[go: up one dir, main page]

0% found this document useful (0 votes)
52 views11 pages

Defence Procurement Bid Notice

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)
52 views11 pages

Defence Procurement Bid Notice

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
You are on page 1/ 11

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/5570554
Dated/ दनांक : 06-11-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 27-11-2024 09:00:00

Bid Opening Date/Time/ बड खुलने क


27-11-2024 09:30:00
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 Ministry Of Defence

Department Name/ वभाग का नाम Department Of Defence Production

Organisation Name/संगठन का नाम Yantra India Limited

Office Name/कायालय का नाम ***********

Total Quantity/कुल मा ा 137850

Item Category/मद केटे गर DISC FOR M-107 AS PER DRG SM-1427

GeMARPTS म खोजी गई ं ग / Searched


DISC FOR M-107 AS PER DRG. NO.SM-1427
Strings used in GeMARPTS

M - Seal as per IS 9197, Mobile Containers for Solid Waste as


per IS 12402, M S Structural Plate as per IS 2062, Shirt
GeMARPTS म खोजा गया प रणाम / Searched Man's Angola (IAF), M S Sheet as per IS 1079 (Unit - Mass),
Result generated in GeMARPTS Mobile Containers For Solid Waste (Industrial) - IS 12402, M
S Angle (V2) As Per Is 808, Copper Tube 104.9mm-OFB, MS
Sheet as per IS 1079, Steel Trunk (V2)

अिधसूचना के िलए चयिनत ासंिगक े णयाँ / Relevant


Disc Friction
Categories selected for notification

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Certificate (Requested in ATC),Additional Doc 1 (Requested


in ATC)
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

Do you want to show documents uploaded


by bidders to all bidders participated in No
bid?/

1 / 11
Bid Details/ बड ववरण

Bid to RA enabled/ बड से रवस नीलामी स य कया No

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- Yes
registered with GeM)

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Post Dispatch

Name of the Empanelled Inspection


Board of Officers
Agency/ Authority

Auto CRAC Days 30

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 73198

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


14
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 :
.

2 / 11
Ordnance Factory Ambajhari Nagpur Maharashtra, Department of Defence Production, Yantra India Limited,
Ministry of Defence
(Yantra India Limited, Ordnance Factory Ambajhari Nagpur)

Splitting/ वभाजन

Splitting Applied Yes

Maximum No. Of Bidders Amongst Which Order


2
May Be Split

Yes, 60:40 Distribution is subject to at least three vendors


participated / quoted. L-2 firm will be given counter offer of
Split Criteria based on which quantity will be L-1 rate for 40% of bid quantity as mentioned above and
distributed order will be place on L-2 firm, if L-1rate is accepted by L-2
firm. L-2 firm does not accept the counter offer, then supply
order for full tendered quantity will be placed on L-1 firm

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. 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.

2. 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

3 / 11
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.
3. 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
approved stores with a recognised Government or purchaser's mark.

DISC FOR M-107 AS PER DRG SM-1427 ( 137850 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

4 / 11
Buyer Specification
Download
Document/ े ता विश द तावेज़

Additional Specification Documents/अित र विश द तावेज़

DrawingDocument1 View

DrawingDocument2 View

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

1 *********** ***********NAGPUR RURAL 137850 90

Buyer added Bid Specific Additional Scope of Work

S.No. .सं Applicable/ रवस भार के अनुसार


Document Title Description
. जीएसट i.r.o. Items

SPCN
DISC FOR M-107 AS PER DRG SM-
1 SPCN
View 1427(137850)

QMI
DISC FOR M-107 AS PER DRG SM-
2 QMI
View 1427(137850)

Pre-qualification
Criteria DISC FOR M-107 AS PER DRG SM-
3 Pre-qualification Criteria
1427(137850)
View

DRG
DISC FOR M-107 AS PER DRG SM-
4 DRG
View 1427(137850)

The uploaded document only contains Buyer specific Additional Scope of Work and / or Drawings for the bid items added
with due approval of Buyer’s competent authority. Buyer has certified that these additional scope and drawings are
generalized and would not lead to any restrictive bidding.

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

5 / 11
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. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Term Applicable

TE Mode OTE on GeM Portal (Custom Bid Mode)

Type of TE OTE

Bid with RA Mode No

Quantity 1,37,850 Nos.

Applicable @3% of the Estimated Cost


EMD Amount (2-5%)
i.e. Rs. 73,198.35/-

Option Clause Applicable 25% Option Clause

Inspection By Rep. of ED/OFAJ

Price Variation Clause Not applicable

Yes,

60:40

Distribution is subject to at least three vendors


Distribution of tender Qua participated / quoted. L-2 firm will be given cou
ntity nter offer of L-1 rate for 40% of bid quantity as
mentioned above and order will be place on L-2
firm, if L-1rate is accepted by L-2 firm. L-2 firm
does not accept the counter offer, then supply o
rder for full tendered quantity will be placed on
L-1 firm.

Supply Order to be completed within 03 months


Delivery Schedule
.

Delivery Location OFAJ, Nagpur

6 / 11
Contract shall be awarded to only such selle rs ,
who are registered / empanelled / appro ved / e
nlisted for the required goods / servic e categor
y on the date of bid opening. Prosp ective bidde
Registration / Empanelme rs (if not already registered), ar e advised to get
nt Requirement (Mandator themselves registered with the said registration
y) : authority before bid op ening date on website h
ttp://www.idm.gov.i n and upload screenshot of
application (or) certificate on offered bid docum
ents.

Public Procurement
(Preference to Make in Indi Applicable as per stipulated by GeM
a), Order 2017

Public Procurement for MS


Applicable as per stipulated by GeM
Es, Order 2012

Determination of L-1 firm As per stipulated by GeM

Applicable @5% of SO Value, subject to condition t


PSD
hat SO value is above Rs. 10.00 Lakhs.

If the material supplied by the vendors is rejected a


t the factory premises, the vendor is required to lift
the rejected material within 30 days of issue of reje
c t i o n I-Note. The OFs have right to recover a
charge for the storage space at @1% of the cost of
Ground Rent material un-cleared, per week or part thereof, with
maximum ceiling of 10% of value of the items. Afte
r lapse of 10 weeks, if it is found that firm has not t
aken any action for lifting of items, the goods may
be confiscated and disposed-off as per disposal pro
cedure in vogue after sending a notice and giving 3
0 working days’ time to the firm.

Pre-contract Integrity Pact NA

Vide Letter no.4320/SM/2024/M107 dated 27-09


Pre-qualification Criteria
-2024

1. Other standards Terms and Conditions stipul


Special Terms & Condition
ated by GeM Portal & YILPM-2024 is applica
s in ATC at GeM Portal
ble

7 / 11
Arbitration at Nagpur

Firm has to comply the all terms and conditions and att
Compliance
ached the requisite document with stamp and sign.

3. Generic

Bidder shall submit the following documents along with their bid for Vendor Code Creation:

a. Copy of PAN Card.

b. Copy of GSTIN.

c. Copy of Cancelled Cheque.

d. Copy of EFT Mandate duly certified by Bank.

4. Generic

Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.

5. 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.

6. Ration Item ATCs

Demurrage charges In case the rejected items are not lifted by the firm within 48 hrs, the demurrage
charges at the rate of 0.5% of total contract value will be charged per day. In case the items are not lifted
within a month, the same will be destroyed by the station board of officers and no claim will be
admitted.Demurrage charges. In case the rejected items are not lifted by the firm within 48 hrs, the
demurrage charges at the rate of 0.5% of total contract value will be charged per day. In case the items
are not lifted within a month, the same will be destroyed by the station board of officers and no claim will
be admitted.

7. Generic

NON DISCLOSURE DECLARATION CERTIFICATE (On Bidder Letter Head) to be uploaded with
bid:

1. I M/s.

the firm name


hereby declare that I shall not disclose the contract or any provision, specification, plan, design, pattern,
sample or information thereof to any third party during and after expiry of Contract.

2. If defying the norms as per the Contract a legal action may be taken against me as per the existing
Rules.

8 / 11
8. Forms of EMD and PBG

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

YANTRA INDIA LIMITED ORDNANCE FACTORY AMBAJHARI


payable at
NAGPUR
.
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.

9. 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
(Name of the Buyer). 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

10. Forms of EMD and PBG

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

YANTRA INDIA LIMITED ORDNANCE FACTORY AMBAJHARI


payable at
NAGPUR
.
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.

11. 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

YANTRA INDIA LIMITED ORDNANCE FACTORY AMBAJHARI


payable at
NAGPUR
. 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.

12. 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

YANTRA INDIA LIMITED ORDNANCE FACTORY AMBAJHARI


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.

13. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Payment online through RTGS /
internet banking also (besides PBG which is allowed as per GeM GTC). On-line payment shall be in
Beneficiary name

YANTRA INDIA LIMITED ORDNANCE FACTORY AMBAJHARI


Account No.
40429114389

9 / 11
IFSC Code
SBIN0010314
Bank Name
State Bank Of India
Branch address
Ambajhari Estate, OFAJ Nagpur
. Successful Bidder to indicate Contract number and name of Seller entity in the transaction details field at
the time of on-line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer in
place of PBG within 15 days of award of contract.

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

10 / 11
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---

11 / 11

You might also like