Download as pdf or txt
Download as pdf or txt
You are on page 1of 22

Bid Number/बोली मांक ( बड सं या) : GEM/2024/B/5024892

Dated/ दनांक : 07-06-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 18-06-2024 16:00:00

Bid Opening Date/Time/ बड खुलने क तार ख/समय 18-06-2024 16:30:00

Bid Offer Validity (From End Date)/ बड पेशकश


30 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Tamil Nadu

Department Name/ वभाग का नाम Rural Development And Panchayat Raj Department Tamil Nadu

Organisation Name/संगठन का नाम N/a

Office Name/कायालय का नाम Virudhunagar

Total Quantity/कुल मा ा 604

Item Category/मद केटे गर E - Cart for Garbage (V2) (Q3)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत वा षक 500 Lakh (s)
टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


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

Years of Past Experience Required for


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

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1 (Requested in
Document required from seller/ व े ता से मांगे गए ATC),Compliance of BoQ specification and supporting document
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 50 %

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

1 / 22
Bid Details/ बड ववरण

Type of Bid/ बड का कार Two Packet Bid

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-registered No
with GeM)

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 5.00

Duration of ePBG required (Months)/ईपीबीजी क


18
अपे त अविध (मह ने).

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

Beneficiary/लाभाथ :
Project Director
District Rural Development Agency, Collectorate, Virudhunagar - 626 002.
(Dhandapani R)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता No

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता No

2 / 22
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 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. 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.
5. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or similar
Category Products for 50% 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. 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.

E - Cart For Garbage (V2) ( 604 pieces )

Technical Specifications/तकनीक विश याँ

* As per GeM Category Specification/जेम केटे गर विश के अनुसार

Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed


Specification
नाम Values)/अनुमत मू य

Certifications Certification Type Complete vehicle with equipment

Generic Specifications Type of E-Cart Battery Operated Motor Driven

Type of Motor DC Motor

Pay Load Capacity Including 380.0 - 380.0 Or higher (kilogram)


Driver

Goods Carrier Capacity 310.0 - 310.0 Or higher (kilogram)


excluding Driver

Max Speed (in Km/hr) 25.0 - 25.0 Or higher

Power Output 1200.0 - 2000.0 Or higher (Watt)

Battery Capacity ( in Electric 100.0 Or higher


Charge/Ampere Hour)

Type of Battery as per AIS Lithium Ion


048

3 / 22
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

Type of Front Brake Drum Brake

Type of Rear Brake Drum Brake

Construction Power Transmission from Direct Mounting


Motor Shaft to Wheels

Equipped with First Aid Box Yes

Equipped with Fire Extinguisher Yes

Warranty Vehicle Warranty 1.0 (year)

Number of Free Services of 5


Complete Vehicle

Battery Warranty 3.0 (year)

Additional Specification Parameters - E - Cart For Garbage (V2) ( 604 pieces )


Specification Parameter Name Bid Requirement (Allowed Values)

ICAT (or) ARAI (The electric battery operated vehicle must have been certified by
Vehicle Certification authorized motor vehicle certification agency viz ICAT (or) ARAI (or) any other
certifying agency approved by Govt. of India (or) Tamil Nadu)

Type Of Battery, Voltage and its


Lithium Ion / Lithium Ferro Phosphate 48V, 100 Ah
Capacity

Run Distance (for a full charge of


Battery, to be tested with full load
70-90 Km / Charge and Charge timing - Not more than 6-7 Hours
at maximum) (km) & Battery
Charge Time

"No.of. Bins (Cargo Box) -1 Cargo Box Size - 1400 x 1000 x 450mm 50 Ltr
Number of Bins and Size
Polyethylene Bin - 6 numbers colour (Green, Blue, Red - Each 2 Nos) "

Tipping facility Manual tipping


* Bidders offering must also comply with the additional specification parameters mentioned above.

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

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

626002,Collectorate
1 Dhandapani R 604 180
Virudhunagar

4 / 22
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. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

3. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Specifications for the procurement of e-carts with tipping facility, capable of carryingup to 3
10 kg of garbage in a single trip through the GeM portal

Brand Type Registered Brand

Technical Specifications

Specification Specification Name Bid Requirement/Allowed Values

ICAT (or) ARAI (The Electric Battery-Operated Vehicl


e must have been certified by authorized Motor Vehi
Certification Vehicle Certification cle Certification agency, viz. ICAT (or) ARAI (or) any
other certifying agency approved by Govt. of India (
or) Tamilnadu)

Kerb Weight of E- Cart (kg) 300 Kgs

Garbage Carrying Capacity (kg) 310 Kgs

Run Distance (for a Full Charge


of Battery , to be tested with fu 70-90 Km / Charge
ll load at maximum) (km)

Number of Bins 1

Capacity of Individual Bins in litr


310 Ltrs
es (Ltrs)

Ground Clearance as per IS : 94


160mm to 180 mm
35 (mm)

Wheel Base (mm) 2070mm (± 5%) Tolerance

5 / 22
Turning Radius (mm) 2000mm to 3000mm

Direct Mounting - Single central axis differential drive


Generic Parameters Power Transmission from Mot
with both forward and reverse direction
or Shaft to Wheels

Tipping Angle >45 Degree

Method of Tipping Manual

Type of Battery Lithium Ion / Lithium Ferro Phosphate

Capacity of the Battery (Ah) 100 Ah

Battery Voltage ,Nominal (Volts) 48 V

Type of Motor Brushless DC Motor

Motor Output Po
wer, 48V at Full L 1200 W
oad (watt)

Overall Efficiency of the E Cart


(to be tested at Full Load with 90%
maximum speed) (%)

Seating Facility Cushioned seat to accommodate 2 Persons

Length of E-cart as per G


azette Notification by Mini
2.8 meters (-) 2% Tolerance
stry of Road and Transpor
t Oct , 2014 (meters)

Constructional Param
eters
Width of E-Cart as per Ge
zette Notification by Notifi
cation by Ministry of Road 1000 mm (-)2% Tolerance
and Transport Oct , 2014
(meters)

Vehicle Lighting System LED based

Glass wind shield with wip


er motor as approved by I Yes
CAT (or) ARAI

6 / 22
Reputed Brand
Battery Make

Equipped with Fire Exting


uisher Yes

Equipped with First Aid Bo


Yes
x

Performance Paramet Battery Warranty 3 Years


ers

Motor Warranty 1 Year

Warranty for Vehicle 1 Year

No. of Free Service 5

Front : 3.75 -12, 6PR/66B/66E/60J/72B

Rear : 3.75 -12, 6PR/66B/66E/60J/72B


Wheels & Tyres

(Tyre: 3.75 inches width and 12 inches dia Rim (or) alloy
wheel size: 3.75 inches - 12 inches)

Brake System Double Rear Drum Type with Pedal

Front : Telescopic Suspensor, Heavy Duty Hydraulic Sho


cker
Suspension

Rear : Leaf Springs with spring damper

Both forward and reverse directions, 1400 mm (±10%) T


Cart Movement
olerance

Ladder type welded construction consisting of two sym


metrical beams/rails/channels running the length of the
cart with transverse cross -members connecting them f
Chasis Construction abricated using CRC MS square pipes of suitable size wit
h Anti Rust Proof powder coating.

1400 x 1000x 450 mm should be fabricated using MS Sh


eet and MS Square pipes of suitable thickness with Anti
Rust Proof powder coating, Rear Door: Foldable single d
Rear Cargo Box Size (L*B
oor-arrangement. Side door : foldable single door arrang
*H)
ement. Both side doors should be made of MS Sheet of t
hickness not less than 1.2 mm. Flooring should be made
of MS Sheet of thickness not less than 1.2 mm.

7 / 22
Maximum Speed of Vehicle 25 kms/hr

Gradeability (Climbing Ability)


< 7 degree

Charge time Not more than 6-7 Hours

Charger and digital charge lev


el indicator for monitoring AC 220-230 V 501-11 (15 Amps SMPS Charger)

Power transmission Differential

Speedometer Analog (or) Digital Meter

Drive Rear Wheel Drive

Weather proof complete metal enclosed cabin


with Windscreen glass (Toughened) for driver
Cabin
protection with necessary frame structure for
protection from heat and rain

Front wind shield Laminated glass with wiper and its motor

Throttle Hand Throttle

Controller type 48V,24 tube

E-Cart Should Conform to applicable environmental te


Environmental Test
st

Center of gravity of E-cart should comply the compuls


Compliance of Center of gravity
ory norms for safety

Noise level Must be low during operation.

Reverse gear E-cart should be equipped with reverse gear facility

Yellow colour anti rust proof powder coating as per S


Painting and Lettering TA norms with SBM(G) IEC messages as directed by t
he departmental officials

8 / 22
Amplifier with USB Port, Mike and Speakers fi
Public Addressing System tted in the vehicle for announcements.

50 Ltr Polyethylene Bin - 6 numbers colour (Green,


Blue, Red) Front if Rear Indicators, Headlight, Hor
Accessories n, Tool Kit, First Aid Box, Drinking Water Bottle Sta
nd, Auto Cut-Off Charger, Functional safety by pro
viding circuit breaker (MCB), Fire extinguisher

Consignee/ Reporting Officer:

Sl.No. Consignee/ Reportin Address Quantity Delivery Days


g Officer

District Rural Development Ag


1 Project Director ency, Collectorate, Virudhuna 604 180 Days
gar

Buyer Added Bid Specific Terms and Conditions:-

1. The bidder should be an OEM or an authorized dealer. If the bidder is a dealer, the OEM's production f
acility should be located in Tamil Nadu at least for the past one year.

2. The bidder should have at least three years of experience in the field of e-cart supply / manufacturing.

3. The OEM should possess either an ICAT, ARAI certificate for a three-wheeler battery-operated vehicle for the
load carrying capacity of 310 Kgs as proof of OEM status.

4. The bidder must have supplied a minimum of 50% of the tendered quantity of vehicles cumulatively in any
ne of the preceding five years to any one or multiple local body organization in Tamil Nadu. The bidder needs to
submit proof of this experience, such as payment receipts or completion certificates received from the local bod
y organization.

5. If the bidder is an authorized dealer, the bidder has to submit the declaration of OEM for supplying vehicles
without deviating required specifications.

6. As per CVC guidelines, if the bidder is an authorized dealer, manufacturer's confirmation of extending the
quired warranty for that product as per specifications. In cases where the manufacturer has submitted the bid,
the bids of his authorized dealer will not be considered.

7. The bidder should have had an annual turnover of at least Rs. 5 crores in any one of the preceding three year
s (2020-21, 2021-22, 2022-23). Proof of turnover should be provided in the form of audited balance sheets for
e last three years attested by a Chartered Accountant or income tax annual returns attested by a Chartered Acc
ountant filed for the last three financial years.

8. During the technical evaluation of bids, a sample vehicle must be submitted in accordance with the
specifications provided in the tender document. Only technically qualified bidder’s samples will be examined.
he battery-operated e-cart will be evaluated by department officials. The financial bid will be opened only if th
e samples pass the examination.

9. OEM / Bidder must submit following list of documents,

i. ICAT (or) ARAI Certificate for the three-wheeler battery-operated vehicle for the load carrying capacity
310 Kgs.

9 / 22
ii. IT return copies for the past three years as proof of turnover.

iii. Turnover of the bidder certified from the auditor.

iv. In the case of the bidder being a dealer, an authorization certificate or dealership certificate issued by th
e OEM must be provided.
v. Proof of cumulative supply of 50% of the tendered quantity of vehicles in any one of the pr
eceding five years.

vi. Proof of having the production facility of OEM within Tamilnadu.

vii.Bidder's product catalogue and terms of supply.

10.1 Performance Security Deposit :

If the contract is awarded, the successful Bidder should furnish a performance security deposit in the for
m of Demand Draft drawn in favour of District Collector/ Chairman, DRDA, Virudhunagar District or in the form
of a unconditional irrevocable Bank Guarantee duly pledged in the name of District Collector/Chairman, DRDA,
Virudhunagar District for an amount equivalent to 5% of the contract value including the Goods and Services T
ax (GST) Amount within 10 days from the date of award. This performance security deposit will be refunded aft
er 12 months from the date of completion of supply. If the performance Security is in the form of a Bank Guara
ntee, the period of validity of Bank Guarantee of 5% of contract value could be 18 months. The Performance Se
curity Deposit held by the Collector/ Chairman, will not earn any interest thereof.

10.2 Defects liability :

In the event of contract award, the bidder must establish adequate service centers within 60 days in the dis
trict to address fault restoration and maintenance, as reported by department officials.

Bill retention amount equivalent to 2.5% of the total value of each bill (including the Goods and Services Tax
(GST)) will be deducted from the bills paid to the Supplier. The bill retention amount of 2.5% will be refunded af
ter one year from the date of completion of supply. The release of performance security deposit/ Bill retention
amount is subject to condition that the Engineer has to certify that all defects notified by the department
officials to the supplier before the end of warranty period prescribed for repayment have been rectified and the
bidder execute an indemnity bond for a further period of two years indemnifying the Government against any
defects noticed in battery supplied by the bidder.

11. The successful Bidder should supply the total quantity ordered as per the milestones indicated below,

Period
Milestone (From date of issue of Target
Work order)

#1 Within 2 months 25% of the total quantity

#2 Within 4 months 75% of the total quantity

#3 Within 6 months 100% of the total quantity

Delivery Locations

Tentative Require
Sl.No Name of the Block Name of the Panchayat ment of
e-Cart (in no. )

1 RAJAPALAYAM Ayankollankondan 1

2 RAJAPALAYAM Chathrappatti 1

3 RAJAPALAYAM Chokkanathanputhur 1

10 / 22
4 RAJAPALAYAM Cholapuram 5

5 RAJAPALAYAM Dhalavoipuram 5

6 RAJAPALAYAM Kilavikulam 1

7 RAJAPALAYAM Ilanthiraikondan 1

8 RAJAPALAYAM Krishnapuram 5

9 RAJAPALAYAM Meenakshipuram 1

10 RAJAPALAYAM Melarajakularaman 10

11 RAJAPALAYAM Melappattamkarisalkulam 7

12 RAJAPALAYAM Muthusamypuram 1

13 RAJAPALAYAM Nallamanaickenpatti 1

14 RAJAPALAYAM Puthur 1

15 RAJAPALAYAM Samusigapuram 4

16 RAJAPALAYAM North Devadhanam 1

17 RAJAPALAYAM South Venganallur 10

18 RAJAPALAYAM Sundararajapuram 1

19 RAJAPALAYAM Sundaranatchiyarpuram 1

20 RAJAPALAYAM Zamin Nallamangalam 1

21 RAJAPALAYAM Zamin Nathampatti 1

22 RAJAPALAYAM Puthur 1

23 RAJAPALAYAM Zamin Kollankondan 1

Total 62

24 SRIVILLIPUTHUR Achanthavilthan 2

25 SRIVILLIPUTHUR Athikulam-deivendri 2

26 SRIVILLIPUTHUR Athikulam Sengulam 5

11 / 22
27 SRIVILLIPUTHUR Ayan Nachiyarkoil 2

28 SRIVILLIPUTHUR Inam Chettikulam 3

29 SRIVILLIPUTHUR Kalangaperi 3

30 SRIVILLIPUTHUR Padikkasuvaithanpatti 3

31 SRIVILLIPUTHUR Koonampatti 1

32 SRIVILLIPUTHUR Kothankulam 2

33 SRIVILLIPUTHUR Kottaipatti 2

34 SRIVILLIPUTHUR Malli 1

35 SRIVILLIPUTHUR Padikkasuvaithanpatti 8

36 SRIVILLIPUTHUR Pillaiyarkulam 1

37 SRIVILLIPUTHUR Pillaiyarnatham 3

38 SRIVILLIPUTHUR R.Reddiapatti 1

39 SRIVILLIPUTHUR T. Managaseri 4

40 SRIVILLIPUTHUR P. Ramachandrapuram 1

41 SRIVILLIPUTHUR Saminathapuram 1

42 SRIVILLIPUTHUR Thiruvannamalai 5

43 SRIVILLIPUTHUR Thombakulam 1

44 SRIVILLIPUTHUR Viluppanoor 4

Total 55

45 WATRAP Ayannathampatti 3

46 WATRAP Khansapuram 3

47 WATRAP Kottaiyur 2

48 WATRAP Kunnur 6

49 WATRAP Maharajapuram 4

12 / 22
50 WATRAP Moovaraivendran 3

51 WATRAP Ramachandrapuram 4

52 WATRAP Ramasamiyapuram 4

53 WATRAP Sethunarayanapuram 2

54 WATRAP Thambipatti 2

55 WATRAP Vadukapatti 1

56 WATRAP Ilandhaikulam 3

Total 37

57 VEMBAKOTTAI Appayanaickenpatti 5

58 VEMBAKOTTAI Alangulam 4

59 VEMBAKOTTAI M.Duraisamypuram 1

60 VEMBAKOTTAI Elayirampannai 5

61 VEMBAKOTTAI Kakkivadanpatti 1

62 VEMBAKOTTAI Kanajampatti 1

63 VEMBAKOTTAI Kangarakkottai 3

64 VEMBAKOTTAI Kundayiruppu 1

65 VEMBAKOTTAI A.Lakshmipuram 3

66 VEMBAKOTTAI Muthandiapuram 1

67 VEMBAKOTTAI Panayadipatti 1

68 VEMBAKOTTAI Salwarpatti 1

69 VEMBAKOTTAI Sevalpatti 4

70 VEMBAKOTTAI Sippipparai 1

71 VEMBAKOTTAI Soorarpatti 1

72 VEMBAKOTTAI Thayilpatti 6

13 / 22
73 VEMBAKOTTAI Thulukkankuruchi 1

74 VEMBAKOTTAI Vijayakarisalkulam 2

75 VEMBAKOTTAI Vijayarengapuram 1

76 VEMBAKOTTAI VEMBAKOTTAI 3

77 VEMBAKOTTAI T.Khansapuram 1

78 VEMBAKOTTAI Ettakkapatti 1

Total 48

79 SIVAKASI Anaiyur 15

80 SIVAKASI Anuppankulam 4

81 SIVAKASI Kalayarkurichi 1

82 SIVAKASI Kariseri 1

83 SIVAKASI Melamathur 2

84 SIVAKASI Nadayaneri 1

85 SIVAKASI Poolavoorani 2

86 SIVAKASI Pudukkottai 1

87 SIVAKASI Saminatham 2

88 SIVAKASI Sengamalanatchiyarpuram 13

89 SIVAKASI Sithurajapuram 13

90 SIVAKASI Sengamalapatti 1

91 SIVAKASI Sukkiravarpatti 1

92 SIVAKASI Thatchakudi 1

93 SIVAKASI Thevarkulam 4

94 SIVAKASI Urampatti 1

14 / 22
95 SIVAKASI Vadiyur 4

96 SIVAKASI V.chokkalingapuram 1

97 SIVAKASI Vellur 1

98 SIVAKASI Vilampatti 1

99 SIVAKASI Viswanatham 7

100 SIVAKASI Vendurayapuram 1

101 SIVAKASI Anaikuttam 1

102 SIVAKASI M.pudupatti 1

Total 80

103 SATTUR Ammapatti 1

104 SATTUR Banduvarpatti 1

105 SATTUR Irukkankudi 1

106 SATTUR Chatrapatti 1

107 SATTUR Chinnakkamanpatti 2

108 SATTUR Chinnakollapatti 1

109 SATTUR Kathalampatti 1

110 SATTUR Nallamuthanpatti 1

111 SATTUR Nalli 2

112 SATTUR Pappakudi 1

113 SATTUR Periyakollapatti 3

114 SATTUR Sinduvampatti 1

115 SATTUR Chindappalli 1

116 SATTUR Kosukundu 1

117 SATTUR Mettamalai 2

15 / 22
118 SATTUR Nenmeni 1

119 SATTUR N. Subbaiahpuram 1

120 SATTUR Othayal 1

121 SATTUR Soorangudi 5

122 SATTUR Uppathur 1

123 SATTUR Venkatachalapuram 5

124 SATTUR Chinnakkamanpatti 1

Total 35

125 VIRUDHUNAGAR Avudayapuram 4

126 VIRUDHUNAGAR Amathur 2

127 VIRUDHUNAGAR Appayanaickenpatti 2

128 VIRUDHUNAGAR Chatrareddiapatti 5

129 VIRUDHUNAGAR E.Muthulingapuram 2

130 VIRUDHUNAGAR Inam Reddiapatti 3

131 VIRUDHUNAGAR Kattanarpatti 2

132 VIRUDHUNAGAR Kooraikundu 30

133 VIRUDHUNAGAR Meesalur 2

134 VIRUDHUNAGAR Mettukundu 3

135 VIRUDHUNAGAR Moolipatti 2

136 VIRUDHUNAGAR Ondipulinaickanur 2

137 VIRUDHUNAGAR Pattampudur 4

138 VIRUDHUNAGAR Pavali 5

139 VIRUDHUNAGAR Periaperali 1

140 VIRUDHUNAGAR Pudupatti 1

16 / 22
141 VIRUDHUNAGAR Rosalpatti 22

142 VIRUDHUNAGAR Thammanaickenpatti 5

143 VIRUDHUNAGAR Vachakkarapatti 4

144 VIRUDHUNAGAR Valliyur 3

145 VIRUDHUNAGAR Sennelkudi 2

146 VIRUDHUNAGAR Sivagnanapuram 17

147 VIRUDHUNAGAR Endappuli 1

148 VIRUDHUNAGAR Kadambangulam 3

149 VIRUDHUNAGAR Mannarkottai 2

150 VIRUDHUNAGAR O.Kovilpatti 2

151 VIRUDHUNAGAR Pullalakkottai 1

152 VIRUDHUNAGAR Sandhaiyur 1

153 VIRUDHUNAGAR Sankaralingapuram 2

154 VIRUDHUNAGAR Thathampatti 1

155 VIRUDHUNAGAR V.Muthulingapuram 1

156 VIRUDHUNAGAR Vadamalaikuruchi 1

157 VIRUDHUNAGAR Veerarpatti 2

158 VIRUDHUNAGAR Kanniseriputhur 1

159 VIRUDHUNAGAR Meesalur 2

160 VIRUDHUNAGAR Sengundrapuram 2

Total 145

161 Aruppukottai Athipatti 11

162 Aruppukottai Chettikurichi 1

163 Aruppukottai Kanjanaickenpatti 8

17 / 22
164 Aruppukottai Kovilangulam 1

165 Aruppukottai Kullursandhai 1

166 Aruppukottai Malaipatti 1

167 Aruppukottai Palavanatham 5

168 Aruppukottai Palayampatti 14

169 Aruppukottai Pandalkudi 6

170 Aruppukottai Sempatti 5

171 Aruppukottai Soolakkarai 3

172 Aruppukottai Villipathiri 1

173 Aruppukottai Periavallikulam 1

174 Aruppukottai Sethurajapuram 1

175 Aruppukottai Periyanayagipuram 1

176 Aruppukottai Thiruvirunthalpuram 1

Total 61

177 KARIAPATTI Aviyur 5

178 KARIAPATTI D.Kadamangulam 1

179 KARIAPATTI Kalkuruchi 1

180 KARIAPATTI Kambikkudi 5

181 KARIAPATTI Kurandi 1

182 KARIAPATTI Manthoppu 1

183 KARIAPATTI Melakkallangulam 1

184 KARIAPATTI Mustakkuruchi 2

185 KARIAPATTI Panikkurippu 1

186 KARIAPATTI S.maraikulam 1

18 / 22
187 KARIAPATTI Thonugal 3

188 KARIAPATTI Thoppur 2

189 KARIAPATTI Varalotti 3

190 KARIAPATTI Valukkalotti 2

191 KARIAPATTI Allalapperi 2

192 KARIAPATTI Thulukkankulam 2

193 KARIAPATTI Nanthikkundu 1

194 KARIAPATTI Pambatti 1

195 KARIAPATTI Pisindi 1

196 KARIAPATTI Sooranur 1

197 KARIAPATTI Vakkanangundu 1

Total 38

198 TIRUCHULI Kalloorani 1

199 TIRUCHULI Kulasekaranallur 2

200 TIRUCHULI Mandapasalai 1

201 TIRUCHULI Muthuramalingapuram 1

202 TIRUCHULI Pannaimoondradaippu 3

203 TIRUCHULI Pulikkuruchi 2

Total 10

204 NARIKUDI Iluppaiyur 1

205 NARIKUDI A.Mukkulam 1

206 NARIKUDI Esali 1

207 NARIKUDI Irunchirai 1

208 NARIKUDI Alagapuri 2

19 / 22
209 NARIKUDI Nalur 1

210 NARIKUDI Ulakkudi 1

211 NARIKUDI Uluthimadai 1

212 NARIKUDI V. Karisalkulam 1

213 NARIKUDI Narikudi 3

214 NARIKUDI Pillaiyarkulam 3

215 NARIKUDI Pillaiyarnatham 2

216 NARIKUDI Maraiyur 1

217 NARIKUDI Minakkulam 2

218 NARIKUDI Reghunathamadai 2

219 NARIKUDI Veeracholan 4

220 NARIKUDI T.Velangudi 1

221 NARIKUDI Velanoorani 3

222 NARIKUDI Poomalaipatti 1

223 NARIKUDI Pulvaikkarai 1

Total 33

Grand Total 604

12. All vehicles supplied by the contractor will be tested by department officials. A third-party testing agency
may be engaged if necessary. If key parameters of the vehicle, such as dimensions, battery capacity, motor, c
harger, or other specifications, deviates from the required specification, payment will not be made to the cont
ractor until the issues are rectified or replaced.

13. Quality control:

13.1Each consignment will be inspected by department officers, and the department reserves the right to condu
ct additional tests. If the supplied items do not meet the required specifications, the department can reje
ct the entire or part of the consignment, and the supplier is responsible for replacing it at their own cost.
13.2 if substandard quality e-carts are found defective later, the supplier is responsible for replacing them with
in 30 days at their own cost.

14. Payment:

14.1 Payment for the supply of battery-operated e-carts will be made after supply and after the certificate of
satisfactory completion is provided by the Assistant Engineer and countersigned by the BDO (VP). This
ollows a test run/range test of the vehicle on a sample basis at the location of delivery.
14.2 Payment will be made only after the contractor submits the vehicle registration numbers for their supplied
vehicles. The contractor is responsible for all expenses related to vehicle insurance and registration.

20 / 22
14.3 TDS related to income tax and GST will be applicable as per existing norms.

15. Penalty for delay in supply and delivery:

In case of a delay of 30 days beyond the stipulated period, a penalty will be imposed at the rate of 1% per wee
k of the total value of the defaulted quantity, up to a maximum of 5% of the overall price. In the event of a delay
exceeding 60 days, the work order will be cancelled, the security deposit will be forfeited, and the successful bid
der will be blacklisted along with taking action under the incident management policy of Gem portal treating as a
'grave' incident

16. Penalty for failure to rectify defects:

16.1. If the approved supplier fails to replace defective e-carts, the cost of these defective e-carts will be recover
ed from subsequent payments or from the security deposit available with the department. The successful bidder
and their OEM will be blacklisted.

16.2. If the approved supplier fails to rectify defects pointed put by department officers within the specified time
limit, the department will carry out the necessary work, and the cost will be recovered from the subsequent pay
ments or the security deposit, at twice the rate. The successful bidder and their OEM will be blacklisted.

16.3. In case of a defective supply of e-carts, departmental officers will take appropriate actions against the contr
actor in accordance with the incident management policy of the GeM portal.

17. Violation in Terms and Conditions:

Any violation of the terms and conditions may result in the maximum penalty of blacklisting the bidder an
d their OEM, along with the recovery of costs plus a 100% penalty and the forfeiture of the Performance Security
Deposit

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. If
any clause(s) is / are incorporated by the Buyer regarding following, the bid and resultant contracts shall be treated as
null and void and such bids may be cancelled by GeM at any stage of bidding process without any notice:-

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. (However, in bids for attached
categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
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.

21 / 22
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the case may
be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of this
bid, they can raise their representation against the same by using the Representation window provided in the bid
details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer is duty bound
to reply to all such representations and would not be allowed to open bids if he fails to reply to such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares a
land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake
compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in accordance with

the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द पर ितबंध के संबंध म
भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा जब वह बड दे ने वाला स म
ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी गलत घोषणा कए जाने व इसका
अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई का आधार होगा।

---Thank You/ ध यवाद---

22 / 22

You might also like