0% found this document useful (0 votes)
24 views14 pages

BSF Wooden Bed Bid Details 2023

Uploaded by

godaraemail92
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)
24 views14 pages

BSF Wooden Bed Bid Details 2023

Uploaded by

godaraemail92
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/बोली मांक ( बड सं या) :

GEM/2023/B/3347429
Dated/ दनांक : 21-04-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 05-06-2023 [Link]

Bid Opening Date/Time/ बड खुलने क


05-06-2023 [Link]
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


95 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Home Affairs

Department Name/ वभाग का नाम Central Armed Police Forces

Organisation Name/संगठन का नाम Border Security Force (bsf)

Office Name/कायालय का नाम Shq Bsf Barmer

Total Quantity/कुल मा ा 60

Item Category/मद केटे गर Single / Double Bed - Wooden - With / Without Box (Q3)

Minimum Average Annual Turnover of the


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

OEM Average Turnover (Last 3 Years)/मूल


24 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/वष


के अनुभव के िलए एमएसई को छूट ा है and Yes
Turnover/टनओवर के िलए एमएसई को छूट ा है

Startup Exemption for Years Of Experience/


वष के अनुभव के िलए टाटअप को छूट ा है and Yes
Turnover/ टनओवर के िलए टाटअप को छूट ा है

Experience Criteria,Past Performance,Bidder Turnover,OEM


Authorization Certificate,OEM Annual Turnover
Document required from seller/ व े ता से मांगे *In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Past Performance/ वगत दशन 60 %

1 / 13
Bid Details/ बड ववरण

Bid to RA enabled/ बड से रवस नीलामी स य कया Yes

RA Qualification Rule H1-Highest Priced Bid Elimination

RCM Applicable/लागू आरसीएम Yes

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 20 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Estimated Bid Value/अनुमािनत बड मू य 1000000

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 20000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 3.00

Duration of ePBG required (Months)/ईपीबीजी क


8
अपे त अविध (मह ने).

(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./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). 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 :
AC ( WORKS)
SHQ BSF BARMER, Central Armed Police Forces, Border Security Force (BSF), Ministry of Home Affairs
(Anoop Kumar Mishra)

Splitting/ वभाजन

2 / 13
Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता 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
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. 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.
4. 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.
5. 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.
6. 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.
7. 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

3 / 13
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.
8. 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.
9. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 60% 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.

Section 9(3) Of GST/जीएसट क धारा 9(3)।

Where ever RCM is applicable, sellers (Regular GST registered seller who opted out of FCM , unregistered seller,
seller registered under composition scheme)will be forced to put Zero GST and GST cess in their bids. Buyer will
have liability of paying the GST and GST cess to the government on the specified rate mentioned by them in this
Bid.

10. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:

i. If number of technically qualified bidders are only 2 or 3.


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

Single / Double Bed - Wooden - With / Without Box ( 60 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Brand Type/ ांड का कार Registered Brand

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

MATERIAL Material of Mattresses Commercial Block Board BWP grade Conforming to IS


Panel 1659

Material of Bottom Panel of Commercial Block Board BWP grade Conforming to IS


Storage Box 1659

4 / 13
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

Material of Front, Back and Commercial Block Board BWP grade Conforming to IS
side Panels 1659

Material of Headrest Commercial Block Board BWP grade Conforming to IS


1659, Carved teak wood

Material of Legrest wood, Commercial Block Board BWP grade


Conforming to IS 1659

GENERIC Type of Bed Wooden Single Bed

Material of Bed Frame Other Wood

Headrest provided Yes

Legrest provided Yes

Opening of Storage Box Storage Box Opening From Top, Storage Box Opening
from Side

Number of Openings (Nos) 2, 1

Hydraulic System provided No, Yes


for Opening

Leg Details wooden, Teak wood

Number of Supports under 1, 4


Bottom Panel of storage box
(Nos)

DIMENSIONS Mattress Fixing Length ±10 1830


(mm)

Mattress Fixing Width ±10 915, 1830


(mm)

Mattress Panel Height ±5 (mm) 75, 100

Depth of Storage Box in mm 220, 350


(±10 mm)

Thickness of Mattresses Panel 12


± 1(mm)

Thickness of Bottom Panel of 12, 19


Storage Box ±1 (mm)

Thickness of Front, Back and 38, 18


Side Panels ±2 (mm)

Thickness of material of 18
Headrest ±2 (mm)

Overall Height of Headrest ±5 300, 900


(mm)

Length of Headrest ±10 (mm) 915

Thickness of material of Legrest 18, 50


±2 (mm)

Overall Height of Legrest 450, 500


±5 (mm)

5 / 13
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

Overall Length of Legrest 1833, 1980


±10 (mm)

Size OF SUPPORT for Top Panel 50 x 25


±2 (mmxmm)

Size of Supports on under 35 x 35


Bottom Panel of storage box ±2
(mmxmm)

COLOUR & Finish Laminated, Teak laminate/ply with polish


FINISHING
Colour of Paint teak, As per buyer's choice

Colour of Lamination teak

WARANTEE WARANTEE PERIOD IN 1, 2


NUMBER OF YEARS

Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details

ITC on RCM
ITC on GST GST as per GST Cess 1 as per GST Optional
GST/जीएसट Applicabl Cess 2
Cess/जीएसट RCM/ रवस भार RCM/ रवस भार के RCM/वैक प
पर इनपुट कर e/लागू as per
उपकर कर े डट के अनुसार जीएसट अनुसार जीएसट उपकार 1 क रवस भार
े डट आरसीएम RCM

2 (INR) -
NA NA Yes 12% 2% No
Per Unit

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

Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

344001,SHQ BSF BARMER OLD


1 Anoop Kumar Mishra 60 60
JAISHALMER ROAD BARMER

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

6 / 13
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. Generic

After award of contract – Successful Bidder shall have to get Detailed Design Drawings approved from
buyer before starting fabrication. Successful Bidder shall submit Detailed Design Drawings for Buyer's
approval, within 15 days of award of contract. Buyer shall, either approve the drawings or will provide
complete list of modification required in the drawings within 21 days. Seller shall be required to ensure
supply as per approved Drawings with modifications as communicated by Buyer. If there is delay from
buyer side in approval of drawing– the delivery period shall be refixed without LD for the period of delay
in approval of Drawing.

3. Generic

Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,
manufactured and supplied same or similar Category Products to any Central / State Govt Organization /
PSU / Public Listed Company for 3 years before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during each of the year. In case of
bunch bids, the primary product having highest value should meet this criterion.

4. Scope of Supply

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

5. Turnover

Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last
three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the
relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the
bidder is less than 3 year old, the average turnover in respect of the completed financial years after the
date of constitution shall be taken into account for this criteria.

6. Service & Support

Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site
warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have
to establish one within 30 days of award of contract. Payment shall be released only after submission of
documentary evidence of having Functional Service Centre.

7. 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 15 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 21 days of receipt of advance sample. Seller shall be required to ensure
supply as per approved sample with modifications as communicated by Buyer. If there is delay from buyer
side in approval of advance sample – the delivery period shall be refixed without LD for the period of delay
in sample approval. In case, the sample is found to have major deviations / not conforming to the Contract
specifications, the buyer at its discretion may call for fresh samples for approval before allowing bulk
supplies or may terminate the contract after notifying the deviations to the seller.
Unless otherwise provided in the contract, all samples required for test shall be supplied by the contractor
free of cost. Where under the contract, the contractor is required to submit an advance sample, any
expenses incurred by the contractor on or in connection with the production of stores in bulk, before the
sample has been approved unconditionally shall be borne by the Seller and he shall not claim any
compensation in the event of such sample being found unacceptable by the Buyer / Consignee.

7 / 13
8. 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

DIG SHQ BSF BARMER


payable at
AT SBI BARMER
. 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.

9. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Clauses Remarks

Liquidated damages: As per Gem term and condition

Clause MII Reserved product

RISK PURCHASE CLAUSE : In the event of failure of supplier to deliver or disp


atch the stores or provide the required services wi
thin the stipulated dates/ period of the supply orde
r / AT, or in the event of breach of any of the terms
and condition of the AT, the purchaser will have th
e right to purchase the subject store elsewhere at t
he risk and cost of defaulting supplier after giving
a notice to defaulting supplier. The cost as per risk
purchase exercise may be recovered from the bills
pending with purchaser even against any other su
pplies outside this contract or even from the pendi
ng bills any other Govt. Department/Ministry. In th
e event of contract being cancelled for any breach
committed and the purchase effecting repurchase
of the subject store at the risk and cost of contract
or, the purchaser is not bound to accept the lower
offer of Benami or allied sister concern of the contr
actor.

Guarantee/Warranty : As per Qrs/ Specification of items

Non Blacklisted Certificate Bidder will upload a self-certificate stating that his
firm has not been blacklisted by any Govt./PSU ag
encies in recent post and also not under liquidatio
n/court receivership/similar proceedings.

The bidder must upload a certificate from OEM reg


arding the percentage of the local content and the
details of locations at which the local value additio
n is made alongwith their Bid.

8 / 13
Right of Rejection Store will be accepted after inspection and only if t
hey are found up to the standard specification. The
decision of the BSF shall be final as to the quality o
f the stores and shall be binding upon the tenderer
s and in case of any of the articles supplied not bei
ng found as per specification shall be liable to be r
ejected or replaced and any expenses or losses ca
used to the suppliers should be borne by the suppl
ier and insured by the supplier that articles supplie
d should be best in quality and free from defects.
The acceptance or article will be made only when t
he article are inspected and found upto the standa
rd specifications and free from all defects. The reje
cted stores must be removed by the tenderers fro
m the consignee’s premises within 15 days from th
e date of intimation about rejection at the risk and
cost of the tender. The in-charge stores concerned
will take reasonable view of such material but in n
o case shall be responsible for any loss, shortage,
damage that may occur to it while it is premises of
the consignee.

Bid Security Declaration MSEs or exempted categories should submit “Bid


Security Declaration’ in lieu of EMD alongwith bid d
ocuments failing which their offer shall be rejected
during initial scrutiny & after that no representatio
n shall be entertained. The prescribed format of B
SD circulated by FHQ Prov DTE (Proc Cell) vide lett
er No. 215-50 dated 19.01.2022 be attached to bid
.

9 / 13
Appendix ‘A’

Open Tender Enquiry No._________ Dated _____

BID SECURITY DELARATION CERTIFICATE

(On firms letter head)

To

Director General,

Border Security Force

Procurement Cell, Provisioning Directorate

10th Block, CGO complex, Lodhi Road

New Delhi – 110003

Sir,

Tender/Gem. Bid. No. __________________________________________________________

We, M/s.______________________________________under take that if we withdraw or modify our bid during th


e period of validity, or we are awarded the contract and we fail to sign the contract, or submit a perform
ance security before the deadline defined in bids documents, we will be suspended for the period of 02
years from being eligible to submit bids for contract with procuring entity i.e. Border Security Force (BS
F), Ministry of Home Affairs.

Yours Faithfully

(Signature of authorized signatory of bidder, with official seal)

Clause Clause of Make in India not incorporating as per th


e latest guidelines mentioned in MHA L/No. P-4502
1/2/2017-PP(BE-II) dated 16.09.2020

Clause CVC Guidelines issued vide Circular No. 03/01/12 (


12-02-6 CTE/SPL(1)-2/161730 dtd 13 Jan 2012 sho
uld be insured while submitting the bid.

Clause An undertaking regarding compliance of MOF (DOE


) OM dated 23.07.2020 be submitted.

Clause Certificate regarding local content duly signed by t


he vender be submitted.

Clause As per public procurement Division Om dated 23.0


7.2020 and GFR Rule 144 (xi) “Any bidder from a c
ountry which shares a land border with India will b
e eligible to bid in any procurement whether of go
ods, services (including consultancy services and n
on-consultancy services) or works (including turkn
ey projects) only if the bidder is registered with the
competent authority, specified in Annex-I”.

10 / 13
Annexure-I
Details of beneficial ownership of M/s …….(Name of the bidder)

Name of % beneficial Beneficial owner details


the Ownership Natural Country of In case of lega
l/ artificial
beneficial own person or Citizenship / C
er ountry juridical perso
legal/ n/ entity,
of incorporatio
artificial n of legal/ artif beneficial own
juridical icial ership

person/ entity juridical perso details of such


n/ entity. entities
may be furnis
hed and soon.

APPENDIX – D
Bid No.______________ Dated ______
_

LOCAL CONTENT CERTIFICATE


(On Firm’s Letter head)
CERTIFICATE INDICATING PERCENTAGE OF LOCAL CONTENT REQUIREMENT FOR
CLASS -1 LOCAL SUPPLIER AND CLASS –II LOCAL SUPPLIER

S/No Detail
(i) Type of supplier (Class –I local supplier o
r Class – II Local supplier)

11 / 13
(ii) Percentage of local content

(iii) In case the bid value is more than Rs 10


Crore, the declaration relating to percen
tage of local content shall be certified
by the statutory auditor, if the OEM is a
company and by a chartered accountan
t for OEMs other than companies as per
the Public Procurement (preference to M
ake – In –India) order 2017 dated 04.06.
2020.
(iv) Locations (s) at which the local value ad
dition (address of manufacture unit proc
ess)
(v) Debarment for violation of ministry of co
mmerce and Industry, Department for P
romotion of Industry and Internal trade (
Public Procurement Section) order dated
04/06/2020

Your
Faithfully

(Signature of the authorized Signatory of Bidder, with off


icial seal)

Appendix –E
Bid No._______________ D
ated______
(TO BE IN THE COMPANY LETTER HEAD)
Certificate regarding compliance of Ministry of Finance, Department of expendit
ure, Public Procurement Division Order No. F No. 6/18/2019-PPD dated 23.07.20
20.

12 / 13
I certify that …………………………………………….(Name of the firm) is not covere
d by the definition of the bidder as per Public procurement Division order No. F.
No. 6/18/2019-PPD dated 23.07.2020 and is thus not required to be registered
with the competent authority for this purpose.

OR

I certify that …………………………………………….(Name of the firm) comes within


the ambit of Public procurement Division order No. F. No. 6/18/2019-PPD dated
23.07.2020 and for this purpose, It is registered with the competent authority. V
alid registration certificate No……………………..dated………………..issued by……
……………is enclosed.
(Strike off the portion not applicable)

Signature of the tenderer :- _______


________
Name of Block letter :- ___
_____________
Name of firm :- ___
_____________
Full address :- ___
_____________
.

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. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

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.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without

13 / 13
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.
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---

14 / 13

You might also like