Research Notes

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

Bid Number: GEM/2022/B/2642181

Dated: 15-10-2022

Bid Document

Bid Details

Bid End Date/Time 07-11-2022 15:00:00

Bid Opening Date/Time 07-11-2022 15:30:00

Bid Offer Validity (From End Date) 180 (Days)

Ministry/State Name Ministry Of Defence

Department Name Department Of Defence Production

Organisation Name Armoured Vehicles Nigam Limited

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

Total Quantity 8831

SHIELD THIRD LEFT HAND TO DRG NO. 172.04. 101CB-1


(Q3) , SHIELD 3RD RIGHT HAND TO DRG NO. 172.04.
102CB-1 (Q3) , SHIELD 3RD UPPER LEFT HAND TO DRG NO.
172.04. 106CB-2 (Q3) , SHIELD 3RD UPPER RIGHT HAND TO
DRG NO. 172.04. 107CB-A (Q3) , SHIELD 2ND UPPER LEFT
HAND TO DRG NO. 172.04. 131CB-A (Q3) , SHIELD 2ND
Item Category
UPPER RIGHT HAND TO DRG NO. 172.04. 132CB-A (Q3) ,
FOURTH RIGHT HAND SHIELD ASSY TO DRG NO. 172.04.
138CB-1CB (Q3) , SHIELD 1ST UPPER LEFT HAND TO DRG
NO. 172.04. 144CB-A (Q3) , SHIELD 4TH UPPER LEFT HAND
TO DRG NO. 172.04. 160CB-A (Q3) , SHIELD 4TH UPPER
RIGHT HAND TO DRG NO. 172.04. 161CB-A (Q3)

MSE Exemption for Years Of Experience


Yes
and Turnover

Startup Exemption for Years Of Experience


Yes
and Turnover

Additional Doc 1 (Requested in ATC),Additional Doc 2


(Requested in ATC),Additional Doc 3 (Requested in
ATC),Additional Doc 4 (Requested in ATC),Compliance of
BoQ specification and supporting document
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

Bid to RA enabled No

Primary product category SHIELD THIRD LEFT HAND TO DRG NO. 172.04. 101CB-1

Time allowed for Technical Clarifications


3 Days
during technical evaluation

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method Item wise evaluation

1 / 16
EMD Detail

Advisory Bank State Bank of India

EMD Percentage(%) 3.00

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 14

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

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

Beneficiary:
UNIT OF AVNL
Heavy Vehicles Factory AVADI Chennai, Department of Defence Production, Armoured Vehicles Nigam Limited,
Ministry of Defence
(Armoured Vehicles Nigam Limited (avnl) – Heavy Vehicles Factory)

Splitting

Splitting Applied Yes

Maximum No. Of Bidders Amongst Which Order


2
May Be Split

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" 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

2 / 16
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. 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.

Evaluation Method ( Item 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:

Evaluation Schedules Item/Category Quantity

Schedule 1 Shield Third Left Hand To Drg No. 172.04. 101cb-1 1040

Schedule 2 Shield 3rd Right Hand To Drg No. 172.04. 102cb-1 775

Schedule 3 Shield 3rd Upper Left Hand To Drg No. 172.04. 106cb-2 939

Schedule 4 Shield 3rd Upper Right Hand To Drg No. 172.04. 107cb-a 1090

Schedule 5 Shield 2nd Upper Left Hand To Drg No. 172.04. 131cb-a 674

Schedule 6 Shield 2nd Upper Right Hand To Drg No. 172.04. 132cb-a 859

Schedule 7 Fourth Right Hand Shield Assy To Drg No. 172.04. 138cb-1cb 1083

Schedule 8 Shield 1st Upper Left Hand To Drg No. 172.04. 144cb-a 903

Schedule 9 Shield 4th Upper Left Hand To Drg No. 172.04. 160cb-a 550

Schedule 10 Shield 4th Upper Right Hand To Drg No. 172.04. 161cb-a 918

SHIELD THIRD LEFT HAND TO DRG NO. 172.04. 101CB-1 ( 1040 pieces )

3 / 16
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 1040 450

SHIELD 3RD RIGHT HAND TO DRG NO. 172.04. 102CB-1 ( 775 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 775 450

4 / 16
SHIELD 3RD UPPER LEFT HAND TO DRG NO. 172.04. 106CB-2 ( 939 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 939 450

SHIELD 3RD UPPER RIGHT HAND TO DRG NO. 172.04. 107CB-A ( 1090 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

5 / 16
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

1 *********** ***********TIRUVALLUR 1090 450

SHIELD 2ND UPPER LEFT HAND TO DRG NO. 172.04. 131CB-A ( 674 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 674 450

SHIELD 2ND UPPER RIGHT HAND TO DRG NO. 172.04. 132CB-A ( 859 pieces )

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

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

6 / 16
Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 859 450

FOURTH RIGHT HAND SHIELD ASSY TO DRG NO. 172.04. 138CB-1CB ( 1083 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 1083 450

SHIELD 1ST UPPER LEFT HAND TO DRG NO. 172.04. 144CB-A ( 903 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

7 / 16
Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 903 450

SHIELD 4TH UPPER LEFT HAND TO DRG NO. 172.04. 160CB-A ( 550 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 550 450

SHIELD 4TH UPPER RIGHT HAND TO DRG NO. 172.04. 161CB-A ( 918 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Additional Specification Documents

DrawingDocument1 View

8 / 16
Consignees/Reporting Officer and Quantity

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

1 *********** ***********TIRUVALLUR 918 450

Buyer added Bid Specific Additional Scope of Work

S.No. Document Title Description Applicable i.r.o. Items

T&C
SHIELD 3RD RIGHT HAND TO
1 T&C
View DRG NO. 172.04. 102CB-1(775)

VQC SHIELD 4TH UPPER LEFT HAND


2 VQC TO DRG NO. 172.04. 160CB-
View
A(550)

QAP1 SHIELD 3RD UPPER RIGHT HAND


3 QAP1 TO DRG NO. 172.04. 107CB-
View
A(1090)

QAP2 SHIELD 3RD UPPER RIGHT HAND


4 QAP2 TO DRG NO. 172.04. 107CB-
View
A(1090)

QAP3
SHIELD THIRD LEFT HAND TO
5 QAP3
View DRG NO. 172.04. 101CB-1(1040)

QAP4
SHIELD THIRD LEFT HAND TO
6 QAP4
View DRG NO. 172.04. 101CB-1(1040)

QAP5 SHIELD 3RD UPPER LEFT HAND


7 QAP5 TO DRG NO. 172.04. 106CB-
View
2(939)

QAP6
SHIELD 3RD RIGHT HAND TO
8 QAP6
View DRG NO. 172.04. 102CB-1(775)

QAP7 SHIELD 4TH UPPER LEFT HAND


9 QAP7 TO DRG NO. 172.04. 160CB-
View
A(550)

QAP8 SHIELD 3RD UPPER LEFT HAND


10 QAP8 TO DRG NO. 172.04. 106CB-
View
2(939)

9 / 16
S.No. Document Title Description Applicable i.r.o. Items

QAP9 SHIELD 1ST UPPER LEFT HAND


11 QAP9 TO DRG NO. 172.04. 144CB-
View
A(903)

QAP10
SHIELD THIRD LEFT HAND TO
12 QAP10
View DRG NO. 172.04. 101CB-1(1040)

DRG1
SHIELD 3RD RIGHT HAND TO
13 DRG1
View DRG NO. 172.04. 102CB-1(775)

DRG2 SHIELD 3RD UPPER LEFT HAND


14 DRG2 TO DRG NO. 172.04. 106CB-
View
2(939)

ALT MATL
SHIELD 3RD RIGHT HAND TO
15 ALT MATL
View DRG NO. 172.04. 102CB-1(775)

The uploaded document only contains Buyer specific Additional Scope of Work and / or Drawings for the bid items added
with due approval of Buyer’s competent authority. Buyer has certified that these additional scope and drawings are
generalized and would not lead to any restrictive bidding.

Buyer Added Bid Specific Terms and Conditions


1. Generic

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

 a. Copy of PAN Card.

 b. Copy of GSTIN.

 c. Copy of Cancelled Cheque.

 d. Copy of EFT Mandate duly certified by Bank.

2. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

TE TERMS AND CONDITIONS

ITEM: SHIELD ASSY (10 TYPES), VARYING QTY.

1. Non-Disclosure Declaration Certificate (on Bidder Letter Head) to be uploaded by the


firm while submitting their bid.
i) I M/s. ……………. Hereby declare that I shall not disclose the contract or any provision,
specification plan, design, pattern, sample or information thereof to any third party
during and after expiry of contract.
ii) If defying the norms as per the contract, a legal action may be taken against me as per
the existing rules.
2. The successful bidder has to submit Pre-Integrity pact for the cases more than 05

10 / 16
Crores in the prescribed format before concluding the contract.
3. Offer of the firm already holding HVF Source Development orders and established firms
for the same item, will not be considered.
4 . The purchaser reserves the right to place order on two firms in such cases
tender quantity will be distributed between rank (L1 and (L2) firms in the
ratio 60:40 respectively.
5. Delivery period: 6 months for pilot sample, 3 months for BPC & 6 months for bulk.
6. Despatch: Delivery at HVF Avadi.
7. Payment: 100% within 30 days from the date of generation of CRAC (Consignee
Receipt and
Acceptance Certificate).
8. Warranty: 12 months from the acceptance of stores at HVF.
9. Inspection: CGM, HVF, Avadi.
10. PSD: 3% of contract value (applicable if total value is more then Rs.10 lakhs) to be
paid within 30 days of receipt of Supply Order (SO) failing which SO will be
cancelled. Supplier has to lodge Performance Security Deposit (PSD) in the form of an
Account Payee Demand Draft / Banker Cheque, Fixed Deposit Receipt from a
commercial Bank, Bank Guarantee from a commercial Bank or online payment in an
acceptable form safeguarding the purchaser’s interest in all respects. It should be
drawn in favour of ARMOURED VEHICLE NIGAM LTD (AVNL) – HEAVY VEHICLES
FACTORY. PSD is not necessary for contracts valuing up to 10 lakh.
11. LD: Maximum 10% for delayed supplies @ 0.5% per week.
12. Tenderer are requested to submit / attach the quality plan.
13. Tenderer shall provide bank a/c no. and bank code no. without fail to enable e-
payment.
14. Supplier has to quote for free delivery at HVF. No MC note will be provided.
15. No CDEC will be issued by HVF.
16. No spot payment will be made and the normal payment as per supply order will be
made.
17. Price variation clause is not acceptable & your offer should be firm & fixed.
18. All necessary inspection documents like dimensions, materials, etc., are to be
forwarded to HVF/QA(RIG) while supplying the items with copy to HVF/ID. Advance
copy of documents can be sent through email “hvfqariga@ord.gov.in“,
“hvfqariga@gmail.com” & “hvfidsd@ord.gov.in”.
19. Other terms and conditions are to be downloaded from website www.ddpdoo.gov.in &
www.gem.gov.in.
20. L1 criteria will be as per GEM conditions.
21. If firm is not interested to quote for the above item, regret letter may be sent at the e-
mail id, hvfidsd@ord.gov.in.
22. Safety related points:

11 / 16
i) While processing the raw materials to finished item, all safety precautions as given
in the document are to be followed meticulously.
ii) While manufacturing the components/sub-assemblies/assemblies for HVF, proper
precautions to be ensured that the surrounding/environment should not be spoiled.
23. All relevant PPEs are to be used by the employees while preparing/manufacturing of
goods for HVF.
24. The vendor should also submit their response in the OFB Vendor
Registration Portal www.ddpdoo.gov.in/vendor before the TOD. The Items to
be selected is – SHIELD, THIRD LEFT HAND to 6206803011, SHIELD 3RD RIGHT HAND to
6206803012, SHIELD 3RD UPPER LEFT HAND to 6206803013, SHIELD 3RD UPPER RIGHT HAND to
6206803014, SHIELD 2ND UPPER LEFT HAND to 6206803017, SHIELD 2ND UPPER RIGHT HAND to
6206803018, FOURTH RIGHT HAND SHIELD ASSY to 6206803023, SHIELD 1ST UPPER LEFT HAND to
6206803024, SHIELD 4TH UPPER LEFT HAND to 6206803037 & SHIELD 4TH UPPER RIGHT HAND to
6206803038.

25. In-house facilities including facilities with sister/parent companies shall be considered
for capacity verification. However, supporting documents to establish relationship with
sister/parent company need to be submitted along with response to AVR/OTE.

-2-

26. Details of making payment are: In favour of – ARMOURED VEHICLES NIGAM LIMITED
(AVNL), AVADI – HEAVY VEHICLES FACTORY, A/C No. 40402805739, IFSC Code: SBIN0004675,
Bank: STATE BANK OF INDIA, HVF BRANCH, HVF ROAD, AVADI, CHENNAI – 600054.

27. Validity of the offer should be 06 months.


28. Consortiums are also eligible to participate in the tender. Necessary proof to be
submitted.
29. Tenderer has to submit GST % and HSN Code separately along with their response.
30. The firms who are holding supply order for higher assembly of the tendered item are
not eligible to participate.
31. In case of any clarification, please e- mail to hvfidsd@ord.gov.in or contact 044-2684
3282 / 3522.

-3-

TE TERMS AND CONDITIONS

1. The items are to be supplied as per drawings specifications & supply order
conditions.

2. Firm should submit Material Test Certificate for all types of material used from NABL
accredited Lab.

12 / 16
3. For all Rubber items. Test Slab & Test Button to be submitted along with supply.

4. Load Test Certificate to be produced for item like spring wires, rope etc., as per
drawings.

5. All fuel Pipe Lines should be supplied without coating and to be plugged at the ends.
6. Firm’s permanent identification mark name, drawing number, serial number with
month and year of manufacturing should be ensured / Embossed made on the
supplied items for Traceability.

7. All instruments and Gauges used by the firm for inspection must be calibrated. Firm
should submit the copy of calibration certificate to the inspection officer, inspection
officer will verify the calibration report of instrument gauges etc.

8. On receipt of supply order, firm should confirm the receipt following documents to
inspection officer (i) Drawing (ii) Specifications (iii) TD Book (iv) QAP/QAI (v)ATP
wherever applicable.

9. Each and every component of Assembly / Sub Assembly will be checked as per
Quality Assurance Plan / Instructions Acceptance Test Procedure Drawing &
Specification.

10. Wherever Quality Plan is not available with HVF firm should submit their Quality Plan
prepared according to Drawings Specification immediately and submit HVF/QA
Section for approval before start of manufacturing.

11. Firm should submit their Pre-Inspection Dimensional Physical Chemical Reports and
performance reports along with the inspection call letter.

12. Authorized Inspection Officer deputed for inspection will scrutinize the documents
submitted by the firm and carryout inspection as per drawing, specification ATP QAP
/ QAI.
It is the responsibility of the vendor to obtain the copy of QAP and give the
statement of compliance that the vendor will abide by the QAP in case Supply Order
is placed.
The vendor has to submit Bill of Materials, Material test reports, Class’C’ / Endurance
Test reports (wherever specified in drg / TY specification/ QAP) and complete pre-
inspection report at the time of offering the items for inspection. HVF will commence
the inspection only after scrutiny of these documents.

13 / 16
13. If item found satisfactory, inspection officer will put his inspection mark on the item.

14. Process Audit will be carried out at any time during production of the item.

1 5 . Items Rejected at HVF more than twice for same reason will be defaced & ground
rent having right to recover a charge for the storage space at @ 1% of the cost of
material un-cleared, per week or part thereof with maximum ceiling of 10% value of
the item, the goods may be confiscated and disposed off as per disposal procedure in
vogue after sending a notice and giving 30 working days time to the firm.

16. Firm should submit Guarantee / Warranty Certificate along with the supply.

17. Firm has to return all the drawings and Technical documents along with the original
supply order copy while submitting final bill.

18. For Electrical / Electronic items, supplier has to carry out all the relevant tests
including Periodic Test / Class ‘C’ /Environment test as deemed fit strictly as per TY
specifications/QAI/QAP/ Drawing at any authorized /NABL Lab. Firm should supply the
absolute quantity against the supply order. The quantity which is consumed or used
during the Class ‘C’ test / Endurance test will be additional quantity for which the
cost shall be borne by the supplier.
19. (i) Indigenous LCSO approved Connectors (or) Original Russian Imported connectors
are only acceptable. LCSO certificates to be submitted if indigenous
connectors used.
(ii) Only Original Imported Russian or AHSP approved relays, Contactors, Micro
Switches of current vintage (within 2 years of manufacturing date) to be
used.
(iii) To use glass filled hermitically sealed connectors where ever mentioned in the
drawings.
(iv) For Cables valid LCSO approval wherever mandatory as per drawings
/specifications shall be provided by the supplier.
-4-

20. The following list of documents to be submitted along with consignment for making
IGP of Electrical and Mechanical Assembly:
a) Bill of Materials
b) Pre-Inspection Report (PIR)
c) CA/PA implementation certificate.
d) Calibration certification of test equipment.
e) Material certificate for indigenous items

14 / 16
f) Conformance of certificates for imported items (wherever applicable)
g) Class ‘C’ test reports (wherever applicable)
h) Undertaking for uses of approved materials / components as per SOP for inspection
intimated to suppliers.
i) Guarantee / warranty certificate
j) Minutes of meeting with HVF, if inspection done at supplier premises.

21. Item to be delivered at HVF on free of cost.

22. The list of items is –

Sl. LF No. Item Name Drg No.


No.

1 6206803011 SHIELD, THIRD LEFT HAND 172.04.101CB-1

2 6206803012 SHIELD 3RD RIGHT HAND 172.04.102CB-1

3 6206803013 SHIELD 3RD UPPER LEFT HAND 172.04.106CB-2

4 6206803014 SHIELD 3RD UPPER RIGHT HAND 172.04.107CB-A

5 6206803017 SHIELD 2ND UPPER LEFT HAND 172.04.131CB-A

6 6206803018 SHIELD 2ND UPPER RIGHT HAND 172.04.132CB-A

7 6206803023 FOURTH RIGHT HAND SHIELD ASSY 172.04.138CB-1CB

8 6206803024 SHIELD 1ST UPPER LEFT HAND 172.04.144CB-A

9 6206803037 SHIELD 4TH UPPER LEFT HAND 172.04.160CB-A

10 6206803038 SHIELD 4TH UPPER RIGHT HAND 172.04.161CB-A

3. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

Disclaimer

15 / 16
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.

---Thank You---

16 / 16

You might also like