GeM Bidding 3538589

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 14

Bid Number: GEM/2022/B/2304002

Dated: 30-06-2022

Bid Document

Bid Details

Bid End Date/Time 11-07-2022 09:00:00

Bid Opening Date/Time 11-07-2022 09:30:00

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

Ministry/State Name Ministry Of Defence

Department Name Department Of Defence Research & Development

Organisation Name Office Of Dg (aero)

Office Name ***********

Total Quantity 10

Skinfold Caliper (Q3) , Feeler Gauges - Engineering


Item Category Metrology - as per IS 3179 (Q3) , Dial test indicator (Q3) ,
THICKNESS MEASURING GAUGE (Q3)

MSE Exemption for Years Of Experience


Yes
and Turnover

Startup Exemption for Turnover Yes

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

Bid to RA enabled No

Primary product category Skinfold Caliper

Time allowed for Technical Clarifications


2 Days
during technical evaluation

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method Group wise evaluation

EMD Detail

Required No

ePBG Detail

Required No

1 / 14
(a). The EMD % will be applicable for each schedule/group selected during Bid creation.

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference 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". If the bidder is OEM of the
offered products, it would also be exempted from the "OEM Average Turnover" criteria. 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". If the bidder is OEM of the offered products, it would also be exempted from the "OEM
Average Turnover" criteria. In case any bidder is seeking exemption from Turnover / Experience Criteria, the
supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
4. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
5. 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.

2 / 14
Evaluation Method ( Group Wise Evaluation Method )

Contract will be awarded schedulewise and the determination of L1 will be done separately for each schedule.
The details of item-consignee combination covered under each schedule are as under:

Q
Evalua
Consigne ua
tion
Item/Category e/Reporti Consignee Address nt
Sched
ng Officer it
ules
y

Kumar Aeronautical Development Establishment Defence R and D


Caliper Skinfold Caliper Malagiman Organisation, Ministry of Defence, Government of India , 1
i Suranjandas Road New Thippasandra 560075

Feeler Gauges -
Kumar Aeronautical Development Establishment Defence R and D
Engineering
Malagiman Organisation, Ministry of Defence, Government of India , 2
Metrology - As Per
i Suranjandas Road New Thippasandra 560075
Is 3179
Feeler
Feeler Gauges -
Kumar Aeronautical Development Establishment Defence R and D
Engineering
Malagiman Organisation, Ministry of Defence, Government of India , 2
Metrology - As Per
i Suranjandas Road New Thippasandra 560075
Is 3179

Kumar Aeronautical Development Establishment Defence R and D


Dial Test Indicator Malagiman Organisation, Ministry of Defence, Government of India , 2
i Suranjandas Road New Thippasandra 560075

Kumar Aeronautical Development Establishment Defence R and D


Dial Thickness
Malagiman Organisation, Ministry of Defence, Government of India , 1
Guage Measuring Gauge
i Suranjandas Road New Thippasandra 560075

Kumar Aeronautical Development Establishment Defence R and D


Thickness
Malagiman Organisation, Ministry of Defence, Government of India , 2
Measuring Gauge
i Suranjandas Road New Thippasandra 560075

Skinfold Caliper ( 1 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Test Reports Availability of Test Report (to Yes


be furnished by Seller to Buyer
on demand) from Central
Govt/NABL/ILAC acredited lab
to prove confirmity to
specification

Copies of Test Yes


Reports/certificates to be
furnished to buyer on demand

3 / 14
Consignees/Reporting Officer and Quantity

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

1 *********** ***********BANGALORE 1 30

Feeler Gauges - Engineering Metrology - As Per IS 3179 ( 2 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

TYPE/APPLICATION Type of blade / leaf Tapered blade / leaf

SIZE / MATERIAL Effective Length of blade / 100.0


leaf

Number of blades / leaves 20.0 - 30.0 Or higher


in the Feeler Gauge Set

Nominal Thickness of 0.05 mm, 1.00 mm


leaves/blades

Maximum deviation from the 0.004, 0.005, 0.008, 0.01 Or lower


nominal thickeness ( + )

Material of leaves/blades Hardened and tempered Stainless Steel

Material of Protective Hardened and tempered Stainless Steel


Sheath / Case

SALIENT FEATURES Salient Features (Select Thumb notch on the sheath / case for easy blade
applicable features only) removal, Measuring units are etched on each blade /
leaf, Metric and imperial units are etched together on
the same side of the same blade / leaf, Combined
feeler gauges with metric blades at one end of the
tool and imperial at the other, Anti-rust oil on the
blades / leaves to prevent from rusting

ACCESSORIES Accessories inclusive in the Carry case


scope of supply (Select
included accessories only)

WARRANTY WARRANTY 1.0

CALIBRATION Calibration Certificate NABL / ILAC approved agency


issuing authority

4 / 14
Consignees/Reporting Officer and Quantity

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

1 *********** ***********BANGALORE 2 30

Feeler Gauges - Engineering Metrology - As Per IS 3179 ( 2 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

TYPE/APPLICATION Type of blade / leaf Tapered blade / leaf

SIZE / MATERIAL Effective Length of blade / 300.0


leaf

Number of blades / leaves 30.0 - 30.0 Or higher


in the Feeler Gauge Set

Nominal Thickness of 0.03 mm, 0.04 mm, 0.05 mm, 0.06 mm, 0.07 mm,
leaves/blades 0.08 mm, 0.09 mm, 0.10 mm, 0.11 mm, 0.12 mm,
0.13 mm, 0.14 mm, 0.15 mm, 0.16 mm, 0.17 mm,
0.18 mm, 0.19 mm, 0.20 mm, 0.25 mm, 0.30 mm,
0.35 mm, 0.40 mm, 0.45 mm, 0.50 mm, 0.55 mm,
0.60 mm, 0.65 mm, 0.70 mm, 0.75 mm, 0.80 mm,
0.85 mm, 0.90 mm, 0.95 mm, 1.00 mm

Maximum deviation from the 0.004, 0.005, 0.008, 0.01 Or lower


nominal thickeness ( + )

Material of leaves/blades Hardened and tempered Tool Steel

Material of Protective Hardened and tempered Tool Steel


Sheath / Case

SALIENT FEATURES Salient Features (Select Anti-rust oil on the blades / leaves to prevent from
applicable features only) rusting

ACCESSORIES Accessories inclusive in the NA


scope of supply (Select
included accessories only)

WARRANTY WARRANTY 1.0

CALIBRATION Calibration Certificate OEM Certificate


issuing authority

5 / 14
Consignees/Reporting Officer and Quantity

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

1 *********** ***********BANGALORE 2 30

Dial Test Indicator ( 2 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Performance Number of Batteries supplied 0


parameter (Inclusive in the Scope of
Supply)

Graduation 0.01

Hysteresis 4.0

Stylus size 10.0

Range 1.5, 0.8, 1 Or higher

Dial reading 0-40

Power Source NA

Type of Display Analog

Material Steel

Stylus type Long type

length 20.9

Repeatability 3.0

Dial Diameter 29.0

Number of Digits in Display 7

Measuring range 9.0 - 20.0 Or higher

Measuring Force 0.3

Others Weight 0.041

Features Features Carbide contact point (Slightly magnetic), Jeweled


bearing

6 / 14
Specification Specification Name Bid Requirement (Allowed Values)

Accessories Accessories inclusive in the Carrying case, operational manual, STYLI


scope of supply

Warranty/Services Time Duration for Repairing Within one week


/Replace the defect during
Warranty

Warranty 12, 18, 24, 36 Or higher

Warranty on spare parts 0, 6, 12, 18, 24, 36 Or higher

Contact details of NA
manufacturer, supplier and
local service agent are
provided

Environmental Minimum operating 0.0


Properties temperature

Ingress protection IP67, IP68 Or higher

Maximum operating 65.0


temperature

Test Calibration Certificate issuing OEM certificate


Report/Certification authority

Availability Of Test Report From Yes


Central Govt/Nabl/Ilac
Accredited Lab To Prove
Conformity To Specification

Certification NA

Consignees/Reporting Officer and Quantity

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

1 *********** ***********BANGALORE 2 30

THICKNESS MEASURING GAUGE ( 1 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

7 / 14
Specification Specification Name Bid Requirement (Allowed Values)

PERFORMANCE Measurement Range (mm) 0 - 50

Maximum measuring depth 50.0


(Jaw / Throat Depth)
(Distance from the center
of the anvil to the Throat of
the jaw frame)

Least Count / Resolution 0.001, 0.01 Or lower

Accuracy (Maximum error in 0.005, 0.01 Or lower


reading) at 20 deg C (±)

TYPE / MATERIAL Type Dial indicator Thickness Gauge

Anvil Fixed

Contact Points Carbide ball

DISPLAY / DATA Type of Display LCD


OUTPUT
Back-lit display No

Number of Digits in 3.5, 4, 4.5, 5, 5.5, 6 Or higher


Display(May indicate '0' for Dial
indicator Thickness Gauge)

Data Output to other No


devices

BATTERY Power Source Alkaline Batteries (Non-Rechargeable)

Battery Size, if Non SR44


Rechargeable Battery

Battery Chemistry NA for Vernier / Dial type Calipers

Number of Batteries required 1


for operationMay Indicate '0' for
Dial indicator Thickness Gauge)

Number of Batteries 1
supplied May Indicate '0'
for Dial indicator Thickness
Gauge)

Battery Life (Approx) under 1, 2, 2.5, 3, 3.5, 4, 5 Or higher


normal use May Indicate '0' for
Dial indicator Thickness Gauge)

SALIENT FEATURES / salient Features / Functions Inch / Metric conversion, Manual ON/OFF
FUNCTIONS

ACCESSORIES Standard accessories Carrying case


inclusive in the scope of
supply

GENERIC Material of the Frame / Jaw Malleable Cast Iron

OPERATING Minimum Operating 0, -5, -10 Or lower


CONDITIONS / Temperature
INGRESS
PROTECTION Maximum Operating 55, 60, 70 Or higher
Temperature

8 / 14
Specification Specification Name Bid Requirement (Allowed Values)

Maximum Operating 80, 85, 90, 95 Or higher


Humidity at 40 deg C (Rh)

Ingress Protection NA, IP 40, IP 54, IP65, IP66, IP67 Or higher

WARRANTY Warranty 1, 2, 3, 5, 8, 10 Or higher

CALIBRATION Calibration Certificate OEM Certificate


issuing authority

Consignees/Reporting Officer and Quantity

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

1 *********** ***********BANGALORE 1 30

THICKNESS MEASURING GAUGE ( 2 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

PERFORMANCE Measurement Range (mm) 0-12

Maximum measuring depth 30.0


(Jaw / Throat Depth)
(Distance from the center
of the anvil to the Throat of
the jaw frame)

Least Count / Resolution 0.001 Or lower

Accuracy (Maximum error in 0.005 Or lower


reading) at 20 deg C (±)

TYPE / MATERIAL Type Digital Thickness Gauge

Anvil Fixed

Contact Points Carbide ball

DISPLAY / DATA Type of Display LCD


OUTPUT
Back-lit display No

9 / 14
Specification Specification Name Bid Requirement (Allowed Values)

Number of Digits in 0, 3, 3.5, 4, 4.5, 5, 5.5, 6 Or higher


Display(May indicate '0' for Dial
indicator Thickness Gauge)

Data Output to other No


devices

BATTERY Power Source Alkaline Batteries (Non-Rechargeable)

Battery Size, if Non SR44


Rechargeable Battery

Battery Chemistry Li-ion

Number of Batteries required 1


for operationMay Indicate '0' for
Dial indicator Thickness Gauge)

Number of Batteries 1
supplied May Indicate '0'
for Dial indicator Thickness
Gauge)

Battery Life (Approx) under 1, 2, 2.5, 3, 3.5, 4, 5 Or higher


normal use May Indicate '0' for
Dial indicator Thickness Gauge)

SALIENT FEATURES / salient Features / Functions Inch / Metric conversion, Zero-setting, Preset
FUNCTIONS Function, Manual ON/OFF, Auto Power OFF

ACCESSORIES Standard accessories Not Applicable


inclusive in the scope of
supply

GENERIC Material of the Frame / Jaw Malleable Cast Iron

OPERATING Minimum Operating 0, -5, -10 Or lower


CONDITIONS / Temperature
INGRESS
PROTECTION Maximum Operating 70 Or higher
Temperature

Maximum Operating 85, 90, 95 Or higher


Humidity at 40 deg C (Rh)

Ingress Protection IP67 Or higher

WARRANTY Warranty 1, 2, 3, 5, 8, 10 Or higher

CALIBRATION Calibration Certificate OEM Certificate


issuing authority

Consignees/Reporting Officer and Quantity

10 / 14
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********BANGALORE 2 30

Buyer Added Bid Specific Terms and Conditions


1. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address Aeronautical Development Establishment Defence R and D Organisation, Ministry of
Defence, Government of India , Suranjandas Road New Thippasandra, BANGALORE, KARNATAKA-560075,
India.

2. Generic

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.

3. Generic

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

4. Generic

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.

5. 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.

6. Generic

The buyer organization is an institution eligible for concessional rates of GST as notified by the
Government of India. The goods for which bids have been invited fall under classification of GST
concession and the conditions for eligibility of concession are met by the institution. A certificate to this
effect will be issued by Buyer to the Seller after award of the Contract. Sellers are requested to submit
their bids after accounting for the Concessional rate of GST.
Applicable Concessional rate of GST : 5%
Notification No.and date : 45/2017 & 47/2017 dated 14/11/2017

7. 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.

11 / 14
8. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

9. Scope of Supply

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

10. 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.

11. Service & Support

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

12. Service & Support

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

13. Inspection

Nominated Inspection Agency: On behalf of the Buyer organization, any one of the following
Inspection Agency would be conducting inspection of stores before acceptance:
Pre-dispatch Inspection at Seller Premises (applicable only if pre-dispatch inspection clause has been
selected in ATC): Not Applicable
Post Receipt Inspection at consignee site before acceptance of stores: By Personnel nominated by the
Director, ADE

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. Warranty

Warranty period of the supplied products shall be 1 years from the date of final acceptance of goods or
after completion of installation, commissioning & testing of goods (if included in the scope of supply), at
consignee location. OEM Warranty certificates must be submitted by Successful Bidder at the time of
delivery of Goods. The seller should guarantee the rectification of goods in case of any break down during
the guarantee period. Seller should have well established Installation, Commissioning, Training,
Troubleshooting and Maintenance Service group in INDIA for attending the after sales service. Details of
Service Centres near consignee destinations are to be uploaded along with the bid.

16. Warranty

12 / 14
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 7 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.

17. 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.

18. Financial Criteria

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

19. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Quotations received with cost included in Technical bid would be liable for
rejection.

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 specifications 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. Also, GeM does not permit collection of Tender
fee / Auction fee in case of Bids / Forward Auction as the case may be. Any stipulation by the Buyer seeking
payment of Tender Fee / Auction fee through ATC clauses would be treated as null and void.

This Bid is also governed by the General Terms and Conditions

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.

13 / 14
---Thank You---

14 / 14

You might also like