Download as pdf or txt
Download as pdf or txt
You are on page 1of 9

Bid Number: GEM/2021/B/1419402

Dated: 06-08-2021

Bid Document

Bid Details

Bid End Date/Time 16-08-2021 20:00:00

Bid Opening Date/Time 16-08-2021 20:30:00

Bid Life Cycle (From Publish Date) 90 (Days)

Bid Offer Validity (From End Date) 75 (Days)

Ministry/State Name Gujarat

Department Name Home Department Gujarat

Organisation Name Director General Of Police (dgp) Office

Office Name Dg And Ig Of Police Gujarat

Total Quantity 7000

Item Category personal safety kit reflective luminous garments

Minimum Average Annual Turnover of the


14 Lakh (s)
Bidder

OEM Average Turnover (Last 3 Years) 28 Lakh (s)

Years of Past Experience required 2 Year (s)

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover
Document required from seller *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 40 %

Bid to RA enabled Yes

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Time allowed for Technical Clarifications


2 Days
during technical evaluation

Evaluation Method Total value wise evaluation

EMD Detail

Advisory Bank State Bank of India

EMD Percentage(%) 3.00

1/9
EMD Amount 85680

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 5.00

Duration of ePBG required (Months). 18

(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.

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
Director General and Inspector General of Police, Gujarat State, Gandhinagar
Director General and Inspector General of Police, (Planning & Modernization Division), Police Bhavan, First Floor,
Sector-18, Gujarat State, Gandhinagar-382007.
(Director General And Inspector General Of Police, Gujarat State, Gandhinagar)

Splitting

Bid splitting not applied.

MSE Purchase Preference

MSE Purchase Preference No

MII Purchase Preference

MII Purchase Preference No

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. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 40% of bid quantity, in at least one of the last three Financial years before the bid

2/9
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.

5. Reverse Auction would be conducted amongst first 50% of the technically qualified bidders arranged in the
order of prices from lowest to highest. Number of sellers eligible for participating in RA would be rounded off to
next higher integer value if number of technically qualified bidders is odd (e.g. if 7 bids are technically qualified,
then RA will be conducted amongst L-1 to L-4). In case number of technically qualified bidders are 2 or 3, RA will
be between all without any elimination. If Buyer has chosen to split the bid amongst N sellers, then minimum N
sellers would be taken to RA round. In case Primary products of only one OEM are left in contention for
participation in RA based on lowest 50% bidders qualifying for RA, the number of sellers qualifying for RA would
be increased to get at least products of one more OEM (directly participated or through its reseller) if available.
Further, if bid(s) of any seller(s) eligible for MSE preference is / are coming within price band of 15% of Non MSE
L-1 or if bid of any seller(s) eligible for Make in India preference is / are coming within price band of 20% of non
MII L-1, then such MSE / Make in India seller shall also be allowed to participate in the RA process.

Personal Safety Kit Reflective Luminous Garments ( 7000 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

GENERIC Reflective Luminous High visibility warning garments with synthetic slide
Garments fasteners

Type of garment Waist coat

CONSTRUCTIONAL Size Small (S) ( Suitable for person of height 152-160 cm,
Chest Girth 96-102 cm, Waist Girth 76-81cm),
Medium(M) (Suitable for person of height 161-168
cm, Chest Girth 103-107 cm, Waist Girth 82-86 cm),
Large(L) ( Suitable for person of height 169-175 cm,
Chest Girth 108-112 cm, Waist Girth 87-91 cm), Extra
Large(XL) ( Suitable for person of height 176-183 cm,
Chest Girth 113-117 cm, Waist Girth 92-97 cm)

Garment color Fluorescent yellow ( for General Use )

Fabrication fabrication of waist coat as per drawing and


specification

Marking Marking of departmental Yes


identification

Marking required as per user Yes


department choice

ADVANCED SAMPLE Agree to provide Advance Yes


Sample(s) for buyer's
approval before
commencement of supply

3/9
Additional Specification Documents

Applicable Drawing Document View

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

380004,Office of Commissioner
1 Solanki Jashwantlal of Police, Shahibaug, 1400 90
Ahmedabad-380004

390001,Office of Commissioner
of Police, 2nd Floor, Police
2 N.D. Kamol 800 90
Bhavan, Jail Road, Vadodara
City, 390001

360001,Office of Commissioner
Manoharsinh. N. of Police, Rajkot City, Race
3 700 90
Jadeja Course Ring Road, Rajkot-
360001

395002,Office of Commissioner
of Police, Rajkot City, Dumas
4 Virsinh Rathava Rd, Opp.Talati Office, 900 90
Athwalines, Athwa Gate, Surat,
Gujarat 395002

380055,Office of the
Superitendent of Police,
5 Rajendra B. Asari Sarkhej-Gandhinagar Road, 150 90
Near Divya Bhasker Press,
Makarba, Ahmedabad-380055.

387001,Office of the
Vikramsinh Superitendent of Police,
6 150 90
Jethusinh Rathod Ashram Road, Near Pertol
Pump, Kheda-Nadiad-387001.

388001,Office of the
Komal Superitendent of Police, Borsad
7 150 90
Shaileshkumar Vyas Circle, Opp. Jilla Seva Sadan,
Anand-388001

390001,Office of the
Dineshbhai M. Superitendent of Police, Kothi
8 150 90
Vasava Building, Ravpura, Vadodara-
390001

392001,Office of the
Rajendrasinh
Superitendent of Police,
9 Vakhatsinh 100 90
Bharuch Bambakhana Road,
Chudasma
Civil Lines-392001

393145,Office of the
Superitendent of Police, Tekra
10 Mahendra Bagria 150 90
Faliyu, Rajpipla, Narmada-
393145

4/9
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

389151,Office of the
Superitendent of Police, Police
11 Hitesh Joysar 100 90
Head Quarter, Near City
Ground, Dahod-389151

389001,Office of the
Kanubhai Superitendent of Police, Civil
12 100 90
Ranchodbhai Damor Lines, Panchmahal, Godhara-
389001

389230,Office of the
Superitendent of Police, Dholi
13 Usha Rada 50 90
Road, Mahisagar-Lunawada-
389230

391165,Office of the
Mohansinh
14 Superitendent of Police, Old 50 90
Shuklabhai Bhabhor
Palace, Chhotaudepur-391165

395001,Office of the
Miteshkumar
Superitendent of Police, Near
15 Kartikbhai 150 90
Ichhanath Mahadev Temple,
Chaudhary
Athvalines, Surat.-395001

396001,Office of the
Superitendent of Police,
16 Vishnukumar Patel 150 90
Dharampur Road, Valsad-
396001.

396445,Office of the
Rakeshbhai P. Superitendent of Police, Opp.
17 150 90
Prajapti City Squre Building, Navsari-
396445

394650,Office of the
Narendrakumar
Superitendent of Police, Jilla
18 Naginbhai 50 90
Seva Sadan, Panvadi, Block
Chaudhary
No.-15, Tapi-Vyara-394650.

382028,Office of the
Mukeshkumar J.
19 Superitendent of Police, Sector- 150 90
Solanki
27, Gandhiangar-382028

384001,Office of the
Jajadiya Nilesh Superitendent of Police, Police
20 50 90
Bhikhabhai Head Quarter, Mehsana-
384001

383001,Office of the
Pranami Superitendent of Police, Police
21 50 90
Maganbhaai Jivabhai Head Quarter, Idar Road,
Himmatnagar.-383001

383315,Office of the
Superitendent of Police, Jilla
22 Mayur Gulabrav Patil 50 90
Seva Sadan, Samlaji Road,
Modasa-383315

360001,Office of the
Parsana Jagdishbhai Superitendent of Police, Near
23 150 90
Jadavjibhai Race Course, Opp. Girnar
Cinema, Rajkot-360001

5/9
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

363001,Office of the
Superitendent of Police, Opp.
24 P.H. Jadeja Jawahar Ground, Police Head 75 90
Quarter, Surendranagar-
363001

361001,Office of the
Abdemunaf Superitendent of Police, Opp.
25 150 90
Bapumiya Saiyad Aryurved University, Jamagar-
361001.

363641,Office of the
Maganbhai
26 Superitendent of Police, Morbi- 50 90
Narsinhbhai Vaghela
363641

361305,Office of the
Girirajsinh Superitendent of Police, Police
27 Ghanshyamsinh Bhavan, Lalpur Road, 50 90
Zala Dharmpur, Jamkhmbhaliya-
361305

362001,Office of the
Superitendent of Police, Opp.
28 Saurabh Singh 150 90
Shashikunj, Beside Sardar
Baug, Junagadh-362001

365601,Office of the
Pareshbhai
29 Superitendent of Police, Chital 50 90
Bhikabhai Trivedi
Road, Amreli-365601

364001,Office of the
Pranshankar
30 Superitendent of Police, 150 90
Tribhovanbhai Joshi
Navapara, Bhavnagar-364001

360575,Office of the
Dr. Parthrajsinh N. Superitendent of Police, Vadiya
31 50 90
Gohil Road,Near Nava Fuvara,
Porbandar-360575.

364710,Office of the
Virambhai
Superitendent of Police, Govt.
32 Mohanbhai 50 90
High School, Station Road,
Chudasma
Botad-364710

362268,Office of the
Superitendent of Police,
Singrakhiya
33 Rajendra Bhuvan Road, 50 90
Nathabhai Najabhai
Veraval-Patan Nagar Palika
Building, Veraval.-362268

385001,Office of the
34 Surubha K. Parmar Superitendent of Police, Joravar 75 90
Palace Palanpur-385001

384265,Office of the
Superitendent of Police, Near
35 Shobha Bhutda 50 90
District Court, Siddhpur Char
Rasta, Patan- 384265

370001,Office of the
Superitendent of Police, Near
36 B.M. Desai 75 90
Jubilee Ground, Behind Radio
Station, Bhuj-Kutch-370001

6/9
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

370201,Office of the
Patel Vipulkumar Superitendent of Police, D.C.-5,
37 75 90
Rameshchandr Tagore Road, East- Kutch-
Gandhidham-370201

Buyer Added Bid Specific Additional Terms and Conditions


1. 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.
2. 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 2 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.
3. 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.
4. The seller is required to print logo as per buyer's requirement.
5. Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address,
e-mail Id and Phone No. required to be furnished along with the bid.
6. 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.
7. Scope of supply (Bid price to include all cost components) : Only supply of Goods
8. 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.
9. 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.
10. Nominated Inspection Agency: On behalf of the Buyer organization, any one of the following
Inspection Agency would be conducting inspection of stores before acceptance:
Pre-dispatch Inspection at Seller Premises (applicable only if pre-dispatch inspection clause has been
selected in ATC): Nominated representative of DG & IG of Police, Gujarat State, Gandhinagar
Post Receipt Inspection at consignee site before acceptance of stores: By consignee
11. Testing of Sample: The testing of advance sample and bulk sample during PDI will be carried at the
designated AHSP labs.When testing facilities are not available, the facilities of Govt labs/NABL/Accredited
labs will be utilized. The testing charges outside the designated AHSP labs to be borne by seller's.
12. 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. 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.

7/9
14. Warranty period of the supplied products shall be 1 years from the date of final acceptance of goods or
after completion of installation, commissioning & testing of goods (if included in the scope of supply), at
consignee location. OEM Warranty certificates must be submitted by Successful Bidder at the time of
delivery of Goods. The seller should guarantee the rectification of goods in case of any break down during
the guarantee period. Seller should have well established Installation, Commissioning, Training,
Troubleshooting and Maintenance Service group in INDIA for attending the after sales service. Details of
Service Centres near consignee destinations are to be uploaded along with the bid.
15. After award of contract – Successful Bidder shall have to get advance sample approved from buyer before
bulk manufacturing / starting bulk supplies. Successful Bidder shall submit 2 samples for Buyer's
approval, within 5 days of award of contract. Buyer shall, as per contract specifications framework, either
approve the advance sample or will provide complete list of modification required in the sample within 7
days of receipt of advance sample. Seller shall be required to ensure supply as per approved sample with
modifications as communicated by Buyer. If there is delay from buyer side in approval of advance sample
– the delivery period shall be refixed without LD for the period of delay in sample approval. In case, the
sample is found to have major deviations / not conforming to the Contract specifications, the buyer at its
discretion may call for fresh samples for approval before allowing bulk supplies or may terminate the
contract after notifying the deviations to the seller.
Unless otherwise provided in the contract, all samples required for test shall be supplied by the
contractor free of cost. Where under the contract, the contractor is required to submit an advance
sample, any expenses incurred by the contractor on or in connection with the production of stores in bulk,
before the sample has been approved unconditionally shall be borne by the Seller and he shall not claim
any compensation in the event of such sample being found unacceptable by the Buyer / Consignee.
16. 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.
17. Bidders can also submit the EMD with Account Payee Demand Draft in favour of Director General and
Inspector General of Police, Gujarat State, Gandhinagar payable at SBI, Gandhinagar.
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.
18. 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 Director
General and Inspector General of Police, Gujarat State, Gandhinagar 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.
19. Buyer uploaded ATC document Click here to view the file .

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. 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 specification and / or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents / clauses
shall also be null and void. 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

8/9
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.

---Thank You---

9/9

You might also like