GeM Bidding 8035235
GeM Bidding 8035235
बड ववरण/Bid Details
1 / 10
बड ववरण/Bid Details
(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.
(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 :
Dist. Logistics Officer
ICGS Visakhapatnam Visakhapatnam, Department of Defence, Indian Coast Guard, Ministry of Defence
(Daisy)
2 / 10
वभाजन/Splitting
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. 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.
3. Years of Past Experience required: The bidder must have experience for number of years as indicated above in
bid document (ending month of March prior to the bid opening) of providing similar type of services to any
Central / State Govt Organization / PSU. Copies of relevant contracts / orders to be uploaded along with bid in
support of having provided services during each of the Financial year.
4. 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
Ministry. If the bidder wants to avail the Purchase preference 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 service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price
within L-1+ 15% of margin of purchase preference /price band as defined in the relevant policy, then 100% order
quantity will be awarded to such MSE bidder subject to acceptance of L1 bid price. The buyers are advised to
refer to the 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 the credentials of the service provider are validated on-
line in GeM profile as well as validated and approved by the Buyer after evaluation of submitted documents.
5. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services
over the last three years i.e. the current financial year and the last three financial years(ending month of March
prior to the bid opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the
estimated cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated
cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated
cost.
6. Short Duration Bid has been published by the Buyer with the approval of the Competent authority due to
Emergency procurement of critical products/services.
Buyer to upload undertaking that Minimum Wages indicated by him during Bid Creation are as per
applicable Minimum Wages Act:1751431296.pdf
3 / 10
Scope of work & Job description:1751431316.pdf
कोर / Core
Experience 0 to 3 Years
State NA
Zipcode NA
District NA
एडऑन /Addon(s)
4 / 10
परे षती/ रपो टग संसाधन क मा ा
अित र आव यकता
.सं. /S.N / Number of
अिधकार /Consignee पता/Address /Additional
o. Resources to
Reporting/Officer Requirement
be hired
Minimum daily
wage (INR)
exclusive of GST :
893
Bonus (INR per
day) : 0
EDLI (INR per day)
: 3.4
EPF Admin Charge
(INR per day) : 3.4
Optional
Allowances 1 (INR
per day) : 0
Optional
Allowances 2 (INR
per day) : 0
Optional
Allowances 3 (INR
per day) : 0
Estimated Number
1 *********** ***********Visakhapatnam 19 of Overtime Hours
per Resource per
Month : 0
Remuneration per
resource per hour
for Overtime Hours
(Including all
applicable
allowance etc &
excluding GST) : 0
ESI (INR per day) :
29.02
Provident Fund
(INR per day) :
81.81
Number of working
days in a month :
22
Tenure/ Duration of
Employment (in
months) : 12
े ता ारा जोड़ गई बड क वशेष शत /Buyer Added Bid Specific Terms and Conditions
1. Generic
OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised
quantity or duration
2. Generic
Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
5 / 10
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.
3. Generic
1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.
4. Payment
PAYMENT OF SALARIES AND WAGES: Service Provider is required to pay Salaries / wages of
contracted staff deployed at buyer location first i.e. on their own and then claim payment from Buyer
alongwith all statutory documents like, PF, ESIC etc. as well as the bank statement of payment done to
staff.
Bidders can also submit the EMD with Account Payee Demand Draft in favour of
Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
7. 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 / 10
ur Registration Certificate of Consignee location i.e. (Andhra Pradesh,
Visakhapatnam) failing to which the firm is liable for rejection.
4. Experience: The Bidder should have at least 03 years of experience for prov
iding manpower services in Ministries / Departments under Government of India
.
In proof of having fully adhered to minimum eligibility criteria as mentione
d above, attested copy of work orders alongwith work completion certificates / o
ngoing work certificates issued by the Ministries / Departments under Governm
ent of India shall be acceptable.
5. Turnover: The Bidder should have minimum gross turnover in the similar bu
siness of providing manpower as per the bid document.
In proof of having fully adhered to minimum eligibility criteria as mentione
d above, attested copy of the audited balance sheets (audited by Chartered Acc
ountant) for the completed three financial year i.e. 2021-22, 2022-23 and 2023
-24 shall only be acceptable.
6. Service Charge:- Minimum service charges should be (3.85%) perc
entage and above.
7. Police Verification: Police Verification of Contractual employees should be
done by the service provider who is directly responsible for the action of their e
mployees after awarding of contract.
8. Language: The service provider will ensure that the staff employed is conve
rsant and understands English or Hindi Language.
9. Age Limit: The Contractual Staff should be aged between 20yrs to 45yrs.
10. Self-Declaration: That Contractor has not been suspended or blacklisted b
y any Unit/ Office of Indian Coast Guard, any other PSU or Govt. Agency and sub
mit a declaration as follows:
(i) “I/We hereby declare that I/we have not been Banned/ Suspen
ded/ Blacklisted or de-listed by any PSU/ Government Departmen
t/ Financial Institution / Court.” In case, the declaration is found incorr
ect/false at any later stage, the tender is liable to be rejected, the contrac
t shall be closed without any further notice and Incident will be raise as pe
r GeM Terms and Conditions.
(ii) I/We hereby declare that I/We have quoted service Charge 3.
85% and above as per terms & condition of Bid Document.
11. Registered Local Office: The Registered Office of participating firm is req
uired to be located in consignee location to co-ordinate the services uninterrupt
ed and to resolve any issues arising while carrying out contract as per contractu
al obligations. In support the service provider has to submit documentary proof
of office address, with landline/ mobile number of the contact person failing whi
ch the bid offer will be rejected during technical evaluation.
7 / 10
ts.
15. Financial Position. The firm should have a sound financial position
to continue to provide service for a period of minimum of three month
s irrespective of clearance of bills by paying authority due to want of c
orrect documents from service provider or any other unforeseen reaso
ns. The payment should be made within one week of receiving attenda
nce sheet from the buyer failing which the incident will be raised on G
eM.
16. Firms should fill the certificates duly attached in the ATC and upload along
with the other bid documents for technical evaluation. Firms falling to do so are
liable for rejection.
17. Firms not replying to queries based on technical bids within the specified ti
me will be rejected.
22. Bidder should have proper vendor code and should submit the documents li
ke pan card, GSTIN, cancelled cheque, NEFT mandate duly certified by bank.
23. Buyer reserves all the rights to cancel the bid at any time without specifyin
g the reasons.
24. In the matter of any dispute the decision of the buyer of the organisation wil
l be final.
26. The firm should enclose Valid Labour Registration Certificate of Consignee l
ocation i.e. (Andhra Pradesh, Visakhapatnam). Same should be submitted along
with technical bids
8 / 10
27. The firm should enclose valid EPF registration and ESI certificate.
28. The contract awarded firm (L1 firm) must submit PBG of the contract
within 15 days post award of the contract.
29. Non-submission of any of the information/ documents in the format attache
d with this proposal shall result in disqualification.
30. This Headquarters is proposed to opt the option via GeM portal only to choo
se L1 firm through “Manual selection” if available in place of “L1 Run by system
” at the time of final selection .
31. The PDF file uploaded should be readable and shall not be password protect
ed.
AVAILABILITY OF OFFICE OF SERVICE PROVIDER: An office of the Service Provider must be located in the
state of Consignee. DOCUMENTARY EVIDENCE TO BE SUBMITTED.
Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.
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.
9 / 10
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. Any ATC clause in contravention with GeM GTC Clause 4 (xiii)(h) will be invalid. In case of multiple L1
bidders against a service bid, the buyer shall place the Contract by selection of a bidder amongst the L-1
bidders through a Random Algorithm executed by GeM system.
16. 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.
17. 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
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.
This Bid is governed by the सामा य िनयम और शत/General Terms and Conditions, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in सामा य िनयम और शत/General Terms and Conditions is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in 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.
10 / 10