR VIHAR PHASE-3, 1 180
Chandawat
NEW DELHI -110096
Special terms and conditions-Version:1 effective from 04-05-2020 for category Prefab Toilet Block of
Size 4.88 M x 7.32 M (As Per GeM Drawing)
1. Scope of supply includes Supply, Installation, Testing and Commissioning of Hut/House hence Offer Price to
include all these cost components. Further, Offer Prices are on Free Delivery at Consignee site basis hence
Transpotations / Freight charges are to be included in Offer price. Building of Foundation at site shall be
the responsibility of the Consignee and the Seller shall Install / Erect and Commission the structure on the
foundation constructed upto plinth level by the Consignee. Bill / invoice to be submitted in two parts by
seller (80% and 20%). Payment for initial 80% to be made within ten (10) days of receipt of goods by
consignee. Bill for balance 20% to be raised by seller after completion of installation / commissioning , and
to be released by Buyer with in ten (10) days of issue of consignee receipt-cum-acceptance certificate
after Successful installation / Commissioning. In case advance sample is required, after award of contract,
Seller shall have to get Advance sample approved from Buyer before manufacturing / starting Bulk
supplies. Buyer shall approve / provide list of modifications required within 10 days of offer of advance
sample. If there is delay in approval of advance sample from Buyer side, the delivery period shall be
regularized for the period of delay in sample approval.
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत
1. Generic
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
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.
3. Generic
10 / 15
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
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.
5. 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.
6. Generic
7. 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.
8. Generic
While generating invoice in GeM portal, the seller must upload scanned copy of GST invoice and the
screenshot of GST portal confirming payment of GST.
9. 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):
Bidders can also submit the EMD with Account Payee Demand Draft in favour of
11 / 15
SBI BARZULLA BRANCH, RAMBAGH, SRINAGAR (J&K)-190015
.
Bidder has to upload scanned copy / proof of 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.
Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of
Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods
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% of margin of purchase
preference /price band defined in relevant policy, such Seller shall be given opportunity to match L-1
price and contract will be awarded for percentage of 25% of total value.
14. 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.
15. 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.
16. 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):
1. Lab test report from NABL/Govt Accredited lab, not more than 3 years old, must be submitted with the B
id.
.
12 / 15
17. Buyer Added Bid Specific ATC
1. Bidder must submit following declaration on firm’s letter head along with the Bi
d:-
In the bid documents at column “Inspection required” it is mentioned “No” due to non-availability
of name of inspection Agency RITES at GeM system. But the seller has to get the Inspection of all t
he material of Prefeb huts with PUF panel done from RITES before dispatch to the consignee for wh
ich the bidder has to upload/submit the DECLARATION FOR INSPECTION AGENCY (PDI) along
with bid documents in the following format on the firm’s letter head.
Signature ……………………………………………..
Designation …………………………………………
2. In light of para 7.5.6 (ii) Manual for Procurement of Goods 2017 (updated 2022) the succes
sful firm’s have to submit breakup of the price which would help in determination of reasonablene
ss of rates.
3. OEM/Bidder should submit an undertaking that business dealings with its firm have not be
en banned by any Min/Deptt. of Supply/Min. of Home Affairs.
4. OEM/Bidder will upload a self declared certificate on its letter head stating that its firm has
not been blacklisted by any Govt/PSU agencies during last three years and also not under liquidati
on/Court receivership/similar proceedings.
5. OEM/Bidder are required to furnish an undertaking that their offered product is meeting all
the required parameters of MHA/Defence approved QRs/ Buyer added Bid specific ATC (Additional
terms & conditions).
6. Firm’s have to submit undertakings regarding (a) Blacklisting (b) forged/misleading docum
ents/genuineness of documents (c) Financial Standing (d) Acceptance of ATC, QRS on a single cert
ificate on firm’s letter head.
7. Purchaser reserves the right to get the manufacturing capacity of the all firms re-verified ir
respective of the registration status.
8. OEM/Bidder are required to go through the terms and conditions carefully and accordingly t
o submit all the documents/certificates/literature as called for in the bid, failing which their offer s
hall liable to be rejected.
9. Purchaser reserves the right to cancel/reject or Scrap the tender without assigning any rea
son.
10. Payment Clause :-Bill/Invoice to be submitted in two parts by seller (80% and 20%) Paym
ent for initial 80% to be made within ten (10) days of receipt of goods by consignee. Bill for balanc
13 / 15
e payment to be raised by seller after completion of installation/commissioning and to be released
by Buyer with in ten (10) days of issue of consignee receipt-cum-acceptance/work completion cert
ificate after successful installation/commissioning.
11. MII and Udyam certificate are required to be uploaded by all bidders.
12. Warranty/Guarantee:- Store supplied against specification shall be deemed to bear the
warranty of supplier against defective design material, workmanship and performance for period o
f 02 years from the date of receipt of store at consignee end. And if during the specified period th
e store supplied is found to be defective, the same shall be replaced immediately with serviceable
store by the supplier at site free of any charges as may be decided by the purchasing officer, on re
commendation of consignee/quality assurance authority.
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
14 / 15
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।
15 / 15