You are on page 1of 23

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/4518265
Dated/ दनांक : 22-01-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 12-02-2024 18:00:00

Bid Opening Date/Time/ बड खुलने क


12-02-2024 18:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


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

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Electronics And Information Technology

Department Name/ वभाग का नाम Department Of Electronics And Information Technology

Organisation Name/संगठन का नाम Centre For Development Of Advanced Computing (c-dac)

Office Name/कायालय का नाम Delhi

Total Quantity/कुल मा ा 11

CIVIL and INTERIOR WORKS , MODULAR FURNITURE ,


PLUMBING WORKS , FIREFIGHTING AND PIPING WORK ,
ELECTRICAL WORKS , IT WORKS , FIRE DETECTION WORKS ,
Item Category/मद केटे गर
HVAC WORKS , AUDIO VIDEO WORKS , SMOKE
MANAGEMENT SYSTEM , BUFFET TABLE FOR EXECUTIVE
CANTEEN

BOQ Title/बीओ यू शीषक Agumentation and modification facilities

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 1300 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 Turnover/टनओवर के िलए


Yes
एमएसई को छूट ा है

Startup Exemption for Turnover/ टनओवर के


Yes
िलए टाटअप को छूट ा है

1 / 23
Bid Details/ बड ववरण

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),Additional Doc 1
(Requested in ATC),Additional Doc 2 (Requested in
Document required from seller/ व े ता से मांगे ATC),Compliance of BoQ specification and supporting
document
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

Past Performance/ वगत दशन 80 %

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Primary product category AUDIO VIDEO WORKS

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)

Estimated Bid Value/अनुमािनत बड मू य 32500000

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 650000

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


39
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

2 / 23
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
CDAC
Plot No-20, FC-33, Institutional Area, Jasola , New Delhi-110025
(Centre For Development Of Advanced Computing)

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
"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.

3 / 23
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.
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.
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 80% 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.

Pre Bid Detail(s)

Pre-Bid Date and Time Pre-Bid Venue

29-01-2024 14:00:00 Plot No-20, FC-33, Institutional Area, Jasola, New Delhi-110025

CIVIL And INTERIOR WORKS


(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 ा

4 / 23
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

MODULAR FURNITURE
(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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

PLUMBING WORKS
(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.

5 / 23
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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

FIREFIGHTING AND PIPING WORK


(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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

ELECTRICAL WORKS
(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 / 23
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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

IT WORKS
(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 ा

7 / 23
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

FIRE DETECTION WORKS


(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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

HVAC WORKS
(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.

8 / 23
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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

AUDIO VIDEO WORKS


(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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

SMOKE MANAGEMENT SYSTEM


(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)

9 / 23
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

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

BUFFET TABLE FOR EXECUTIVE CANTEEN


(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 ा

10 / 23
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110025,FC-33, Plot No. 20,


1 Aishwarya Wasnik Institutional Area, Jasola, New 1 90
Delhi

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. Service & Support

Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site
warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have
to establish one within 30 days of award of contract. Payment shall be released only after submission of
documentary evidence of having Functional Service Centre.

3. Generic

After award of contract – Successful Bidder shall have to get Detailed Design Drawings approved from
buyer before starting fabrication. Successful Bidder shall submit Detailed Design Drawings for Buyer's
approval, within 7 days of award of contract. Buyer shall, either approve the drawings or will provide
complete list of modification required in the drawings within 10 days. Seller shall be required to ensure
supply as per approved Drawings with modifications as communicated by Buyer. If there is delay from
buyer side in approval of drawing– the delivery period shall be refixed without LD for the period of delay
in approval of Drawing.

4. Generic

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

Centre for Development of Advanced Computing


Plot No-20,
FC-33,
Institutional Area,
Jasola , New Delhi-110025
.

5. 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.

6. Forms of EMD and PBG

11 / 23
Bidders can also submit the EMD with Account Payee Demand Draft in favour of

Centre for Development of Advanced Computing (C-DAC)


payable at
New Delhi
.
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.

7. Forms of EMD and PBG

Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). The bank should certify on it that the deposit can be withdrawn only on the demand
or with the sanction of the pledgee. For release of EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date

8. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of

Centre for Development of Advanced Computing (C-DAC)


payable at
New Delhi
.
Bidder has to upload scanned copy / proof of the BC along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

9. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

Centre for Development of Advanced Computing (C-DAC)


Account No.
39668996751
IFSC Code
SBIN0011553
Bank Name
State Bank Of India
Branch address
Jasola New Delhi
.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-
line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

10. 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.

11. Generic

Bidders shall quote only those products (Part of Service delivery) in the bid which are not obsolete in the
market and has at least 3 years residual market life i.e. the offered product shall not be declared end-of-
life by the OEM before this period.

12. 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.

13. Generic

12 / 23
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 %.

14. Service & Support

Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

15. Warranty

Warranty period of the supplied products shall be 3 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.

16. 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.

17. Service & Support

Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.

18. 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.

19. 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.

20. 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.

21. Generic

IT equipment shall be IPv6 ready from day one.

22. Certificates

ISO 9001: The bidder or the OEM of the offered products must have ISO 9001 certification.

23. Purchase Preference (Centre)

Procurement under this bid is reserved for purchase from Micro and Small Enterprises whose credentials
are validated online through Udyog Aadhaar/URC for that product/service category. If the bidder wants to
avail the reservation benefit, 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

13 / 23
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.

24. 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.

25. Scope of Supply

Scope of supply (Bid price to include all cost components) : Supply Installation Testing Commissioning of
Goods and Training of operators and providing Statutory Clearances required (if any)

26. Forms of EMD and PBG

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

Centre for Development of Advanced Computing (C-DAC)


payable at
New Delhi
. 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.

27. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of

Centre for Development of Advanced Computing (C-DAC), New Delhi


A/C (Name of the Seller). The bank should 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 letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

28. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Payment online through RTGS /
internet banking also (besides PBG which is allowed as per GeM GTC). On-line payment shall be in
Beneficiary name

Centre for Development of Advanced Computing (C-DAC)


Account No.
39668996751
IFSC Code
SBIN0011553
Bank Name
State Bank Of India
Branch address
Jasola, New Delhi
. Successful Bidder to indicate Contract number and name of Seller entity in the transaction details field at
the time of on-line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer in
place of PBG within 15 days of award of contract.

14 / 23
29. Warranty

Successful bidder will have to ensure that adequate number of dedicated technical service personals /
engineers are designated / deployed for attending to the Service Request in a time bound manner and for
ensuring Timely Servicing / rectification of defects during warranty period, as per Service level agreement
indicated in the relevant clause of the bid.

30. Generic

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

31. Warranty

Timely Servicing / rectification of defects during warranty period: After having been notified of the defects
/ service requirement during warranty period, Seller has to complete the required Service / Rectification
within 5 days time limit. If the Seller fails to complete service / rectification with defined time limit, a
penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the
seller. Seller can deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all
such penalty amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the service / rectification
done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall be
liable to re-imberse the cost of such service / rectification to the Buyer.

32. Past Project Experience

The Bidder / OEM {themselves or through reseller(s)}, should have executed project for supply and
installation / commissioning of same or similar Category Products during preceding 3 financial years (i.e.
current year and three previous financial years) as on opening of bid, as per following criteria:

(i) Single order of at least 35% of estimated bid value; or


(ii) Two orders of at least 20% each of estimated bid value; or
(iii) Three orders of at least 15% each of estimated bid value.
Satisfactory Performance certificate issued by respective Buyer Organization for the above Orders should
be uploaded with bid. In case of bunch bids, the Category related to primary product having highest bid
value should meet this criterion

33. 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.

34. Generic

The successful bidder has to supply all essential accessories required for the successful installation and
commissioning of the goods supplied. Besides standard accessories as per normal industry practice,
following accessories must be part of supply and cost should be included in bid price:

All Inclusive
.

35. Generic

1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.

36. Generic

15 / 23
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.

37. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

38. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Additional terms and conditions (ATC):

1. The bidder and offered product should be in compliance with the OM & order (public procurement no.
1) ref. F.no.6/18/2019-ppd dated 23.07.2020 and subsequent addendums/ amendments. Bidders to s
ubmit an undertaking as per format given at annexure I (please refer buyer uploaded ATC
document)

2. The bidder will be solely responsible for the correctness of all declarations, information and
certificates, failing any false declaration/information/certificate their bid may be cancelled and appropr
iate action may be taken against them.

3. Only “class-I local supplier” and “class-II local supplier” shall be eligible to bid in this procurement. Th
e product offered should also be in compliance with the make in India order no. P-45021/2/2017-pp (be
-ii), dated 16.09.2020 of DPIIT and subsequent order(s) issued in this regard by the concerned depart
ment/ ministry.

4. The intending bidders may please note that the payment will be made on the basis of actual work exe
cuted and accepted by C-DAC Delhi.

5. The bidder shall comply with all the applicable statutory regulations.

6. At any time prior to the deadline for submission of bids, C-DAC may, for any reason, whether on its ow
n initiative or in response to the clarification request by a prospective bidder, modify the bid document
. The amendments to the tender documents, if any, will be notified by release of corrigendum notice o
n GeM against this bid.

7. C-DAC at its discretion may extend the deadline for the submission of bids if it thinks necessary to do
so or if the bid document undergoes changes during the bidding period, in order to give prospective bi
dders time to take into consideration the amendments while preparing their bids.

8. C-DAC reserves the right to reject/ cancel the bid without any liability to C-DAC and without assigning
any reasons thereof if any deviation is observed between the services offered by the seller and the req
uirement stated in the bid or in case of no requirement.

9. The duly constituted tender evaluation committee (TEC) shall evaluate the bids. The TEC shall be emp
owered to take appropriate decisions. The decisions of TEC shall be final and binding on all the bidders.

10. If the services are not found satisfactory then the contract would be terminated at any time without se
rving any notice period. Also, this contract is purely at the discretion of the appointing authority and c
an be terminated at any time without serving any notice period.

11. If the service provider does not fulfil its obligations under the terms and conditions stipulated under th
e contract during the period/date specified in the contract, it would be considered a breach of the contr
act and CDAC shall have the right to cancel/withdraw the contract without any liability. Such cancellati
on due to non-performance by the service provider will entitle CDAC to forfeit the performance securit
y bank guarantee in whole or in part, if applicable, besides their downgraded rating or debarment from
GeM.

12. All AV/Electronic products supplied under the bid shall have 3 (three) years comprehensive on-site sup
port with OEM warranty. Period of warranty will be effective from the date of successful installation & c
ommissioning duly verified by the concerned technical committee of CDAC Delhi.

13. The price shall be offered on a free delivery on-site basis including loading/unloading inclusive of supp
ly, installation, commissioning and training (if any) as mentioned in the bid document.

14. The seller/ bidder shall arrange all the tools, labour and transport etc. Required for the delivery, install

16 / 23
ation and commissioning. The items supplied under the contract shall be fully insured by the bidder ag
ainst loss or damage incidental to manufacture or acquisition, transportation, storage, delivery and ins
tallation. CDAC will not be responsible for any loss to bidder on account of non-insurance to any equip
ment or services.

15. The seller/bidder shall take full responsibility for the performance of the items and in case of damage t
o the items due to negligence on the part of the seller, the same shall be completed/corrected by the s
eller at no extra cost.

16. Contractors must inspect and examine the site and the surroundings and satisfy themselves before su
bmitting their tender as to the nature of the ground/site and sub-soil (so far as practicable), the form a
nd the nature of the site, the means of access to the site, the accommodation they may require and in
general shall themselves obtain necessary information as to the risks, contingencies and other circum
stances which may influence or affect their tender. Otherwise, technical bidder is not eligible for techni
cally qualified. After the visit/inspection, the bidders have to collect the inspection/Visit certi
ficate from the CDAC. The bids without the inspection/visit certificate will be rejected.

17. Work has to be completed within specified period upon receipt of work order. Any kind of delay shall n
ot be acceptable.

18. No deviation in the specifications of any of the items will be accepted. The bidder should clearly decla
re in the BOQ compliance that all items meet all the specifications as required.

19. CDAC may ask for supporting documents like, declaration from the vendor, product brochures etc. Dur
ing evaluation of the bids, failure in submission of the same may lead to cancellation of the bid.

20. The colour, design, material shall be as per technical specifications otherwise as per CDAC Delhi choic
e.

21. Bidder are requested to attach copy (ies) of all the certificates and documentary proof wherever reque
sted/ required. CDAC Delhi can verify all the documents with original certificates.

22. Bidders to submit data sheet, brand, product model name and respective company/OEM and product r
elated certificates of major AV/Electronic items, furniture (Chairs). Also to submit certificate from certif
ied laboratories/test reports (if applicable) for avoiding rejection in technical evaluations.

23. The bidders should give declaration that they will install the material free of charge. Also an undertaki
ng should be given that bidder will install these items as and when desired by the user and will not insi
st on installation in one go.

24. C-DAC reserves the right to reject the bid if any deviation is observed between the product offered by
the seller and the specifications stated in the bid.

25. If any of the declarations / document as required and requested in the bid are not submitted, the bid w
ill be summarily rejected.

26. The seller/bidder shall take full responsibility for the performance of the works and in case of damage
to the goods due to negligence on the part of the seller, the same shall be completed/corrected by the
seller at no extra cost.

27. Inspection; acceptance and rejection – wherever required, sample will be provided and has to be appr
oved by the competent authority of CDAC Delhi before delivery. All shipments of goods and performan
ce shall be subject to buyer’s right of inspection. Buyer shall have fifteen (15) days (the “inspection pe
riod“) following the delivery of the goods at the delivery point or performance of the goods to undertak
e such inspection, and upon such inspection buyer shall either accept the goods (“acceptance“) or reje
ct them. Buyer shall have the right to reject any goods that are delivered damaged or defective. In add
ition, buyer shall have the right to reject any goods that are not in conformance with the specifications
or any term of this bid’s conditions/ buyer’s requirements.

28. The equipment or its part quoted by bidder should not be declared as end-of-support by OEM before c
ompletion of three (3) years from date of installation & commissioning. The bidder has to ensure that t
he quoted product shall not be declared under “end-of-support” by OEM within period of three (3) year
s.

29. Bidder should have completed THREE similar category works each costing not less than Rupees 130 l

17 / 23
acs or bidder should have completed TWO similar works each costing not less than Rupees 162 lacs or
bidder should have completed ONE similar works each costing not less than rupees 260 lacs in last thr
ee years ending on 31st Dec. 2023. The similar category work means the works having major related c
omponents such as supply and installation of A/V and Electronics components / Civil / Electrical /Sound
Proofing etc.

30. Letter of authorization for AV equipment’s, Electronic items, HVAC, Furniture (Chairs) etc. from
original equipment manufacturer (OEM) specific to the tender should be enclosed.

31. Bidder shall submit letter from HVAC OEM confirming the workability of rates quoted for HVAC system.

32. Bidder shall submit letter from audio, video & lighting OEM confirming the workability of rates & flawle
ss output/ performance of the system quoted for audio, video and lighting system.

33. Submissions of the tender by the contractor implies that he has read all contract documents and has
made himself aware of the scope and specifications of the work to be done and local conditions and ot
her factors bearing on the execution of the works.

34. TDS on income tax/GST/labour cess etc. as applicable shall be deducted from the payments made to t
he bidder/contractor and TDS certificates shall be issued by the owner.

35. The work shall be carried out in accordance with the phasing plan approved by the CDAC Delhi, to avo
id any disturbance. The site is expected to be handed over immediately. The contractor will prepare a
nd submit a phasing plan with bar chart with targeted dates of completion for all the activities and get
it approved from the CDAC Delhi, within 7 days of award of contract.
36. Contractor shall submit shop drawings for electrical, firefighting, audio, video, stage lighting & hvac w
orks for approval from the CDAC authorities within 1 month of award of the work.

37. Contractor shall submit block schematics, audio 3d simulation & equipment layout drawings for the au
dio, video & lighting works within 1 month of award of the work.

38. The work shall be carried out as per specifications in the tender schedule/latest C.P.W.D. specification
s, along with the correction slips; issued up to date of acceptance of tender in case of doubt the
decision of the CDAC shall be final and binding on the contractor.

39. The contractor shall carryout the work in stages as to cause minimum disturbance to the owner. Cont
ractor shall be responsible for any damage to the equipment or structures, injury to the personnel duri
ng the progress of the work and he shall be liable to pay compensation as may be decided by the CDA
C Delhi.

40. The serviceable materials out of the dismantled materials if any will be the property of the CDAC Delh
i. And all such materials shall be properly stacked by the contractor as directed by the CDAC Delhi.

41. All labour employed by the contractor shall be covered by the workman's compensation act. Any deat
h, injury or mishap to the workmen of the contractor will entirely be the contractor's responsibility and
the CDAC, shall not be liable to pay any damages for the same.

42. Contractor shall take adequate safety precautions to avoid any accident etc., at site and shall erect pr
oper barricades, sign boards, lights, etc. Contractor shall also provide safety belts, safety shoes, head
gears (helmet ISI standard) and shall be fully responsible for any criminal & civil liabilities. All safety ar
rangements are to be made by contractor at his own cost.

43. No labour or material rate escalation claims will be entertained from the contractor as this work has to
be completed within 3 months from the date of commencement of work at site.

44. Rates quoted shall be applicable equally to all floors and shall include all lifts and leads. No extras on
this account shall be payable.

18 / 23
45. The contractor shall provide training for operation and maintenance of equipment's to the CDAC repre
sentatives free of cost, where required.

46. Rates quoted by the contractor shall be inclusive of all items of work mentioned in the BoQ and any w
ork, supplies or services which might have not been specifically mentioned in the BoQ but are necessa
ry for entire completion of the work shall be executed / provided/ rendered by the contractor without a
ny extra cost and within the time schedule specified. Rates quoted shall be deemed to include such el
ements of labour and materials necessary to complete the items of work in all respects.

47. Contractors field organization and equipment

i)The contractor shall employ qualified and competent licensed electricians on the site.

ii)Contractor shall provide and install all necessary hoists, ladders, scaffoldings, tools, tackles, plants and
machinery necessary for execution of the works

iii)MS fire exit staircase will be provided for accessing of labour and lifting of material. Institutional lift will
not be allowed for means of access.

48. Measurement of work

Unless otherwise specified, measurement of work shall be carried from the works actually executed. The
measurements for the purpose of preparing bills will be taken jointly by the contractor's representative an
d the engineer in charge. In measurement of work as stated above, the contractor shall certify that the wo
rk has been carried out strictly as per the drawings, specifications and item of work in terms of the agreem
ent. Such certificate shall require engineer in-charge's endorsement for the purpose of payment.
In the event of any dispute with regard to the measurement of the work executed, the decision of the CDA
C shall be final and binding on the contractor.In the case of site measurements, should the contractor not a
ttend or neglect or fail to send his representative for taking joint measurements, the measurements taken
by the CDAC shall be deemed to be the correct measurement of work and shall be binding on the contract
or.

50. Rejection: If the contract work or any portion thereof, at any time, is found to be defective or fails to f
ulfil the requirements of the agreement, CDAC shall give the contractor notice in writing setting-forth p
articulars of such defects or failure and the contractor shall forthwith make good the defects or replace
or alter the same to make it comply with the requirements of the agreement. Any materials, equipment
, etc. Brought to the site and found to be not in accordance with the agreement, shall be rejected by th
e CDAC and the contractor shall remove the materials from the site within the period specified by the
CDAC.

The contractor shall not be entitled to any extension of time or extra cost for rejection as per above.

51 Deduction for uncorrected work: If the architect/ engineer in-charge deems it in-expedient to correct w
ork damaged or not done in accordance with the contract, an equitable deduction from the contract pri
ce shall be made thereof.

52. Fluctuations: The contractor shall not claim any extras for fluctuation of price and the contract price s
hall not be subjected to any rise or fall in prices.

53. Possession before virtual completion: If the owner, with the consent of the contractor takes possession
of part of the works for handing over to the finishing contractor, such part of the building shall not be d
eemed to be virtually completed. Virtual completion of such part would occur only on completion of ev
ery part of the contract work.

54. Time extension: Upon it becoming reasonably apparent that the progress of the work is delayed, the c
ontractor shall forthwith give written notice of the cause of delay to CDAC, to enable the CDAC to take
a proper decision in the matter.
55. Inspection and test

19 / 23
i) The contractor shall ensure inspection and test of concerned materials and work (if any) at his cost thro
ugh technical staff either at site or through any approved laboratory.
ii) The contractor shall ensure proper supervision and inspection during the progress of work at site.
iii) The contractor shall submit to the engineer in charge three copies of all inspection/ test certificates (if
any).

iv) The contractor shall not be entitled to any claim for extra time or cost due to any delay in carrying out i
nspection and testing or re-inspection and re-testing if so, decided by the CDAC

v) The contractor shall take adequate steps to rectify the defects or to replace such materials and work wh
ich have failed during inspection /testing.

56. Responsibility of completion: Any work supplies or services which might have not been specifically me
ntioned in the specifications, schedule of items or drawings but are necessary for entire completion of
the contract work shall be executed / provided/ rendered by the contractor without any extra cost and
within the time schedule specified. Rates quoted shall be deemed to include such elements of labour a
nd materials necessary to complete the items of work in all respects.

57. Damages for non-completion: If the contractor fails to complete the works by the date specified or wit
hin any extended time granted to him, the contractor shall allow the owner to deduct a sum calculated
at the agreed liquidated damages, from the money due to him for the period the work remained incom
plete, subject to a maximum amount of 10% of the contract value.

58. Liquidated damages for delay :If the contractor fails to complete the work/item (s) of work in all respe
cts and hand over the same to the owner within the time stipulated the contractor, without prejudice t
o any other right or remedy of the owner on account of such breach, be liable to pay the owner liquida
ted damages at the rate of Rs. 15,000/- (Fifteen Thousand) per day of delay. The total amount of liquid
ated damages shall be limited to 10% (Ten percent) of the total contract price. The above provisions s
hall not apply in cases of delay for which the contractor is entitled to extension of completion time.

59. Maintenance guarantee / defects liability period: Maintenance guarantee period will be 36 months for
all AV/Electronic items and 12 months for all items related to Civil, Electrical, HVAC etc. from the actu
al date of completion and handling over to CDAC.

60. The contractor guarantees that within the maintenance guarantee period, the contract work shall not
show any signs of defects, cracks, settlements, disfigurations, shrinkage, leakage, dampness, or any o
ther defects.

61. The contractor shall maintain and satisfactorily execute, at his own cost, all such works of repair, ame
ndment, re-construction, rectification, replacement, and any other work to make good the faulty work
as stated in article (a) during the maintenance guarantee period.

62. The contractor shall, if required by the engineer in charge, search for the causes of any defects, imper
fection, or fault under the direction of the engineer in charge. The cost of such search shall be borne b
y the contractor.

63. At the end of the maintenance guarantee period, the contractor, along with the CDAC, shall carry out f
inal inspection of the contract work to prove that no defects had appeared in the contract work or that
all defects which appeared in the contract work have been rectified to the entire satisfaction of the CD
AC. If during the final inspection it is found that the defects still remain in the contract work, the period
·of maintenance guarantee shall be extended at the discretion of the CDAC and the contractor shall be
liable to make good the defects and be responsible for the maintenance of the work till the defects hav
e been fully rectified.

64. Upon successful completion of the maintenance guarantee period the owner shall issue final acceptan
ce certificate to the contractor.

65. Injury to persons: The contractor shall indemnify the owner against any liability, loss, claim or proceed
ings whatsoever arising under any statutory or common law in respect of personal injury to or the deat
h of any person, whomsoever arising out of or in the course of or caused by carrying out the work.

66. Labour: Contractor shall not employ child labour under 14 years of age and if female workers are empl
oyed, she should make provision for safeguarding the small children to keep them clear of the site. All
labour shall wear safety helmets and shoes to protect them from injury.

20 / 23
67. Safety: In respect of all labour directly or indirectly employed in the work for the performance of the c
ontractor's part of this contract, the contractor shall at his own expense arrange for the safety provisio
ns as per C.P.W.D. safety code framed from time to time and shall at his own expense provide for all f
acilities in connection therewith. In case the contractor fails to make arrangement and provide
necessary facilities as aforesaid, he shall be liable to pay a penalty of Rs.200/- for each default and in
addition, the engineer-in- charge shall be at liberty to make arrangement and provide facilities as
aforesaid and recover the costs incurred in that behalf from the contractor.

68. Warranty: The contractor shall give warranty that works to be done supplied shall be new and free fro
m all defects and faults in material, workmanship, and manufacture and shall be of the highest grade
and consistent with the established and generally accepted standards for materials of the type ordere
d and shall perform in full conformity with the specifications and drawings. The contractor shall be res
ponsible for any defects that may develop under the conditions provided by the contractor and under
proper use, arising from faulty materials, design or workmanship such as corrosion of the equipment, i
nadequate contact protection, deficiencies in design and or otherwise and shall remedy such defects a
t his own cost when called upon to do so by the institute who shall state in writing in what respect goo
ds are faulty. This shall survive inspection or payment for, and acceptance of goods, after the goods ha
ve been taken over.

69. If it becomes necessary for the contractor to replace or renew any defective portion / portions of the e
quipment under this clause, the provisions of the clause shall apply to the portion / portions of equipm
ent's replaced or renewed or until the end of the warranty period of 36 months/12 Months as applicabl
e, whichever may be later. If any defect is not remedied within a reasonable time, the CDAC may proc
eed to get the work done at the contractor's risk and expenses, but without prejudice to any other righ
ts which the CDAC may have against the contractor in respect of such defects. Replacement under wa
rranty clause shall be made by the contractor free of all charges at site including freight, insurance an
d other incidental charges.

70. Replacement of defective equipment: If any equipment or any part thereof, is found defective or fails t
o meet the requirements of the contract before it is accepted CDAC shall give the contractor a notice s
etting forth details of such defects or failures and the contractor shall forthwith arrange to set right the
defective equipment or replace the same by the good one to make it comply with the requirements of
the contract. This in any case shall be completed within a period not exceeding one month from the da
te of the initial report pointing out the defects. The replacement or rectification shall be made at site b
y the contractor free of cost. Should the contractor fail to do the needful within this stipulated time fra
me, the CDAC reserves the right to reject the equipment in full or in part and get it replaced at the cos
t of the contractor. The cost of any such replacement made by the CDAC shall be deducted from the a
mount payable to the contractor against this purchase order.

71. If any equipment or part thereof is lost or rendered defective during transit, pending settlement of the
insurance claim, fresh order shall be placed on the contractor for such loss or defective equipment and
the contractor shall arrange to supply the same within three months of such order at the same prices a
nd on the same general terms and conditions as mentioned in this purchase order.

72. Arbitration: In case of dispute, the difference of opinion on any matter pertaining to the works, the dec
ision of the CDAC. Be final and binding on the contractors. If either party is not satisfied with the decisi
on of the CDAC, within 28 days a notice to this effect will be sent to the CDAC. In writing. The matter c
an then be referred to a sole arbitrator or a panel of two arbitrators appointed under the arbitration act
1996.

73. Termination of contract: If the contractor violates the agreement or shall neglect to execute the work
with due diligence or expedition or shall refuse or neglect to comply with any reasonable directions, in
structions or orders given to him in writing by the CDAC in connection with the work or shall contrivanc
e or breach any provisions of the agreement, the CDAC may give notice in writing to the contractor to
make good the failure, neglect or contravention complained of or cure that breach within a period of 3
0 (thirty) days of receiving such notice and in default of the compliance with the said notice, the CDAC
without prejudice to his rights as below may rescind or terminate the agreement stating therein the eff
ective date of termination, holding the contractor liable for the damages that the owner may sustain in
this behalf.

74. Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the owne
r shall have the option of tenanting the contract without compensation to the contractor.

21 / 23
75. CDAC shall release 10% of the payment to the successful L1 bidder as mobilization advance against m
atching Bank Guarantee valid for the period of 04 (Four) months or till completion of the project, which
ever is later. This 10% Bank Guarantee will be in addition to the Performance Bank Guarantee (PBG) of
5% (valid for 39 months). The period shall be from the date of its submission to CDAC.

76. Invoice shall be raised and submitted physically to CDAC Delhi through 3 (Three) RA bill for the total p
ayment. Payment shall be released as advance of the total contract order value. Final bill has to be upl
oaded on GeM portal after completion of the concerned category.

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

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

22 / 23
का आधार होगा।

---Thank You/ ध यवाद---

23 / 23

You might also like