You are on page 1of 13

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3917752
Dated/ दनांक : 26-09-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 23-10-2023 11:00:00

Bid Opening Date/Time/ बड खुलने क


23-10-2023 11:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Defence

Department Name/ वभाग का नाम Department Of Military Affairs

Organisation Name/संगठन का नाम Indian Navy

Office Name/कायालय का नाम ***********

Total Quantity/कुल मा ा 1810

SMF0022 , SMF0023 , SMF0024 , SMF0025 , SMF0026 ,


Item Category/मद केटे गर
SMF0027

23BCLC025 FOR PROCUREMENT OF SANDALS SUBMARINE


BOQ Title/बीओ यू शीषक
WITH STRAP

Minimum Average Annual Turnover of the


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

OEM Average Turnover (Last 3 Years)/मूल


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

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
Document required from seller/ व े ता से मांगे (Requested in ATC)
गए द तावेज़ *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

1 / 13
Bid Details/ बड ववरण

Past Performance/ वगत दशन 30 %

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

Primary product category SMF0024

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 (%) 5.00

Duration of ePBG required (Months)/ईपीबीजी क


14
अपे त अविध (मह ने).

(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
CFA/ MS
Naval Store Depot, Samagri Bhavan, Material Organisation, Naval Store Depot, Lbs Marg, Ghatkopar west,
Mumbai-400086, Department of Military Affairs, Indian Navy, Ministry of Defence
(The Material Superintendent)

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

2 / 13
MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
2. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
3. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period
shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken into
account for this criteria.
4. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

5. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.
6. 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.
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.
7. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 30% of bid quantity, in at least one of the last three Financial years before the bid

3 / 13
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.

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

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


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

SMF0022
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Mumbai 180 150

SMF0023
(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

Specification Document View File

BOQ Detail Document View File

4 / 13
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Mumbai 400 150

SMF0024
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Mumbai 400 150

SMF0025
(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

Specification Document View File

5 / 13
BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Mumbai 400 150

SMF0026
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Mumbai 280 150

SMF0027
(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)

6 / 13
Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********Mumbai 150 150

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

1. Generic

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

STORE HOUSE 71, CMT COMPLEX,


NAVAL STORE DEPOT, SPDC COLONY,
SION-TROMBAY ROAD,
NEAR BARC MAIN GATE,
MANKHURD, MUMBAI-400088
.

2. Generic

Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.

3. Generic

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

a. Copy of PAN Card.

b. Copy of GSTIN.

c. Copy of Cancelled Cheque.

d. Copy of EFT Mandate duly certified by Bank.

4. Generic

7 / 13
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

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

6. Generic

Supplier shall ensure that the Invoice is raised in the name of Consignee with GSTIN of Consignee only.

7. Generic

The seller is required to print logo as per buyer's requirement.

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

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.

10. Sample Clause

For clothing and allied items, if pre-dispatch Inspection clause has been selected in the Bid, the Inspection
Agency shall forward sample from the accepted lot duly identified/ sealed by it, as Reference Sample to
each consignee (one reference sample per consignee) for comparing the lot received at consignee end
with such reference sample. Such reference samples will be treated as part of supplied quantity from the
lot and cost shall be borne by the Buyer.

11. Financial Criteria

NET WORTH: Net Worth of the OEM should be positive as per the last audited financial statement.

12. Scope of Supply

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

13. Purchase Preference (Centre)

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

8 / 13
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. 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.

15. Certificates

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

16. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

INDENT NO 23BCLC025

ADDITIONAL CLAUSE AGAINST GeM BID FOR

PROCUREMENT OF SANDAL SUBMARINE WITH STRAPS (SIZE 06-11)

1. SPECIFICATION DETAILS: Specification of subject item is DCV/CG/NAVY/15/2013 dated 21 Oc t 13.

2. Sample :- Firm to submit 02 (Two) nos of each tendered item complaint to the specification mentioned
in GeM Tender Enquiry to following address prior bid end date quoting reference of the item description,
GeM bid number & bid end date. Submit with 03 copies of forwarding letter. The samples to be forwarded
on No cost no commitment basis. Bids without samples will be liable for rejection outright.

Asst. / Joint Controller Material Planning(CMT)

(for Controllerate Material Planning)

Samagri Bhawan, Material Organisation

Opp. Chirag Nagar, Ghatkopar (West)

Mumbai 400086 Tel: 022-25043124

3. Lab test Report: Firms are requested to minutely check the manufacturing compliance against specifi
cation at Para 1 above. Bidders are required to submit lab test report from Govt / FDDI lab durin
g tendering before tender opening date is acceptable. It is mandatory to get all parameters of the s
pecification tested by the lab. If lab test report of any of the parameters as per specification is mi
ssing the technical bid is liable for rejection. Further, lab testing of the item will be carried out at ins
pection stage/ post order placement / post supply of material or at any stage. Bids without lab test rep
ort / incomplete lab test report will be liable for rejection outright.

Note: Expenditure for lab test at any stage will be borne by the firm.

4. The bidder must submit the copy of factory licence from appropriate government agency along with onli
ne technical bid on GeM portal. Bids without this documents will be liable for rejection outright.

9 / 13
ne technical bid on GeM portal. Bids without this documents will be liable for rejection outright.

5. Embossing / Labelling :-

(a) Firm’s Name _________________________________________

(b) Purchase order reference _______________________________

(c) Batch No., Month & year of Manufacturer ___________________

(d) Pattern No. & Nomenclature CNCMT-_____________ & _______

(e) Instruction for upkeep and maintenance of the item, if any

(f) Logo and Property of Indian Navy

6. L1 Determination: All firms participating on GeM bid with valid documents/bids will be considered, the
reafter, Board of Officers (BOO) will evaluate technical documents and samples submitted by every firm a
nd qualify bids of only those firm which is acceptable on both parameters (Lab test report and tender sam
ple). CST will be prepared and L1 will be as determined by GeM portal post RA.

7. Delivery Period: PSPP 01 lot.

a. Item to be offered for inspection within 120 days from receipt of GeM Contract. In case, item is offer
ed for inspection after 120 days then inspection duration/delay will be fully attributable to the firm.
Firm to forward the inspection indicating call letter within two weeks before consignment is ready fo
r inspection indicating the proposed date of inspection.

b. Probable duration for inspection-20 days.

c. Item to be delivered to Consignee within 10 days from date of receipt of inspection note.

d. Total delivery period will be 150 days (120+20+10).

8. Firm to forward the inspection call letter to this office two weeks prior the consignment is ready
for inspection indicating the proposed date of inspection. Proposed date of inspection to be consid
ered as date of offer letter mentioned in the inspection call.

9. Inspection: Item will be inspected by Board of Officers (BOO) formed by receptive command where L1
firm located as per specification mentioned in TE/ item catalog. Pre-dispatch inspection to be carried out b
y Board of Officers (BOO) against tendered specification. All expenses towards testing and inspection will b
e borne by the firm. Inspection note alongwith lab test report is to be forwarded by BOO.

10. Item technical compliance matrix and Vendor evaluation technical compliance matrix (enclosed) to acc
epted / filled by respective bidders. Bids without MATRIX will be liable for rejection outright. Bidder
s have to strictly adhere to published timelines, no delivery period extension request will be entertained. B
idder anticipating insufficient timelines may choose not to participate in the tender.

10 / 13
11. Embossing of Indian Navy name- Indian Navy name is being required to be embossed on the tend
ered items (as mentioned in specification-tentative photographs given). The same should be clearly visible
on the subject items. The items without the same will be out-rightly rejected.

12. The firms to submit following valid certificates/documents along with bid documents-

(a) The bidders are required to submit the relevant cerificate of incorporation/ certificate of commenceme
nt of business/certificate of concerned Director of Industries/concerned competent Authority.

(b) The bidders are required to submit test report from Footwear Design and Development Institute (FDDI)
for the subject tender items. The test report should not older than 03 months. Non submission of the test r
eport may be liable for rejection. No further corrspondances against submission of test report will be consi
dered.

(c) The bidders are reuquired to submit factory licence certificate issued against the Facotry Act-1948.

(d) The bidders are required to submit Factory Pollution ceritificate issued by Central Pollution Control Boa
rd (CPCB).

13. Shelf life. Firm to submit Warranty/Guarantee certificate as per Shelf life of the items i.e. firms to ens
ure items covers the period the Warranty/Guarantee. Firms to strictly adheres to Shelf life terms and condi
tions.

14. Bid Security Declaration:- Refer to DoE Memo Number F.9/4/2020-PPD dated 12 Nov 20 all the pros
pective firms / bidders to submit ‘Bid Security Declaration Certificate’ as per performa enclosed. Bids
without this documents will be liable for rejection outright.

15. The firm will be responsible for unloading of consignment at Consignee’s premises.

17. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

18. 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.

19. Turnover

11 / 13
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.

20. Purchase Preference (State)

Purchase preference to Micro and Small Enterprises (MSEs) from the State of Bid Inviting
Authority : Purchase preference will be given to MSEs as Micro and Small Enterprises from the State of
Bid inviting Authority whose credentials are validated online through Udyog Aadhaar/URC for that product
category. 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 Quoted price as percentage margin of purchase perference/price}
% 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 as
defined/ decided in relevant policy.

21. 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.

22. Ration Item ATCs

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

23. Ration Item ATCs

Shelf Life The supplier shall declare the shelf life/best before use for a minimum period equal to the
warranty period as given in the DFS for the item. The item should be of the latest manufacture,
conforming to the current production standard and having 100% defined life at the time of delivery.

24. Ration Item ATCs

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

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

12 / 13
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
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---

13 / 13

You might also like