0% found this document useful (0 votes)
179 views26 pages

Q3 Uniform Supply Bid Details

Uploaded by

CAE ANALYST
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
179 views26 pages

Q3 Uniform Supply Bid Details

Uploaded by

CAE ANALYST
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Bid Number: GEM/2022/B/2078228

Dated: 30-03-2022

Bid Document

Bid Details

Bid End Date/Time 20-04-2022 [Link]

Bid Opening Date/Time 20-04-2022 [Link]

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

Bid Offer Validity (From End Date) 45 (Days)

Ministry/State Name Ministry Of Petroleum And Natural Gas

Department Name Na

Organisation Name Oil And Natural Gas Corporation Limited

Office Name Ahmedabad Asset

Total Quantity 2088

Uniform pc-pv Suiting- as per IS: 15853 (Q2) , shirting


angola (Q2) , Khaki Terry cloth for Pant Coat/Jacket Woolen
(Q3) , Shoes Leather Oxford DMS (Q3) , Shoes Canvas
Rubber sole - JSS Specification (Q3) , socks (Q3) , Protective
Item Category Socks Or Hosiery-IS:2187 (Q3) , Caps Beret Cap Wool-IS:
5085.1976 (Q3) , uniform jersey woolen ribbed v neck dgsd
specification (Q3) , Track Suits - Sports-IS:10971, IS:2977
(Q3) , Rain Jacket ( With Integrated Hood and Trouser ) (Q3)
, Fireman axe (Q3) , Safety Torch Light (Q3)

Years of Past Experience required 1 Year (s)

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years Of Experience Yes

Experience Criteria,Past Performance,Certificate (Requested


in ATC),OEM Authorization Certificate
*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

Past Performance 20 %

Bid to RA enabled No

Primary product category Shoes Leather Oxford DMS

Time allowed for Technical Clarifications


3 Days
during technical evaluation

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- Yes
registered with GeM)

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Pre Dispatch

1 / 26
Bid Details

Name of the Empanelled Inspection


Board of Officers
Agency/ Authority

Quality Assurance Plan document [Link]

Estimated Bid Value 1640657

Evaluation Method Group wise evaluation

EMD Detail

Advisory Bank State Bank of India

EMD Percentage(%) 1.00

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 4

(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:
CM (MM)
BG 12, B block, MM section, Ahmedabad Asset, ONGC Ltd., Chandkheda, Ahmedabad 380005.
(Sandip Digambar Chaudhari)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference No

Details of the Competent Authority for MII

Name of Competent Authority Shri S. K. Rai

Designation of Competent Authority GM (Fire Services)

Office / Department / Division of Competent


Authority

CA Approval Number

2 / 26
Competent Authority Approval Date 15-02-2022

Brief Description of the Approval Granted by The case value is less than 1 crore and also indented items
Competent Authority are not reserved for procurement from class I supplier.

Competent Authority Approval for not opting Make In India Preference : View Document

MSE Purchase Preference

MSE Purchase Preference Yes

1. 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.
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. 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 100%(selected by Buyer) percentage of
total QUANTITY.
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 20% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.
6. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
authorized representatives

An independent third party Professional Inspection Body can help buyer in mitigating buyer’s risk with pre-
dispatch/post-dispatch inspection in order to ensure that equipment, components, solutions and documentation
conform to contractual requirements. The buyer has a right to inspect goods in reasonable manner and within
reasonable time at any reasonable place as indicated in contract. Inspection Fee/ Charges (as pre-greed between
buyer and Inspection Agency) would be borne by the buyer as per their internal arrangement but may be
recovered from the seller if the consignment failed to conform to contractual specification and got rejected by
the Inspection Officer .If so requested and accepted by the seller , initially seller may pay for inspection
charges as applicable and get the same reimbursed from buyer if consignment accepted by the Inspecting
Officer . For reimbursement seller has to submit proof of payment to Inspection Agency.

Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying the place
of inspection as per contract and the Inspecting officer shall on receipt of such notice notify to the seller the date
and time when the stores would be inspected. The seller shall, at his own expenses, afford to the Inspecting
officer, all reasonable facilities as may be necessary for satisfying himself that the stores are being and or have

3 / 26
been manufactured in accordance with the technical particulars governing the supply. The decision of the
purchaser representative /inspection authority regarding acceptance / rejection of consignment shall be final and
binding on the seller.

The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which
the Inspecting officer may demand of him for any test, and examination, other than special or independent test,
which he shall require to be made on the seller's premises and the seller shall bear and pay all costs attendant
thereon.

The seller shall also provide and deliver store / sample from consignment under inspection free of charge at any
such place other than his premises as the Inspecting officer may specify for acceptance tests for which
seller/OEM does not have the facilities or for special/ independent tests.

In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing to lack
of test facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in the
inspection and/or test. Cost of test shall be assessed at the rate charged by the Laboratory to private persons for
similar work.

Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof to
such tests as he may like fit and proper as per QAP/governing specification. The seller shall not be entitled to
object on any ground whatsoever to the method of testing adopted by the Inspecting officer.

Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will be
borne by seller.

Inspecting officer is the Final Authority to Certify Performance / accept the consignment. The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.

The seller shall if so required at his own expense shall mark or permit the Inspecting officer to mark all the
approved stores with a recognised Government or purchaser's mark.

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:

Estimat Qua
Evaluation Consignee/Rep
ed Item/Category Consignee Address ntit
Schedules orting Officer
Value y

Uniform Pc-pv Suiting- As Per I/c Receipt Kalol, ONGC,


Sandeep Kumar 749
Is: 15853 Kalol Stores, Kalol, 382721

I/c Receipt Kalol, ONGC,


Group A 586037 Shirting Angola Sandeep Kumar 88
Kalol Stores, Kalol, 382721

Khaki Terry Cloth For Pant I/c Receipt Kalol, ONGC,


Sandeep Kumar 102
Coat/jacket Woolen Kalol Stores, Kalol, 382721

I/c Receipt Kalol, ONGC,


Shoes Leather Oxford Dms Sandeep Kumar 13
Kalol Stores, Kalol, 382721

I/c Receipt Kalol, ONGC,


Shoes Leather Oxford Dms Sandeep Kumar 107
Kalol Stores, Kalol, 382721

Shoes Canvas Rubber Sole - I/c Receipt Kalol, ONGC,


Sandeep Kumar 107
Jss Specification Kalol Stores, Kalol, 382721

Group B 695090 I/c Receipt Kalol, ONGC,


Socks Sandeep Kumar 214
Kalol Stores, Kalol, 382721

4 / 26
Protective Socks Or Hosiery- I/c Receipt Kalol, ONGC,
Sandeep Kumar 214
is:2187 Kalol Stores, Kalol, 382721

I/c Receipt Kalol, ONGC,


Socks Sandeep Kumar 214
Kalol Stores, Kalol, 382721

Caps Beret Cap Wool-is: I/c Receipt Kalol, ONGC,


Sandeep Kumar 92
5085.1976 Kalol Stores, Kalol, 382721
Group C 29060
Uniform Jersey Woolen Ribbed I/c Receipt Kalol, ONGC,
Sandeep Kumar 24
V Neck Dgsd Specification Kalol Stores, Kalol, 382721

Track Suits - Sports-is:10971, I/c Receipt Kalol, ONGC,


Sandeep Kumar 107
Is:2977 Kalol Stores, Kalol, 382721
Group D 221943
Rain Jacket ( With Integrated I/c Receipt Kalol, ONGC,
Sandeep Kumar 10
Hood And Trouser ) Kalol Stores, Kalol, 382721

I/c Receipt Kalol, ONGC,


Fireman Axe Sandeep Kumar 11
Kalol Stores, Kalol, 382721
Group E 108527
I/c Receipt Kalol, ONGC,
Safety Torch Light Sandeep Kumar 36
Kalol Stores, Kalol, 382721

Uniform Pc-pv Suiting- As Per IS: 15853 ( 749 meter )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

CERTIFICATION Whether BIS marked Yes

COLOUR Shade Khaki

DIMENSIONS Width excluding selvedge 150.0


(cm)

COMPOSITION Fibres composition in Polyester- 67 Viscose- 33


percent

OTHER Fabric with Soil release and No


REQUIREMENTS anti bacterial activity value
requirements

TEST REPORT Availability of test Report Yes


from Central govt/ NABL/
ILAC accredited laboratory
to prove conformity to the
specification

Test reports to be furnished to Yes


buyer on demand, if claimed to
be available

ADVANCE SAMPLE Agree to provide Advance Yes


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

5 / 26
Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 749 60
ONGC, Kalol Stores, Kalol,

Shirting Angola ( 88 meter )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

SPECIFICATION Conformity to Standard Cloth Angola Shirting Conforming to QR/specification


for Cloth Shirt Angola prepared by North India Textile
Reasrch Association, Sector 23, Raj Nagar, Ghaziabad
and approved by MHA vide letter No- U-II-25/2011-12-
Prov-(CoBRA) dated 11-2-2013

DIMENSIONS Width excluding selvedge ( 150 ( for MHA specn )


Min ) ( cm )

COLOUR Colour/Shade Olive-Khakhi ( for MHA specn)

MATERIAL Blend Composition in Wool -35 percentage Polyster-65 percentage ( for


percentage MHA), Wool -35 percentage Polyster-65 percentage (
for IS, Type 1)

MASS Mass (g/m²) 265(as per MHA Specn)

OTHER Moth Proofing ( Yes


REQUIREMENTS Preservative treatment )

TEST REPORT Test reports to be furnished to Yes


buyer on demand, if claimed to
be available

ADVANCE SAMPLE Agree to provide Advance Yes


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

6 / 26
Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 88 60
ONGC, Kalol Stores, Kalol,

Khaki Terry Cloth For Pant Coat/Jacket Woolen ( 102 meter )

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 102 60
ONGC, Kalol Stores, Kalol,

Shoes Leather Oxford DMS ( 13 pairs )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

COLOUR Colour Brown

SIZE AND FITTINGS Size, Fittings Assorted Size and Fittings as per buyer's requirement

REGISTERATION Whether registered with No


any Defence Authority

TEST REPORT Availability of Test Report Yes


from designated AHSP/
NABL/ ILAC accredited or
Central Government Lab to
prove conformity of
products to the
specification

Test reports to be furnished to Yes


buyer on demand, if claimed to
be available

7 / 26
Specification Specification Name Bid Requirement (Allowed Values)

ADVANCE SAMPLE Agree to provide Advance Yes


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

Additional Specification Parameters - Shoes Leather Oxford DMS ( 13 pairs )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Round toe with plain toe-caps and 3 - 5 pairs of eye-lets with heel not more
than 1 ½ measured from the base of the rear stitching of the uppers. Soles
Additional Specification
shall be made of high standard P.U. Coated etc. and upper part made of soft
leather
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 13 60
ONGC, Kalol Stores, Kalol,

Shoes Leather Oxford DMS ( 107 pairs )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

COLOUR Colour Black

SIZE AND FITTINGS Size, Fittings Assorted Size and Fittings as per buyer's requirement

REGISTERATION Whether registered with Yes


any Defence Authority

TEST REPORT Availability of Test Report Yes


from designated AHSP/
NABL/ ILAC accredited or
Central Government Lab to
prove conformity of
products to the
specification

8 / 26
Specification Specification Name Bid Requirement (Allowed Values)

Test reports to be furnished to Yes


buyer on demand, if claimed to
be available

ADVANCE SAMPLE Agree to provide Advance Yes


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

Additional Specification Parameters - Shoes Leather Oxford DMS ( 107 pairs )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Round toe with plain toe-caps and 3 - 5 pairs of eye-lets with heel not more
than 1 ½ measured from the base of the rear stitching of the uppers. Soles
Additional Specification
shall be made of high standard P.U. Coated etc. and upper part made of soft
leather
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 107 60
ONGC, Kalol Stores, Kalol,

Shoes Canvas Rubber Sole - JSS Specification ( 107 pairs )

Brand Type Unbranded

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

COLOUR Colour White

SIZE Size 4, 5, 6, 7, 8, 9, 10, 11, 12

REGISTERATION Whether registered with Yes


any Defence Authority

9 / 26
Specification Specification Name Bid Requirement (Allowed Values)

TEST REPORT Availability of Test Report Yes


from designated AHSP/
NABL/ ILAC accredited or
Central Government Lab to
prove conformity of
products to the
specification

ADVANCE SAMPLE Agree to provide Advance Yes


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

Additional Specification Parameters - Shoes Canvas Rubber Sole - JSS Specification ( 107 pairs )
Specification Parameter
Bid Requirement (Allowed Values)
Name

White Canvas Shoes cloth cotton scoured/dyed for binding and insole lining.
Additional Specification Sewing thread white for upper stitching for back joining with laces cotton
white
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 107 60
ONGC, Kalol Stores, Kalol,

Socks ( 214 pairs )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Product description Socks Nylon Terrypile (As Per IND/TC/1624 (a) issued
by Controllerate of Quality Assurance, Textiles and
Clothing, Post Box No 294, Kanpur-208004 )

Size Size Gents (as per IS)

Colour Colour Khaki

Construction Type of knitting Plain- Knitted (as per IS specification)

10 / 26
Specification Specification Name Bid Requirement (Allowed Values)

Kintting structure Single cylinder

Heel and toe Single heel and toe

Top of the socks Plain knitted

Diameter of machine (mm) Not applicable for IND specification socks


(as per IS) (mm)

Gauge of machine (as per Not applicable for IND specification socks
IS) (number of needles/
inch)

Test Report Availability of Test Report Yes


from NABL/ ILAC accredited
or Central Government Lab
to prove conformity of
products to the
specification.

ADVANCE SAMPLE Agree to provide Advance Yes


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

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 214 60
ONGC, Kalol Stores, Kalol,

Protective Socks Or Hosiery-IS:2187 ( 214 pairs )

Brand Type Unbranded

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

PRODUCT Product description and Socks Wool (as per Indian Standard IS: 2187: 1982:
DESCRIPTION AND Governing Specification Latest)
SPECIFICATION

SIZE Size, mass per 10 pairs in 28, 1200g ( As Per IS )


grams (as per relevant
Specification)

COLOUR Colour Khaki

11 / 26
Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Grade of wool (minimum) 48s (As Per IS & JSS)

Blend composition of yarn wool- 70 %, Nylon- 15 %, viscose Rayon- 15 % (as per


(Preference based on IS)
standards)

CERTIFICATION Wool Marking Yes

TEST REPORT Availability of Test Report No


from NABL/ ILAC accredited
or Central Government Lab
to prove conformity of
products to the
specification

ADVANCE SAMPLE Agree to provide Advance Yes


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

Additional Specification Documents

Applicable Specification
View
Document

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 214 60
ONGC, Kalol Stores, Kalol,

Socks ( 214 pairs )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Product description Socks Nylon For Gents, Ladies And Childrens (As Per
Indian Standard IS: 5084: 1990: Latest)

Size Size Gents (as per IS)

Colour Colour White

12 / 26
Specification Specification Name Bid Requirement (Allowed Values)

Construction Type of knitting Plain- Knitted (as per IS specification)

Kintting structure Single cylinder

Heel and toe Single heel and toe

Top of the socks Rib knitted

Diameter of machine (mm) 95 (Gents)


(as per IS) (mm)

Gauge of machine (as per 12 to 14


IS) (number of needles/
inch)

Test Report Availability of Test Report No


from NABL/ ILAC accredited
or Central Government Lab
to prove conformity of
products to the
specification.

ADVANCE SAMPLE Agree to provide Advance Yes


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

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 214 60
ONGC, Kalol Stores, Kalol,

Caps Beret Cap Wool-IS: 5085.1976 ( 92 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Specification Governing Specification As per QR/specification of Beret Cap ( Revision )


aproved by MHA vide letter No- [Link].1/2012-13-Prov-
CLO/608 Dt 28-4-2016

Size Size Assorted sizes ( Small, Medium and Large as per MHA
approved specification ) as per buyer's requirements

13 / 26
Specification Specification Name Bid Requirement (Allowed Values)

Colour Colour Khaki

BINDING Channel at bottom edge of 25mm vide Polypropylene Tape ( MHA approved
bavel specification )

Test report Availability of Test Report Yes


from NABL/ ILAC accredited
or Central Government Lab
to prove conformity of
products to the
specification.

Advance Sample Agree to provide Advance Yes


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

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 92 60
ONGC, Kalol Stores, Kalol,

Uniform Jersey Woolen Ribbed V Neck Dgsd Specification ( 24 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

SIZE AND MASS Size of Jersey Mass of Assorted sizes ( 85, 90, 95, 100, 105, 110 and 115 )
Jersey as per buyer's requirements

COLOUR Colour/Shade KHAKI

Test Report Availability of Test Report Yes


from NABL/ ILAC accredited
or Central Government Lab
to prove conformity of
products to the
specification

Test reports to be furnished to Yes


buyer on demand, if claimed to
be available

14 / 26
Specification Specification Name Bid Requirement (Allowed Values)

ADVANCE SAMPLE Agree to provide Advance Yes


Sample(s) for orders placed
against Bid for buyer's
approval before
commencement of supply

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 24 60
ONGC, Kalol Stores, Kalol,

Track Suits - Sports-IS:10971, IS:2977 ( 107 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

MATERIAL Fabric ( Composition ) Polyester

Percentage of Blending ( in Polyester 65 % and Viscose 35 %


case of Blended Fabric )

Mass ( gram per square 260.0


mtrs )

Fabric Construction Woven

Weave ( In case of Woven Not Applicable


Fabric )

Knitting ( In case of knitted Not Applicable


Fabric )

Raising at inner side of No


Main Fabric

Upper Lining No

Lower Lining No

Lining Material 100% Polyester Mesh

Technical Requirements of Medium special duty Open End as per IS 14181 Latest
Slide Fastener for Upper
Closing

15 / 26
Specification Specification Name Bid Requirement (Allowed Values)

Technical Requirements of Medium special duty Open End as per IS 14181 Latest
Slide Fastener for Pocket
Closing ( For Pockets with
Slide Fastner for closing )

Slide Fastners are BIS Yes


Marked

Technical Requirements of No
Waist Band

Upper provided with Piping No

Lower provided with Piping No

Piping Fabric Mass ( gram 90


per square mtrs )

Embroidery Thread Not Applicable

SIZE Size Small (S), Medium (M), Large (L), Extra Large (XL),
Double Extra Large (XXL)

POCKETS Number of Pockets (Upper) 2 Side Pockets

Side Pocket Closure with Yes


Slide Fastener -Upper

Number of Pockets (Lower) 2 Side Pockets

Pocket Closure with Slide Side Pockets with Slide Fastener


Fastener - Lower

COLOUR/ PRINT Sublimation Printing (for Without


100 % polyester only)

Colour of Mesh Lining Not Applicable

OTHER Dimensional stability to 2


REQUIREMENTS washing, Shrinkage or
Elongation Percentage, max
( IS 2977 latest), in
lengthwise and widthwise
direction

LOGO AND MARKING Logo/ Totem Marking As per buyer's requirements

Type of Logo Printed

Number of Logos on Upper 1

Number of Logos on Lower Not Applicable

TEST REPORT Availability of Test Report Yes


from designated AHSP/
NABL/ ILAC accredited or
Central Government Lab to
prove conformity of
products to the
specification

ADVANCE SAMPLE Agree to provide Advance Yes


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

16 / 26
Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 107 60
ONGC, Kalol Stores, Kalol,

Rain Jacket ( With Integrated Hood And Trouser ) ( 10 pieces )

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

SIZE Size of Jacket Assorted size as per buyer's requirement

Size of Trouser Assorted size as per buyer's requirement

REGISTRATION Whether registered with No


any Defense Authority

TEST REPORT Availability of Test Report No


from designated AHSP/
NABL/ ILAC accredited or
Central Government Lab to
prove conformity of
products to the
specification

Test reports to be furnished to Yes


buyer on demand, if claimed to
be available

ADVANCE SAMPLE Agree to provide Advance Yes


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

Consignees/Reporting Officer and Quantity

17 / 26
Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 10 60
ONGC, Kalol Stores, Kalol,

Fireman Axe ( 11 pieces )

Brand Type Unbranded

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Constuctional Length of hammer(cm) 30-40


parameters
Blade material Steel blade IS 926, Iron blade

Weight 2.0

Length of Axe handle 120.0

Axe Handle material Steel according to IS: 1977 - 1975

Additional Specification Parameters - Fireman Axe ( 11 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Following specifications shall


1. Axes confirming to IS 926.
prevail

Following specifications shall


2. Axe Handle : Steel used for axe handle shall conform to IS : 1977 – 1975 ,
prevail2

3. Handle – The insulated handle shall be of vulcanized rubber capable of


Following specifications shall
withstanding an insulation test for 20000 volts for 60 Seconds as given in
prevail3
clause No. 6 of IS : 926

Following specifications shall 4. Successful bidder should Agree to provide Advance Sample(s) for buyer’s
prevail4 approval before supply.
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 11 60
ONGC, Kalol Stores, Kalol,

18 / 26
Safety Torch Light ( 36 set )

Brand Type Unbranded

Technical Specifications

Buyer Specification Document Download

Consignees/Reporting Officer and Quantity

Consignee/Reporti
[Link]. Address Quantity Delivery Days
ng Officer

382721,I/c Receipt Kalol,


1 Sandeep Kumar 36 60
ONGC, Kalol Stores, Kalol,

Special terms and conditions-Version:1 effective from 04-05-2020 for category Shoes Leather Oxford
DMS

1. After award of contract, when specified in the Bid, Seller shall have to get Advance Sample(s) approved by
the Buyer before starting Bulk Supplies. The Seller shall submit the Advance Sample(s) within 7 days from
the date of placement of the order. The buyer shall approve or otherwise the Advance Sample(s) within 7
days from the date of receipt of the Advance Sample(s).

Special terms and conditions-Version:1 effective from 04-05-2020 for category Shoes Canvas Rubber
sole - JSS Specification

1. After award of contract, when specified in the Bid, Seller shall have to get Advance Sample(s) approved by
the Buyer before starting Bulk Supplies. The Seller shall submit the Advance Sample(s) within 7 days from
the date of placement of the order. The buyer shall approve or otherwise the Advance Sample(s) within 7
days from the date of receipt of the Advance Sample(s).

Special terms and conditions-Version:1 effective from 04-05-2020 for category Protective Socks Or
Hosiery-IS:2187

1. After award of contract, if desired by Buyer, Seller shall have to get Advance Sample approved from Buyer
before manufacturing / starting Bulk Supplies.

Special terms and conditions-Version:1 effective from 04-05-2020 for category Caps Beret Cap Wool-
IS: 5085.1976

1. After award of contract,if desired by buyer, Seller shall have to get Advance Sample approved from Buyer
before manufacturing / starting Bulk Supplies.

Special terms and conditions-Version:1 effective from 04-05-2020 for category uniform jersey
woolen ribbed v neck dgsd specification

1. After award of contract, if required by buyer, seller shall have to get Advance Sample approved from
Buyer before manufacturing / starting Bulk Supplies.

Special terms and conditions-Version:1 effective from 04-05-2020 for category Rain Jacket ( With
Integrated Hood and Trouser )

1. After award of contract, when specified in the Bid, Seller shall have to get Advance Sample(s) approved by

19 / 26
the Buyer before starting Bulk Supplies. The Seller shall submit the Advance Sample(s) within 7 days from
the date of placement of the order. The buyer shall approve or otherwise the Advance Sample(s) within 7
days from the date of receipt of the Advance Sample(s).

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 I/c Receipt Kalol, ONGC, Kalol Stores Kalol, GANDHI NAGAR, GUJARAT-382721, 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 shall quote only those products in the bid which are not obsolete in the market and has at least 1
years residual market life i.e. the offered product shall not be declared end-of-life by the OEM before this
period.

4. 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 %.

5. 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.

6. 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.

7. Generic

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

8. 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.

20 / 26
9. Generic

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.

10. 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.

11. Generic

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.

12. Scope of Supply

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

13. OEM

IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a
registered office in India to provide after sales service support in India. The certificate to this effect should
be submitted.

14. Purchase Preference (Centre)

Indian suppliers of this item are not allowed to participate and/ or compete in procurement by some
foreign governments. Bidders / products from such countries are not eligible / not allowed to participate in
this bid in terms of clause 1 (d) of Public Procurement (Preference to Make in India) Order, 2017

15. Service & Support

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

16. Service & Support

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

17. 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): by Board of officers (QAD & Indenter)
Post Receipt Inspection at consignee site before acceptance of stores: Not Applicable

18. Inspection

21 / 26
Pre-dispatch inspection at Seller premises (Fee/Charges to be borne by the BUYER): Before
dispatch, the goods will be inspected by Buyer / Consignee or their Authorized Representative or by
Nominated External Inspection Agency (independently or jointly with Buyer or Consignee as decided by
the Buyer) at Seller premises (or at designated place for inspection as declared / communicated by the
seller) for their compliance to the contract specifications. Fee/Charges taken by the External inspection
Agency and any external laboratories testing charges shall be borne by the Buyer. For in-house testing,
the Sellers will provide necessary facilities free of cost. Seller shall notify the Buyer through e-mail about
readiness of goods for pre-dispatch inspection and Buyer will notify the Seller about the Authorized
Representative/ Nominated External Inspection Agency and the date for testing. The goods would be
dispatched to consignee only after clearance in pre-dispatch inspection. Consignee's right of rejection as
per GTC in respect of the goods finally received at his location shall in no way be limited or waived by
reason of the goods having previously been inspected, tested and passed by Buyer/ Consignee or its
Nominated External Inspection Agency prior to the goods' shipment. While bidding, the sellers should take
into account 7 days for inspection from the date of email offering the goods for inspection. Any delay in
inspection beyond 7 days shall be on the part of the buyer and shall be regularised without Liquidated
Damages.
When there is requirement of submission the advance sample, the seller shall inform the buyer promptly
through emails about the date of submission of sample to the buyer nominated Inspection agency.

19. 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.

20. Certificates

The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.

21. Certificates

To be eligible for award of contract, Bidder / OEM must possess following Certificates / Test Reports on the
date of bid opening (to be uploaded with bid): As per golden parameters and evaluation criteria .

22. Warranty

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

23. Warranty

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

24. Sample Clause

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 1 samples for Buyer's
approval, within 10 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 5
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

22 / 26
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.

25. Past Project Experience

For fulfilling the experience criteria any one of the following documents may be considered as valid proof
for meeting the experience criteria:
a. Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against the
invoices have been executed.
b. Execution certificate by client with order value.
c. Any other document in support of order execution like Third Party Inspection release note, etc.

26. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of F&A Officer, ONGC
Ahmedabad Asset payable at Ahmedabad.
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.

27. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of F&A Officer, ONGC Ahmedabad Asset
payable at Ahmedabad.
Bidder has to upload scanned copy / proof of the BC along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

28. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name Oil and Natural Gas Corporation Limited Account No. 00000010257776699 IFSC Code SBIN0005743
Bank Name State Bank of India Branch address ONGC Chandkheda, IRS Complex, Chandkheda 380005.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-
line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

29. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Payment online through RTGS /
internet banking also (besides PBG which is allowed as per GeM GTC). On-line payment shall be in
Beneficiary name Oil and Natural Gas Corporation Limited Account No. 00000010257776699 IFSC Code
IFSC Code SBIN0005743 Bank Name State Bank of India Branch address ONGC Chandkheda, IRS Complex,
Chandkheda 380005. Successful Bidder to indicate Contract number and name of Seller entity in the
transaction details field at the time of on-line transfer. Bidder has to upload scanned copy / proof of the
Online Payment Transfer in place of PBG within 15 days of award of contract.

30. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of F&A Officer, ONGC
Ahmedabad Asset payable at Ahmedabad. After award of contract, Successful Bidder can upload scanned
copy of the DD in place of PBG and has to ensure delivery of hard copy to the original DD to the Buyer
within 15 days of award of contract.

31. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Buyer added bid specific ATC:-

23 / 26
A] Following evaluation criteria shall prevail in the instant case :-

The following vital technical conditions should be strictly complied with, failing which the bid will
be rejected:

1. Bid should be complete in all aspects covering entire scope of job/ supply and should conform
to the technical specifications indicated in the bid document, duly supported with technical
catalogues/ literatures, wherever applicable. Incomplete and non-conforming bids will be
rejected outright.

2. Manufacturer’s experience:- In case the bidder is a manufacturer of the offered equipment /


item, he should satisfy the following alongwith documentary evidence, which should be
enclosed alongwith the techno-commercial bid:

(a) Minimum One years of experience of manufacturing and supplied (Supply of Kits &
Liveries items)

For Items available in GeM, GeM guidelines will be followed

[For this purpose, the period reckoned shall be the period prior to the date of opening of
the techno-commercial bid].

(b) Should have manufactured and supplied minimum 20% of quoted equipment/item of
kits and liveries (In case the 20 % of quoted equipment/item is coming in fraction the
next higher round off quantity shall be satisfied) during the last 05 years to various
companies.

For Items available in GeM, GeM guidelines will be followed

Documentary evidence in respect of the above should be submitted in the form of copies of
relevant Purchase Orders along with copies of any of the documents in respect of satisfactory
execution of each of those Purchase Orders, such as - (i) Satisfactory Inspection report (OR) (ii)
Satisfactory supply completion / Installation report (OR) (iii) Consignee Receipted Delivery
Challans (OR) (iv) Central Excise Gate Pass / Tax Invoices issued under relevant rules of Central
Excise / VAT (OR) (v) any other documentary evidence that can substantiate the satisfactory
execution of each of the purchase orders cited above.

2.1 In case the bidder is not a manufacturer, then the bidder is required to submit
documentary evidence in respect of the above 2 (a) and 2(b) of the concerned manufacturer
(having supplied such items either by manufacturer himself or his distributor), along with the
techno-commercial bid.

2.2 Not Applicable

2.3 Applicable for bidders submitting their bid as Start-up:

In case Start-up bidder has supplied any quantity of Kits and Liveries items to various companies
during the last One (1) year (Gem Guidelines shall be applicable if items available in GeM), they
will be considered meeting experience criteria as per BEC Clause B.1.2(a) and B.1.2(b).

For availing above relaxations, Start-ups are required to submit the following documents:

24 / 26
(i) Registration Certificate issued by Department for Promotion of Industry and Internal Trade
(DPIIT),earlier known as Department of Industrial Policy and Promotion (DIPP), Ministry of
Commerce, certified by Start-up Director/Partner.

[The certificate shall be validated by dealing officer through Startup India portal, of GOI
([Link]

A declaration from the Directors/Partner of the start-up stating that bid is submitted by Start-up as
Manufacturer of the quoted item (in case of procurement of Goods)/ Provider of quoted services
(in case of procurement of services) and not as a trader/dealer/distributor.

3. Bidders should have the required facilities for testing the quoted equipment/material as
per International standards at their premises and also agree to inspection by ONGC or any other
agency nominated by ONGC. In case the bidder is not the manufacturer, a certificate from the
manufacturer to the effect that the manufacturer possesses the required facilities for testing the
quoted equipment/ material should be enclosed along with the techno-commercial bid.

B] Following Special Terms & Conditions shall prevail in the instant case :-

1. Bidder must submit sample for all the quoted items along with offer, failing which the bids
will not be evaluated.

2. Samples supplied along with bids shall have brand name and date of manufacturing
printed over the item and minimum size of the clothing item should be 6 inch X 6 Inch.

3. All the Material has to be delivered on FOR Destination Basis within 60 Days from Date of
NOA/Order placed.

4. The bidder should offer the tendered items having the manufacturing date not more than 1
year from the date of inspection.

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

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.

25 / 26
---Thank You---

26 / 26

You might also like