[go: up one dir, main page]

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

GeM Bidding 7712910

The bid document GEM/2025/B/6115906 is for the procurement of 32 Refiner Tackles, with a bid end date of 30-05-2025 and an opening date of the same day. Bidders must have a minimum average annual turnover of 48 Lakh over the last three years and three years of relevant experience, with exemptions available for MSEs and startups. The bid includes various conditions regarding local content, EMD requirements, and evaluation criteria for bidders.

Uploaded by

syamtenders
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)
11 views12 pages

GeM Bidding 7712910

The bid document GEM/2025/B/6115906 is for the procurement of 32 Refiner Tackles, with a bid end date of 30-05-2025 and an opening date of the same day. Bidders must have a minimum average annual turnover of 48 Lakh over the last three years and three years of relevant experience, with exemptions available for MSEs and startups. The bid includes various conditions regarding local content, EMD requirements, and evaluation criteria for bidders.

Uploaded by

syamtenders
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/ 12

Bid Number/बोली मांक ( बड सं या) :

GEM/2025/B/6115906
Dated/ दनांक : 28-04-2025

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 30-05-2025 15:00:00

Bid Opening Date/Time/ बड खुलने क


30-05-2025 15:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


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

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

Department Name/ वभाग का नाम Department Of Economic Affairs

Security Printing And Minting Corporation Of India Limited


Organisation Name/संगठन का नाम
(spmcil)

Office Name/कायालय का नाम Janpath

े ता ईमेल/Buyer Email buyer1.spmcil.wb@gembuyer.in

Total Quantity/कुल मा ा 32

Item Category/मद केटे गर Refiner Tackles

GeMARPTS म खोजी गई ं ग / Searched


Refiner Tackle for Cotton Pulp
Strings used in GeMARPTS

Shirts Cotton White for Cooks, Cotton Dhoti for Gram Prahari
(UP), RP - 54 Acknowledgement Due Card, Coverall for
Refinery Location - HPCL, Cotton Towelling and Towels (V2)
GeMARPTS म खोजा गया प रणाम / Searched as per IS 7056, Terry Cotton Shirt for VIP Security Personel
(MHA), Shirt Polyestera and Cotton Half Sleeve for IAF
Result generated in GeMARPTS
Personnel, Cotton Cloth Bag for Seed Packing - Capacity
From 0.75 Kg to 12 Kg, 20 Kg Capacity Cotton Cloth Bags for
Seed Packing, Kitchen Apron

अिधसूचना के िलए चयिनत ासंिगक े णयाँ / Relevant


Investing Casting of Holder (Defence)
Categories selected for notification

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 48 Lakh (s)
वा षक टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


48 Lakh (s)
उपकरण िनमाता का औसत टनओवर (गत 3 वष का)

1 / 12
Bid Details/ बड ववरण

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
Certificate,OEM Annual Turnover,Additional Doc 1
(Requested in ATC),Additional Doc 2 (Requested in
Document required from seller/ व े ता से मांगे ATC),Additional Doc 3 (Requested in ATC),Compliance of
गए द तावेज़ BoQ specification and supporting document
*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

Do you want to show documents uploaded


by bidders to all bidders participated in No
bid?/

Past Performance/ वगत दशन 40 %

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

RA Qualification Rule H1-Highest Priced Bid Elimination

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

Financial Document Required/ व ीय द तावेज


Yes
क आव यकता है ।

Arbitration Clause No

Mediation Clause No

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक Indusind bank

EMD Amount/ईएमड रािश 240000

2 / 12
ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक Indusind bank

ePBG Percentage(%)/ईपीबीजी ितशत (%) 5.00

Duration of ePBG required (Months)/ईपीबीजी क


18
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 :
Narmadapuram
Security Paper Mill, Narmadapuram
(Security Paper Mill)

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

3 / 12
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.

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 40% 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. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:

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


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.

4 / 12
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

Excel Upload Required/ए सेल म अपलोड कए जाने क आव यकता :

Various Refiner Tackles - 1743840830.xlsx

Refiner Tackles ( 32 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

Buyer Specification
Download
Document/ े ता विश द तावेज़

Additional Specification Documents/अित र विश द तावेज़

DrawingDocument1 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

461005,Security Paper Mill


1 Mirza Musharraf ,Narmadapuram , Madhya 32 120
Pradesh

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

1. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

ADDITIONAL TERMS & CONDITIONS (ATC)

1. Required Terms of Delivery: F.O.R. Security Paper Mill Narmadapuram (Duly Unloaded).
2. Destination: Security Paper Mill, Narmadapuram (M.P.)-461005.
3. Bidder Should Quote Prices Inclusive of GST And All Cost Components Such As Packing & Forwarding
Details, Freight & Insurance Charges up to Destination etc. on FOR Security Paper Mill, Narmadapura
m (Madhya Pradesh), India basis only.
4. Liquidated Damages (LD) Clause: If the contractor fails to deliver the goods and/or services or a
ny instalment thereof within the Delivery Period, SPM Narmadapuram shall, without prejudice to other
rights and remedies available to SPM, Narmadapuram under the contract, deduct from the contract pr

5 / 12
ice, as Liquidated damages, a sum equivalent to the rate of 0.5 per cent of the delivered price of the d
elayed goods and/or services for each week of delay or part thereof until actual delivery or performan
ce, subject to a maximum deduction of the 10% of the delayed goods or services.
5. The terms and conditions, guidelines of SPMCIL Procurement Manual Version 3.0 will be applicable to
this bid at any stage to avoid any conflict at later stage. Kindly refer General Instructions to Tenderer
(GIT) and General Conditions of Contract ( GCC) of SPMCIL Procurement Manual Version 3.0 for additio
nal terms and conditions as per the links given below:

GIT: https://www.spmcil.com/wp-content/uploads/2024/06/GIT-3.0-1.pdf
GCC: https://www.spmcil.com/wp-content/uploads/2024/06/GCC-3.0-1.pdf

6. SPM (as Buyer) is liable to deduct TDS u/s 194Q @ applicable rate on goods purchases (if applicable)
. In case of deduction of TDS under section 194Q; the Supplier (Vendor) need not to charge TCS u/s 20
6C (1H) on invoicing on or after 01.07.2021.
7. Vendor has to submit declaration in specified format (refer Buyer added Specific ATC) for the compli
ance of Section 206AB of Income Tax Act, 1961. In case of non-submission of declaration; TDS will be
deducted at higher rates (as applicable) as per section 206AB.
8. GST Return: Supplier should file the GST returns for outward supplies in time. In case of any Input C
redit Loss to SPM by way of their failure to files GST Returns in time, SPM reserves the right to withhol
d the payment of further supplies till production of evidence of filling of Returns.
9. Delivery Period: Within 120 days for all supply from the date of issue of GeM purchase order.
10. Bidder shall submit duly seal & signed copy of Scope of Work/Technical Specifications and declaration
.
11. Payment terms: 100% on receipt and acceptance (suitability) of goods by the SPM, Narmadapuram
and on production of all required documents by the supplier. as per bid terms and condition by the fir
m. Payment shall be made through RTGS/NEFT.
12. Warranty: - One year warranty from the date of Supply of material and in accordance to Clause 16 o
f GCC (Please find the link above).
1. The supplier warrants that the goods supplied under the contract is new, unused,
and incorporate all recent improvements in design and materials unless prescribed
otherwise by SPMN in the contract. The supplier further warrants that the goods sup
plied under the contract shall have no defect arising from design, materials (except
when the design adopted and / or the material used are as per SPMN’s specification
s) or workmanship or from any act or omission of the supplier, that may develop un
der normal use of the supplied goods under the conditions prevailing in India.
2. This warranty shall remain valid for twelve months (one year) after the goods or an
y portion thereof as the case may be, have been delivered to the final destination a
nd installed and commissioned at the final destination and accepted by SPMCIL in t
erms of the contract or for fifteen months from the date of despatch from the suppli
er’s premises for domestic goods (including goods already imported by the supplier
under its own arrangement) or for eighteen months after the date of shipment from
the port of loading in the source country for imported goods offered from abroad, w
hichever is earlier, unless specified otherwise in the SCC.
13. Anti-Bribery Management System (ABMS): By participating in this tender, the suppliers/Vendors/
Contractors are deemed to have undertaken that they shall not give or take, any financial or non-fina
ncial bribe, to or from anyone during the tender or during the execution of the contract thereafter and
if they notice any such incident happening, they shall report it to Vigilance.

14. Prequalification Criteria:

Experience & Past Performance:

The bidder (manufacturer or principal of authorised representative – hereinafter referred simply as ‘The Bi
dder’) should have manufactured and supplied at least 13 nos of Refiner Tackles in any one of the last five
years ending on “31.03.2024”.

Capability Equipment & Manufacturing Facilities:

The bidder must have an annual capacity to manufacture and supply at least 13 nos of Refiner Tackles.

Financial Standing:

1) The average annual financial turnover of the bidder during the last three years, ending on ‘The releva
nt Date’, should be at least ₹48,01,419.84 (or equivalent in foreign currency at exchange rate prevale

6 / 12
nt on ’31.03.2024’) as per the annual report (audited balance sheet and profit & loss account) of the r
elevant period, duly authenticated by a Chartered Accountant/Cost Accountant in India or equivalent i
n relevant countries.

2) i) The net worth of the Bidder should not be negative on ’31.03.2024’ and also

ii) should not have eroded by more than 30% in the last three years, ending on ’31.03.2024’.

Note 1: To ascertain this criteria net worth of initial and last financial year should be compared (proposed f
or clarity).

Note 2: (i) For MSEs and Start-ups (registered for the tendered item) all financial criteria shall be exempted
. However, its capacity and capability may be verified (if necessary) by the respective unit as per the stand
ard format included below (at point D)

(ii) Start-up Enterprises: Requirements of prior experience and turnover would be relaxed for Start-up ente
rprises as recognized by Department for Promotion of Industry and Internal Trade (DPIIT), subject to their
meeting the quality and technical specifications. Such Start-ups may be either MSE or otherwise.
DECLARATION:
We do hereby declare that,

1. We have not been blacklisted/ debarred by BNPMIPL/BRBNMPL/SPMCIL or an


y Govt. Departments for participation in tenders. The information provided a
bove is correct and true to the best of my knowledge and belief.

2. We do hereby declare that we have read and understood all terms and con
ditions of tender document including GIT, SIT, GCC, SCC, Technical Specificat
ion, Quality Control Criteria and confirm to abide to those conditions without
any counter conditions.

3. We are accepting all the terms and condition as per Buyer Added Bid
Specific ATC (Acceptance of Gem Bid).

4. We are accepting all the terms and conditions of the tender document witho
ut any deviation and withdraw all deviations if any.

5. We have read the clause regarding restrictions on procurement from a bidd


er of a country which shares a land border with India. I certify that our firm is
not from such a country or, if from such a country, has been registered with t
he Competent Authority. I hereby certify that our firm fulfils at requirements
in this regard and is eligible to be considered." (Where applicable, evidence
of valid registration by the competent Authority shall be attached)"
I, the undersigned, declare that the item mentioned in bid originates
in............................. (Name of the country).

6. We do hereby declare that to the best of my /our knowledge and belief we are filling Income Tax Re
turn (“ITR”) correct, complete and are truly stated under Section 206AB of TDS under income ta
x Act, 1961. In case there is a tax liability, interest or penal consequences which are levied on SPM
on account of the false representation/ declaration, I/we undertake to fully indemnify SPM for the sam

7 / 12
e.

Details of Firm:-
1. PAN__________________________

2. GSTIN __________________________

3. Vendor Code: _________________

4. TAN: _________________________(TAN no.)

Bill of Quantity

Sl. No. Category Description Qty Unit

RF-1 Rotor n1 with


10 SPME034015 O ring(JC01-RTC2- 3 EA
SJP)

RF-1 Stator n1 (JC


20 SPME034016 3 EA
01-STC2-SJP)

RF-1 Rotor n2 with


30 SPME034017 O ring (JC01-RTC-S 3 EA
JP)

RF-1 Stator n2 (JC


40 SPME034018 3 EA
01-STC-SJP)

RF-1 Rotor n3 with


50 SPME034019 O ring (JC01-RLM- 3 EA
SJP)

RF-1 Stator n3 (JC


60 SPME034020 3 EA
01-SLM-SJP)

RF-1 Rotor n4 with


70 SPME034021 O ring (JC01-RI-SJP 2 EA
)

RF-1 Stator n4 (JC


80 SPME034022 2 EA
01-SI-SJP)

RF-1 Rotor n5 with


90 SPME034023 O ring (JC01-RLF-S 1 EA
JP)

8 / 12
RF-1 Stator n5 (JC
100 SPME034024 01-SLF-SJP) 1 EA

RF-1 STATOR PM-


110 SPME038378 2 EA
5 (JC01-SLC-SJP)

RF-1 ROTOR PM-5


120 SPME038379 2 EA
(JC01-RLC-SJP)

RF-0 STATOR PM-


130 SPME038382 2 EA
5 (JC00-SLM-SJP)

RF-0 ROTOR PM-5


140 SPME038383 2 EA
(JC00-RLM-SJP)

2. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

3. 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

Security Paper Mill, Narmadapuram


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.

4. 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

SECURITY PAPER MILL, NARMADAPURAM (Collection A/c)


Account No.
201003487038
IFSC Code
INDB0000449
Bank Name
Indusind Bank
Branch address
Ground Floor, Sat Rasta, Main Road, Narmadapuram (M.P) 461001
. 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.

5. Forms of EMD and PBG

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

Security Paper Mill

9 / 12
payable at
Narmadapuram
.
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.

6. 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

Security Paper Mill, Narmadapuram


. 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

7. Forms of EMD and PBG

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

Security Paper Mill


payable at
Narmadapuram
.
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.

8. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

SECURITY PAPER MILL, NARMADAPURAM (Collection A/c)


Account No.
201003487038
IFSC Code
INDB0000449
Bank Name
Indusind Bank
Branch address
Ground Floor, Sat Rasta, Main Road, Narmadapuram (M.P) 461001
.
Bidder to indicate bid number and name of bidding 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 along with bid.

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

Security Paper Mill


payable at
Narmadapuram
. 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. 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.

11. Generic

10 / 12
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

12. Warranty

Warranty period of the supplied products shall be 1 years 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.

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.

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.

11 / 12
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---

12 / 12

You might also like