0% found this document useful (0 votes)
21 views10 pages

SPG Bid for Spectrum Analyzers 2025

The document outlines the details for a bid (GEM/2024/B/5627310) for the procurement of 6 Spectrum Analyzers and Vector Network Analyzers, with a bid closing date of January 7, 2025. It specifies eligibility criteria, including a minimum average annual turnover of 38 lakh for bidders, and exemptions for MSEs and startups regarding experience and turnover. The bid includes requirements for technical specifications and local content preferences as per the Make in India initiative.

Uploaded by

insidesales3
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)
21 views10 pages

SPG Bid for Spectrum Analyzers 2025

The document outlines the details for a bid (GEM/2024/B/5627310) for the procurement of 6 Spectrum Analyzers and Vector Network Analyzers, with a bid closing date of January 7, 2025. It specifies eligibility criteria, including a minimum average annual turnover of 38 lakh for bidders, and exemptions for MSEs and startups regarding experience and turnover. The bid includes requirements for technical specifications and local content preferences as per the Make in India initiative.

Uploaded by

insidesales3
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/2024/B/5627310
Dated/ दनांक : 17-12-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 07-01-2025 [Link]

Bid Opening Date/Time/ बड खुलने क


07-01-2025 [Link]
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Cabinet Secretariat

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम Special Protection Group (spg)

Office Name/कायालय का नाम 9 Lkm New Delhi

Total Quantity/कुल मा ा 6

Item Category/मद केटे गर Spectrum Analyzers and Vector Network Analyzers (Q3)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 38 Lakh (s)
वा षक टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


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

Startup Exemption for Years Of


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

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Document required from seller/ व े ता से मांगे Certificate,OEM Annual Turnover
*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

1 / 10
Bid Details/ बड ववरण

Do you want to show documents uploaded


by bidders to all bidders participated in No
bid?/

Past Performance/ वगत दशन 20 %

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

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

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- No
registered with GeM)

Evaluation Method/मू यांकन प ित Total value wise evaluation

Arbitration Clause No

Mediation Clause No

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 225000

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


38
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 :
DACS, CABINET SECRETARIAT SPL WING (SPG)
AIG(PROV), SPG COMPLEX, SECTOR-8, DWARKA, NEW DELHI-110077

2 / 10
(Director Of Accounts)

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 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 .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

3 / 10
7. Purchase preference will be given to MSEs having valid Udyam Registration and whose credentials are
validated online through Udyam Registration portal 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 themselves of the
Purchase preference, the bidder must be the manufacturer / OEM of the offered product on GeM. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises and hence resellers
offering products manufactured by some other OEM are not eligible for any purchase preference. 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 and Buyer will decide
eligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. 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 MSE Seller shall be given opportunity to match
L-1 price and contract will be awarded for 25% (selected by Buyer) percentage of total quantity. The buyers are
advised to refer the OM No. F.1/4/2021-PPD dated 18.05.2023 OM_No.1_4_2021_PPD_dated_18.05.2023 for
compliance of Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012
and Public Procurement (Preference to Make in India) Order, 2017. Benefits of MSE will be allowed only if seller is
validated on-line in GeM profile as well as validated and approved by Buyer after evaluation of documents
submitted.
8. 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. 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.

9. Reverse Auction would be conducted amongst first 50% of the technically qualified bidders arranged in the
order of prices from lowest to highest. Number of sellers eligible for participating in RA would be rounded off to
next higher integer value if number of technically qualified bidders is odd (e.g. if 7 bids are technically qualified,
then RA will be conducted amongst L-1 to L-4). In case number of technically qualified bidders are 2 or 3, RA will
be between all without any elimination. If Buyer has chosen to split the bid amongst N sellers, then minimum N
sellers would be taken to RA round. In case Primary products of only one OEM are left in contention for
participation in RA based on lowest 50% bidders qualifying for RA, the number of sellers qualifying for RA would
be increased to get at least products of one more OEM (directly participated or through its reseller) if available.
Further, if bid(s) of any seller(s) eligible for MSE preference is / are coming within price band of 15% of Non MSE
L-1 or if bid of any seller(s) eligible for Make in India preference is / are coming within price band of 20% of non
MII L-1, then such MSE / Make in India seller shall also be allowed to participate in the RA process.

Pre Bid Detail(s)

Pre-Bid Date and Time Pre-Bid Venue

Communication Branch, No. 1 Safdarjung Lane, Special Protection Group


23-12-2024 [Link]
(SPG), New Delhi-110011

Spectrum Analyzers And Vector Network Analyzers ( 6 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)

Technical Specifications/तकनीक विश याँ

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

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


Specification
नाम Values)/अनुमत मू य

FEATURES Description of the itemuu Spectrum analyzers

4 / 10
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

SPECTRUM Frequency Range 9 kHz to 6 GHz


ANALYZER
FEATURES Frequency Span 10 Hz to 6GHz

OPERATING Operating Temperature '5 to 40 degree C & 80% RH @ 40 degree C, 0 to 50


CONDITIONS degree C & 80% RH @ 40 degree C, -10 to 55 degree
C & 80% RH @ 40 degree C, -15 degree C to +55
degree C

Operating Humidity 80% RH @ 40 degree C, 90% @ 40deg. C

POWER Power requirement 230 +- 10 VAC, 50Hz, Rechargeable battery,


REQUIREMENT Rechargeable battery, battery life up to 4 hours,
Rechargeable battery, battery life up to 3 hours

WARRANTY Warranty 1, 2, 3, 4, 5 Or higher (year)

Additional Specification Parameters - Spectrum Analyzers And Vector Network Analyzers ( 6 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name

The requirement of handheld Spectrum Analyzer with RTSA and CAT facility
to measure the RF spectrum/parameters. The instrument should meet MIL-
General PRF-28800F Class 2 requirements and should be completely sealed, water
resistant chassis, designed to protect from damage due to drop, shock and
other external impact.

1. Sweep Time (Zero Span): 1 micro second to 6000 second or better. 2.


Trigger type: Free run, external, video, RF burst, periodic. 3. Resolution
Bandwidth: 10 Hz to 5MHz 4. Video Bandwidth: 1Hz to 5MHz 5. Reference
Others level: -200 to +90dBm 6. Preamplifier- Frequency range: 9 Khz to 6GHz or
better Gain (full band): +20dB 7. Number of Market: 6 8. Modulation
Bandwidth: Up to 40MHz 9. Display: Inbuilt Display 10. PC Connectivity: USB,
LAN

Standard warranty - 3 Years. Manufacturer should have its own NABL


Warranty Accredited Calibration Lab facility with more than 30 parameter (as per
NABL) in India.

The instrument should have following future upgradable features: 1.


Interference Analyzer & Spectrogram 2. Noise Figure Measurement 3. Pulse
measurement 4. Time Domain Option 5. Over-the-Air (OTA) LTE FDD and
Future Upgradable Features 5GTF 6. USB Power Sensor Support 7. Built - in Variable DC Voltage 8. Built -
GPS 9. Material Measurement (permittivity & permeability i.e. er', er", tan
delta, ur', ur", tan um, and Cole-Cole.) of Solid, Semi-Solid and liquid
materials.
* Bidders offering must also comply with the additional specification parameters mentioned above.

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

5 / 10
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110075,ADMN BLOCK, SPG


1 Rakesh Ranjan COMPLEX, SECTOR-8 DWARKA, 6 30
NEW DELHI

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. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address

AIG (COMMUNICATION)
COMMUNICATION STORE
SPECIAL PROTECTION GROUP
1 SAFDARJUNG LANE
NEW DELHI-110011
.

3. Generic

End User Certificate: Wherever Bidders are insisting for End User Certificate from the Buyer, same shall
be provided in Buyer’s standard format only.

4. Generic

Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.

5. Generic

Manufacturer Authorization:Wherever Authorised Distributors/service providers are submitting the


bid, Authorisation Form /Certificate with OEM/Original Service Provider details such as name, designation,
address, e-mail Id and Phone No. required to be furnished along with the bid

6. 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.

7. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of

DIRECTOR OF ACCOUNTS , CABINET SECRETARIAT, SPL. WING (SPG)


payable at
NEW DELHI

6 / 10
.
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.

8. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of

DIRECTOR OF ACCOUNTS , CABINET SECRETARIAT, SPL. WING (SPG)


payable at
NEW DELHI
.
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.

9. 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

DIRECTOR OF ACCOUNTS , CABINET SECRETARIAT, SPL. WING (SPG)


payable at
NEW DELHI
. 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.

10. Scope of Supply

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

11. 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.

12. 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.

13. Warranty

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

14. 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 3 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

7 / 10
liable to re-imberse the cost of such service / rectification to the Buyer.

15. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

i. Technical Evaluation of the offered item (on no cost & no commitment basis) will be conducted at
Communication Branch, No. 1 Safdarjung Lane (Special Protection Group) New Delhi - 110011. A Test prot
ocol will be used for technical evaluation of the product and the same will be discussed with bidder on suit
able date starting evaluation.

ii. Bidder will have to arrange live demonstration of their quoted items at SPG Office, No. 1 Safdarjun
g Lane, New Delhi - 110011 to show conformity to above specifications.

iii. Fall Clause:- The bidder should submit an undertaking (as part of Fall Clause) that they have not a
nd will not sell the same material/equipment at prices lower than the contract price, during the currency of
this contract till delivery of complete store as per contract. In case, it supplies or quotes a lower rate to oth
er Government, Public Sectors or Private Organizations, it would charge the lower rate to SPG also & paym
ent shall be released/adjusted accordingly.

iv. Extension of Delivery: - - If the supplier is unable to complete the supply within the stipulated d
elivery period for which the supplier is responsible, the supplier is required to request for extension of
delivery period. If the purchaser agrees to extend the contractual delivery schedule, the same may be don
e by issuing an amendment to the contract with suitable denial clauses and with imposition of liquidated d
amages for delay. In case of delivery period is re- fixed/extended due to default of supplier, the amendmen
t letter is to mention, inter alia that, in addition to imposition of liquidated damages, no extra price or addi
tional cost for any reason whatsoever beyond the contractual cost will be paid to he supplier for the delay
ed supply and increase in taxes, statutory duties, levies etc. will not be paid at the same time, if for any re
ason, whatsoever the cost of the goods to be supplied / services to be performed by the supplier decrease
s that benefit will be passed on to the purchaser. Supplier's unconditional acceptance of the amendment b
y a specified date is to be watched and if the supplier does not agree to accept the amendment letter, furt
her action is to be taken against the supplier in terms of the contract.

v. Supply after expiry of delivery :- As per the contract terms, the supplier is not to supply the ite
m when there is no valid delivery period. In case the supplier makes any delivery after expiry of delivery p
eriod, the purchaser/consignee can reject the consignment and inform the supplier accordingly; the purcha
ser shall also have the right to cancel the contract.

vi. Liquidated damages:- If the Supplier fails to deliver any or all of the Goods or performance of the
Services within the time period specified in the Contract, the Purchaser shall, without prejudice to its other
remedies under the Contract, deduct from the Contract value, as liquidated damages, (not by way of penal
ty) a sum equivalent to 0.5% of the Contract Value of the delayed goods or unperformed service for each &
every week (part of a week being treated as a full week) of delay until actual delivery or performance, subj
ect to a maximum deduction of 5% of the total contract value. In case of inordinate delay this maximum d
eduction shall be 10% of the total contract value.

vii. Training:- Firm must impart training for use of equipment for a minimum period of 2 days for a batc
h of 15 SPG officers at SPG premises free of cost.

8 / 10
viii. Calibration:- During warranty period, firm will calibrate Power Sensor once in a year at NABL (Na
tional Accreditation Board for Testing and Calibration Laboratories) accredited Lab.
.

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.
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---

9 / 10
Signature Not Verified
Digitally Signed.
Name: ABHISHEK SHUKLA
Date: 17-Dec-2024 [Link]

10 / 10

You might also like