Bid Number: GEM/2022/B/1936329
Dated: 09-02-2022
Bid Document
Bid Details
Bid End Date/Time 19-02-2022 13:00:00
Bid Opening Date/Time 19-02-2022 13:30:00
Bid Life Cycle (From Publish Date) 90 (Days)
Bid Offer Validity (From End Date) 60 (Days)
Ministry/State Name Ministry Of Railways
Department Name Northern Railway
Organisation Name Stores
Office Name Northern Railway
Total Quantity 18
Item Category fire proximity suit (Q2)
MSE Exemption for Years of Experience and
No
Turnover
Startup Exemption for Years of Experience
No
and Turnover
Past Performance,Certificate (Requested in ATC),OEM
Authorization Certificate
*In case any bidder is seeking exemption from Experience /
Document required from seller
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer
Past Performance 20 %
Bid to RA enabled No
Time allowed for Technical Clarifications
2 Days
during technical evaluation
Inspection Required (By Empanelled
Inspection Authority / Agencies pre- Yes
registered with GeM)
Inspection to be carried out by Buyers own
Yes
empanelled agency
Type Of Inspection Pre Dispatch
Name of the Empanelled Inspection
RITES
Agency/ Authority
Estimated Bid Value 781200
Evaluation Method Total value wise evaluation
EMD Detail
1/6
Advisory Bank State Bank of India
EMD Percentage(%) 2.00
EMD Amount 15624
ePBG Detail
Advisory Bank State Bank of India
ePBG Percentage(%) 3.00
Duration of ePBG required (Months). 14
(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy.
(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.
Beneficiary:
Sr. DFM/UMB
Northern Railway, DRM Office, Ambala Cantt.
(Lokesh Singla)
Splitting
Bid splitting not applied.
MII Purchase Preference
MII Purchase Preference Yes
MSE Purchase Preference
MSE Purchase Preference Yes
1. 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.
2. 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
2/6
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.
3. 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.
4. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 20% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.
5. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
authorized representatives
An independent third party Professional Inspection Body can help buyer in mitigating buyer’s risk with pre-
dispatch/post-dispatch inspection in order to ensure that equipment, components, solutions and documentation
conform to contractual requirements. The buyer has a right to inspect goods in reasonable manner and within
reasonable time at any reasonable place as indicated in contract. Inspection Fee/ Charges (as pre-greed between
buyer and Inspection Agency) would be borne by the buyer as per their internal arrangement but may be
recovered from the seller if the consignment failed to conform to contractual specification and got rejected by
the Inspection Officer .If so requested and accepted by the seller , initially seller may pay for inspection
charges as applicable and get the same reimbursed from buyer if consignment accepted by the Inspecting
Officer . For reimbursement seller has to submit proof of payment to Inspection Agency.
Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying the place
of inspection as per contract and the Inspecting officer shall on receipt of such notice notify to the seller the date
and time when the stores would be inspected. The seller shall, at his own expenses, afford to the Inspecting
officer, all reasonable facilities as may be necessary for satisfying himself that the stores are being and or have
been manufactured in accordance with the technical particulars governing the supply. The decision of the
purchaser representative /inspection authority regarding acceptance / rejection of consignment shall be final and
binding on the seller.
The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which
the Inspecting officer may demand of him for any test, and examination, other than special or independent test,
which he shall require to be made on the seller's premises and the seller shall bear and pay all costs attendant
thereon.
The seller shall also provide and deliver store / sample from consignment under inspection free of charge at any
such place other than his premises as the Inspecting officer may specify for acceptance tests for which
seller/OEM does not have the facilities or for special/ independent tests.
In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing to lack
of test facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in the
inspection and/or test. Cost of test shall be assessed at the rate charged by the Laboratory to private persons for
similar work.
Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof to
such tests as he may like fit and proper as per QAP/governing specification. The seller shall not be entitled to
object on any ground whatsoever to the method of testing adopted by the Inspecting officer.
Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will be
borne by seller.
Inspecting officer is the Final Authority to Certify Performance / accept the consignment. The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.
The seller shall if so required at his own expense shall mark or permit the Inspecting officer to mark all the
3/6
approved stores with a recognised Government or purchaser's mark.
Fire Proximity Suit ( 18 pieces )
(Minimum 50% Local content required for qualifying as Class 1 Local Supplier)
Brand Type Registered Brand
Technical Specifications
* As per GeM Category Specification
Specification Specification Name Bid Requirement (Allowed Values)
Genric Conformity to EN Standard fire proximity suit coat trouser to en 469 2005
fireman helmet to en 443 2008 type b fireman gloves
to en 659 2008 fireman boots to en 15090 2012 and
antiflash hood to en 13911 2004 also with ce marking
for all items, en 469 2005 level 2 with latest
amendments for fire proximity suit coat and trouser
suitable for class iii fire defined as radiant heat and
pocket of flames, en 443 2008 type b for fireman
helmet, en 659 2008 for fireman gloves, en 15090
2012 for fireman boots, EN 13911:2004 for Antiflash
Hood
Item Descriptions complete set cosisting fire proximity suit coat trouser
fireman helmet type b fireman gloves fireman boots
antiflash hood
Constructional Fire Proximity suit (Coat and Large (L) ( Suitable for person of height 164-176 cm,
Trouser) size Chest Girth 96-104 cm, Waist Girth 92-100 cm)
Suit Fabric the fabric namely nomex kevlar or equivalent shall be
used for manufacture of the suit the garment
manufactures have to furnish the genuinity certificate
test certificates issued by m s du pont or the
manufacturer of the fibre for the fabric
Fireman Gloves size 8, 9
Fireman boot size 9
Firehood shall be manufactured Sufficiently elastic to be compitable with various head
in various sizes or be sizes and shape
sufficiently elastic to be
compitable with various head
sizes and shape
Additional Specification Parameters - Fire Proximity Suit ( 18 pieces )
Specification Parameter
Bid Requirement (Allowed Values)
Name
4/6
Specification Parameter
Bid Requirement (Allowed Values)
Name
1. Enclosed with the Bid. Bidder to submit compliance of the specification
1. Technical specification
along with the the bid offer failing which offer will be summarily rejected.
* Bidders offering must also comply with the additional specification parameters mentioned above.
Consignees/Reporting Officer and Quantity
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
133001,Office of the Sr.
Divisional Materials Manager,
Sanjeev Kumar
1 Northern Railway, Office of 18 45
Gupta
DRM, Rail Vihar, Ambala Cantt.
Haryana-133001
Buyer Added Bid Specific Terms and Conditions
1. Scope of Supply
Scope of supply (Bid price to include all cost components) : Only supply of Goods
2. Generic
Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address,
e-mail Id and Phone No. required to be furnished along with the bid.
3. 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.
4. Certificates
The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.
5. Buyer Added Bid Specific ATC
Buyer Added text based ATC clauses
1. Technical specification enclosed with the Bid. Bidder to submit compliance of the
specification along with the the bid offer failing which offer will be summarily
rejected.
.
6. Buyer Added Bid Specific ATC
Buyer uploaded ATC document Click here to view the file .
5/6
Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
bidding process, its outcome and consequences thereof including any eccentricity / restriction arising in the
bidding process due to these ATCs and due to modification of technical specification and / or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents / clauses
shall also be null and void. If any seller has any objection / grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations.
This Bid is also governed by the General Terms and Conditions
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.
---Thank You---
6/6