0% found this document useful (0 votes)
24 views12 pages

GeM Bidding 7983048

The document outlines the bid details for Mobile Storage Compactors issued by the Ministry of Defence, with a total quantity of 22 units. The bid submission deadline is July 4, 2025, and it includes specific eligibility criteria for bidders, including exemptions for MSEs and startups. Additionally, it details the technical specifications required for the bid, along with the evaluation methods and conditions for participation in reverse auctions.

Uploaded by

karanthak
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 views12 pages

GeM Bidding 7983048

The document outlines the bid details for Mobile Storage Compactors issued by the Ministry of Defence, with a total quantity of 22 units. The bid submission deadline is July 4, 2025, and it includes specific eligibility criteria for bidders, including exemptions for MSEs and startups. Additionally, it details the technical specifications required for the bid, along with the evaluation methods and conditions for participation in reverse auctions.

Uploaded by

karanthak
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

बड सं या/Bid Number : GEM/2025/B/6358962

दनांक /Dated: 26-06-2025

बड द तावेज़ / Bid Document

बड ववरण/Bid Details

बड बंद होने क तार ख/समय /Bid End Date/Time 04-07-2025 [Link]

बड खुलने क तार ख/समय /Bid Opening


04-07-2025 [Link]
Date/Time

बड पेशकश वैधता (बंद होने क तार ख से) /Bid Offer


180 (Days)
Validity (From End Date)

मं ालय/रा य का नाम /Ministry/State Name Ministry Of Defence

वभाग का नाम /Department Name Department Of Defence

संगठन का नाम /Organisation Name Border Road Organisation

कायालय का नाम /Office Name ***********

कुल मा ा/Total Quantity 22

व तु ण
े ी /Item Category Mobile Storage Compactors (Q3)

बडर का यूनतम औसत वा षक टनओवर (3 वष का)


/Minimum Average Annual Turnover of the 14 Lakh (s)
bidder (For 3 Years)

मूल उपकरण िनमाता का औसत टनओवर (गत 3 वष


100 Lakh (s)
का) /OEM Average Turnover (Last 3 Years)

उ ह ं/समान सेवा के िलए अपे त वगत अनुभव के


वष/Years of Past Experience Required for 2 Year (s)
same/similar service

टनओवर के िलए एमएसई को छूट ा है / MSE


Yes | Complete
Exemption for Turnover

टनओवर के िलए टाटअप को छूट ा है / Startup


Yes | Complete
Exemption for Turnover

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1
व े ता से मांगे गए द तावेज़/Document required (Requested in ATC)
from seller *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

1 / 12
बड ववरण/Bid Details

या आप िन वदाकार ारा अपलोड कए गए द तावेज़ को


िन वदा म भाग लेने वाले सभी िन वदाकार को दखाना
चाहते ह? संदभ मेनू है/Do you want to show No
documents uploaded by bidders to all
bidders participated in bid?

वगत दशन /Past Performance 20 %

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

रवस नीलामी यो यता िनयम/RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

बड का कार /Type of Bid Two Packet Bid

तकनीक मू यांकन के दौरान तकनीक प ीकरण हे तु


अनुमत समय /Time allowed for Technical 2 Days
Clarifications during technical evaluation

िनर ण आव यक (सूचीब िनर ण ािधकरण /जेम के साथ


पूव पंजीकृ त एजिसय ारा)/Inspection Required (By
No
Empanelled Inspection Authority / Agencies
pre-registered with GeM)

अनुमािनत बड मू य /Estimated Bid Value 2948000

मू यांकन प ित/Evaluation Method Total value wise evaluation

म य थता खंड/Arbitration Clause No

सुलह खंड/Mediation Clause No

ईएमड ववरण/EMD Detail

एडवाईजर बक/Advisory Bank State Bank of India

ईएमड रािश/EMD Amount 50000

ईपीबीजी ववरण /ePBG Detail

एडवाइजर बक/Advisory Bank State Bank of India

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

ईपीबीजी क आव यक अविध (माह) /Duration of ePBG


12
required (Months).

(a). 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 ।/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.

2 / 12
(b).ईएमड और संपादन जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए। / EMD & Performance securityshould be
in favour of Beneficiary, wherever it is applicable.

लाभाथ /Beneficiary :
Chief Engineer Project Shivalik
Hq Ce (p) Shivalik C/o 56 Apo, Department of Defence, Border Road Organisation, Ministry of Defence
(Chief Engineer)

वभाजन/Splitting

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

एमआईआई खर द वर यता/MII Purchase Preference

एमआईआई खर द वर यता/MII Purchase Preference Yes

एमएसई खर द वर यता/MSE Purchase Preference

एमएसई खर द वर यता/MSE Purchase Preference Yes

1. If the bidder is a Micro or Small Enterprise (MSE) as per latest orders issued by Ministry of MSME, the bidder
shall be exempted from the eligibility criteria of "Bidder Turnover" as defined above subject to meeting of quality
and technical specifications. If the bidder itself is MSE OEM of the offered products, it would be exempted from
the "OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. The bidder
seeking exemption from Turnover, shall upload the supporting documents to prove his eligibility for exemption.
2. If the bidder is a DPIIT registered Startup, the bidder shall be exempted from the the eligibility criteria of
"Bidder Turnover" as defined above subject to their meeting of quality and technical specifications. If the bidder
is DPIIT Registered OEM of the offered products, it would be exempted from the "OEM Average Turnover" criteria
also subject to meeting of quality and technical specifications. The bidder seeking exemption from Turnover shall
upload the supporting documents to prove his eligibility for exemption.
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 of the product
offered in the bid {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 and delivery
acceptance certificates like CRAC 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

3 / 12
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.

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. 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 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.
10. Short Duration Bid has been published by the Buyer with the approval of the Competent authority due to
Emergency procurement of critical products/services.

11. 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.

Mobile Storage Compactors ( 22 pieces )


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

तकनीक विश याँ /Technical Specifications

4 / 12
* जेम केटे गर विश के अनुसार / As per GeM Category Specification

विश का नाम /Specification बड के िलए आव यक अनुमत मू य /Bid Requirement


ववरण/Specification
Name (Allowed Values)

GUIDE RAIL Number of guide rail rows 2

Number of 915 mm Rail 2


Pieces per Rail Row

Number of 1830 mm Rails 0


Pieces per Rail Row

Number of 2745 mm Rails 2


Pieces per Rail Row

GENERIC Category Note Compactors i.e. Mobile / Movable Storage Systems of


configuration as per detailed specifications. One
quantity / piece of offered configuration include
specified / offered number of Rows of Single Faced
Fixed end unit, Single Faced Movable end Unit and
double sided / double faced movable Dual unit
covering all bays. Prices quoted are for the entire
solution comprising of end units and specified
numbers of movable units and the corresponding
quantities of Rails, Drive Mechanisms and all other
components necessary to make the Compactor /
Mobile Storage System operational. The price
includes the cost of installation and commissioning of
the entire unit at consignee site (excluding the cost of
Civil Work which would be got done by the Consignee
at his own cost as per design and layout plan
provided by the seller).

Number of Bays (One bay 1-Bay


represents one storage
almirah / body in one row -
Please see representative
layout diagram for
understanding) (=A)

Type of Drive Mechanized Drive Type

Number of Single Faced 1


Fixed / Static Rows (=B)
(Units / Cabinets open at
one side (with or without
doors) and closed on other
side - covering all bays) -
(Please see representative
layout diagram for
understanding)

Number of Single Faced 1


Movable Rows (=C) (Units /
Cabinet open at one side
(with or without doors) and
closed on other side
covering all bays) (Please
see representative layout
diagram for understanding)

5 / 12
विश का नाम /Specification बड के िलए आव यक अनुमत मू य /Bid Requirement
ववरण/Specification
Name (Allowed Values)

Number of Double Faced / 2


Dual / Twin Movable Rows
(= D) (open on both sides
(with or without doors)
covering all bays) (Total
number of available Bodies
/Almirahs = A x (B + C + 2D)

Number of Shelves in Each 4 Shelves/5 Compartments


Almirah / Body of the single
faced fixed / static bodies

Number of Shelves in Each 4 Shelves/5 Compartments


Almirah / Body of the
double faced movable
bodies

Number of Shelves in Each 4 Shelves/5 Compartments


Almirah / Body of the single
faced movable bodies

Load Carrying Capacity of 80 kg


Each Shelf of the single
faced fixed / static bodies in
Kg

Load Carrying Capacity of 80 kg


Each Shelf of the Movable
bodies in Kg

Load bearing capacity of 3000 Kg


under structure and base
frame

Wheels / Bearings - Every MS wheels


Base frame fitted with (The
bearing used should be
heavy duty - self aligning

Number of pairs of Wheels 2


in Every Base frame

Minimum number of pairs of 2


Bearings in Every Base
frame

Drive cover included on YES


Body

Stud Main and add on construction

DOORS and Separate door lock for each NO


LOCKING section

MATERIAL M S Sheet Thickness of the 0.8 mm thick CRC sheet conforming to Grade D of IS
Cabinet Body (mm) 513/2008 latest

M S Sheet Thickness of the 1.0 mm thick CRC sheet conforming to Grade D of IS


Shelf Panels (mm) 513/2008 latest

M S Sheet Thickness of the N.A.


Door Panels (mm)

6 / 12
विश का नाम /Specification बड के िलए आव यक अनुमत मू य /Bid Requirement
ववरण/Specification
Name (Allowed Values)

Height of base frame 100 mm


±2(mm)

Height of track and moving 45 mm


clearance ±2(mm)

Material of Stud Rubber stud between bodies

Material of 'C' Channel H R Sheet 3.15MM thick confmg. to IS:1079/Latest

Drive cover material 1MM thick CRCA confmg. to IS:513/Latest and box
type construction

Number of Folds in Shelf 10 Nos.


Panels

DIMENSION Overall Height of the 2130 mm


Cabinet from the ground in
mm ±20 (mm)

Depth of the single faced 450 mm


fixed / static bodies Cabinet
±10(mm)

Depth of the single faced 450 mm


movable bodies Cabinet
±10(mm)

Depth of the movable 915 mm


bodies Cabinet ±10(mm)

Width of the single faced 915 mm


fixed / static bodies Cabinet
in mm (± 5 mm) - THIS IS
WIDTH OF EACH SECTION
OR EACH BAY) Overall width
of entire compactor will be
this width multiplied by
number of bays

Width of the movable 915 mm


bodies Cabinet in mm (± 5
mm) - THIS IS WIDTH OF
EACH SECTION OR EACH
BAY) Overall width of entire
compactor will be this
width multiplied by number
of bays

PAINT Paint Powder Coating

WARRANTY Warranty Period IN NUMBER 1 – Year


OF YEARS

Additional Specification Parameters - Mobile Storage Compactors ( 22 pieces )

7 / 12
Specification Parameter
Bid Requirement (Allowed Values)
Name

Overall, Height of cabinet from


ground 2080 mm (+/- 10 mm),
Deth of the cabinet 315 mm Overall, Height of cabinet from ground 2080 mm (+/- 10 mm), Deth of the
(+/- mm) width of cabinet cabinet 315 mm (+/- mm) width of cabinet (Width of each section or each
(Width of each section or each nay overall width of entire compactor will be this width multiplied by
nay overall width of entire number of bays = 915 mm Minimum excess Rail length in addition of filling
compactor will be this width cabinet covering = 1200mm
multiplied by number of bays =
915 mm
* Bidders offering must also comply with the additional specification parameters mentioned above.

अित र विश द तावेज़ /Additional Specification Documents

Applicable Drawing Document View

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

परे षती/ रपो टग


.सं. /S.N डलीवर के दन/Delivery
अिधकार /Consignee पता/Address मा ा /Quantity
o. Days
Reporting/Officer

1 *********** ***********Dehradun 22 30

े ता ारा जोड़ गई बड क वशेष शत /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

HQ 21 BRTF, Joshimath, UK
.
-
-
-
.

2. 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 for 2 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.

3. 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.

8 / 12
4. 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

5. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 50 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity up to 50% of the contracted quantity during the currency of the contract at
the contracted rates. The delivery period of quantity shall commence from the last date of original
delivery order and in cases where option clause is exercised during the extended delivery period the
additional time shall commence from the last date of extended delivery period. The additional delivery
time shall be (Increased quantity ÷ Original quantity) × Original delivery period (in days), subject to
minimum of 30 days. If the original delivery period is less than 30 days, the additional time equals the
original delivery period. The Purchaser may extend this calculated delivery duration up to the original
delivery period while exercising the option clause. Bidders must comply with these terms.

6. 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.

7. Forms of EMD and PBG

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

Chief Engineer, Project Shivalik, UK


payable at
Dehradun
.
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 Fixed Deposit Receipt made out or pledged in the name of A/C

Chief Engineer, Project Shivalik, UK


. The bank should certify on it that the deposit can be withdrawn only on the demand or with the sanction
of the pledgee. For release of EMD, the FDR will be released in the favour of the bidder by the Buyer after
making endorsement on the back of the FDR duly signed and stamped along with covering letter. Bidder
has to upload scanned copy/ proof of the FDR 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 Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of

Chief Engineer, Project Shivalik, UK


A/C (Name of the Seller). The bank should certify on it that the deposit can be withdrawn only on the
demand or with the sanction of the pledgee. For release of Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

10. Scope of Supply

Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods

9 / 12
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. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1. Copy of OEM certificate required to be uploaded with bid documents for verification of issuing authority.

2. Brand/Make: - Godrej / Nilkamal / Geerken/ Wipro of approved quality be accepted.

3. Stores of approved quality will be accepted (from OEM only).

13. 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.

14. Turnover

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. In case of bunch bids, the OEM of
CATEGORY RELATED TO primary product having highest bid value should meet this criterion.

15. Past Project Experience

Proof for Past Experience and Project Experience clause: For fulfilling the experience criteria any
one of the following documents may be considered as valid proof for meeting the experience criteria:a.
Contract copy along with Invoice(s) with self-certification by the bidder that service/supplies against the
invoices have been executed.b. Execution certificate by client with contract value.c. Any other document
in support of contract execution like Third Party Inspection release note, [Link] for Past Experience and
Project Experience clause: For fulfilling the experience criteria any one of the following documents may be
considered as valid proof for meeting the experience criteria:a. Contract copy along with Invoice(s) with
self-certification by the bidder that service/supplies against the invoices have been executed.b. Execution
certificate by client with contract value.c. Any other document in support of contract execution like Third
Party Inspection release note, etc.

16. Past Project Experience

The Bidder / OEM {themselves or through reseller(s)}, should have executed project for supply and
installation / commissioning of same or similar Category Products during preceding 3 financial years (i.e.
current year and three previous financial years) as on opening of bid, as per following criteria:

(i) Single order of at least 35% of estimated bid value; or


(ii) Two orders of at least 20% each of estimated bid value; or
(iii) Three orders of at least 15% each of estimated bid value.
Satisfactory Performance certificate issued by respective Buyer Organization for the above Orders should
be uploaded with bid. In case of bunch bids, the Category related to primary product having highest bid
value should meet this criterion

10 / 12
17. 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

2
samples for Buyer's approval, within 5 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 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.

अ वीकरण/Disclaimer

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.
15. Buyer added ATC Clauses which are in contravention of clauses defined by buyer in system generated bid
template as indicated above in the Bid Details section, EMD Detail, ePBG Detail and MII and MSE Purchase
Preference sections of the bid, unless otherwise allowed by GeM GTC.
16. In a category based bid, adding additional items, through buyer added additional scope of work/ additional
terms and conditions/or any other document. If buyer needs more items along with the main item, the
same must be added through bunching category based items or by bunching custom catalogs or
bunching a BoQ with the main category based item, the same must not be done through ATC or Scope of

11 / 12
Work.

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.

All GeM Sellers / Service Providers are mandated to ensure compliance with all the applicable laws /
acts / rules including but not limited to all Labour Laws such as The Minimum Wages Act, 1948, The
Payment of Wages Act, 1936, The Payment of Bonus Act, 1965, The Equal Remuneration Act, 1976,
The Payment of Gratuity Act, 1972 etc. Any non-compliance will be treated as breach of contract
and Buyer may take suitable actions as per GeM Contract.

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

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।/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.

--- ध यवाद/Thank You---

12 / 12

You might also like