[go: up one dir, main page]

0% found this document useful (0 votes)
0 views5 pages

GeM-Bidding-Corr-8309367-3 (3)

GEM Tender Format

Uploaded by

satya_bunty
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)
0 views5 pages

GeM-Bidding-Corr-8309367-3 (3)

GEM Tender Format

Uploaded by

satya_bunty
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/ 5

Bid Number: GEM/2025/B/6646680

Dated: 15-10-2025

Bid Corrigendum

GEM/2025/B/6646680-C3

Following terms and conditions supersede all existing “Buyer added Bid Specific Terms and conditions” given in
the bid document or any previous corrigendum. Prospective bidders are advised to bid as per following Terms
and Conditions:

Buyer Added Bid Specific Additional Terms and Conditions

1. 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. Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.
3. 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. Malicious Code Certificate:

The seller should upload following certificate in the bid:-


(a) This is to certify that the Hardware and the Software being offered, as part of the contract, does not
contain Embedded Malicious code that would activate procedures to :-
(i) Inhibit the desires and designed function of the equipment.
(ii) Cause physical damage to the user or equipment during the exploitation.
(iii) Tap information resident or transient in the equipment/network.
(b) The firm will be considered to be in breach of the procurement contract, in case physical damage, loss
of information or infringements related to copyright and Intellectual Property Right (IPRs) are caused due
to activation of any such malicious code in embedded software.

5. Bidders can also submit the EMD with Account Payee Demand Draft in favour of
Accounts Officer BARC
payable at
Mumbai
.
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. Bidders can also submit the EMD with Banker’s Cheque in favour of
Accounts Officer BARC
payable at
Mumbai
.
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.
7. 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
Accounts Officer BARC

1/5
payable at
Mumbai
. 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.
8. File Attachment Click here to view the file .
9. Text Clause(s)

1. SCOPE OF WORK

1.1 Pre-examination Activities

• Development & deployment of web portal and managing candidate registration and login for online ap
plication submission for the posts ofDriver (OG), Canteen Attendant, Upper Division Clerk (UDC) and Steno
grapher Grade-D.
• Receipt and Processing of Online Application Form with the Validation Rules (100% Validation both at
Client & Server end) as per the specified requirement.
• Provision for Uploading of photograph, signature and applicable certificates, by the Candidates.
• Screening and consolidation of candidate data & generation of reports in the formats as required by th
e Buyer.
• Integration of Payment Gateway with Online Application Portal.
• Payment reconciliation on behalf of the Buyer.
• Application receipt status information for both candidates as well as the Buyer.
• Provision for selection of Examination City of choice by the candidate.
• Notification of application rejection
• Application Number allocation.
• Generation of admit cards.
• Intimation & reminder through email, SMS and prominent social media app alerts required during onli
ne application registration, downloading of admit card by the candidates.
• Booking of exam Centres for Computer Based Test (CBT) after due approval from Buyer.
• Allocation of exam Centres to the candidates as per the guidelines provided by Buyer.
• Conduct of dry run two days before the CBT to ensure smooth functioning of Examination Centre. Onc
e the dry run is completed the successful bidder will not conduct any other examination on the same com
puters.
• The successful bidder is required to deploy IT Manager, Invigilators, Security Staff (Male and Female),
etc. required for the conduct of the examination at each of the exam Centres.
• Obtaining all statutory clearances for the smooth conduct of CBT.
• Setting up of Command Centre/Control Room in Mumbai and a monitoring console in BARC, Mumbai O
ffice.
• Setting up and managing a 24x7 candidate helpdesk consisting of both telephone (minimum four lines
with IVRS) and email for the whole life cycle of the contract.
• Generation of Reports.

1.2 Conduct of Online Examination

• Provision for candidate verification/authentication at exam venue.


• Collection of Biometric data (photograph and fingerprint) of the candidates. Successful bidder shall be
solely responsible for leakage/misuse of data collected from the candidates.
• Conducting post-specific 1 to 3 hours multiple-choice online examination in leading cities across the c
ountry at multiple venues simultaneously for all the candidates who downloads the Admit Card. Exams for
each post shall be conducted in individual, single session. The overall examination process (for all the pos
ts together) shall be completed within two consecutive days.
• Providing necessary dedicated infrastructure at suitable central location and identified exam venues i
ncluding dedicated security server/clients with needed licensed software, communication link, bandwidth,
validated robust in house developed online examination software, other associated applications.
• Providing software which is compatible with symbols/equations and multiple languages, disabled on-s
creen calculator etc.,
• Providing software with appropriate backup for business continuity/disaster recovery; examination del
ivery, randomization of questions/ options in a session for both the posts for every candidate.
• Proctoring of examination at all centers.
• Facility for appropriate seating arrangement for candidates.
• Provision for manual attendance sheet as instructed by the Buyer.
• Facilitating quick resolution of candidate queries.

2/5
• Provision for secured data transmission between examination center and central server including que
stion papers, candidate responses, audit trails etc., in pre-determined way.
• Submission of candidate responses to Buyer on the same day after the completion of CBT.
• Providing infrastructure at test venues, including power backup, air conditioned rooms for exam condu
ct and banners indicating the name of examination.
• Providing a dedicated vehicle at each venue, throughout the days of the examination, for emergency
use.

1.3 Post Examination Activities

• Preparation of final merit list and declaration of online result of the examination based on pre-determi
ned criteria with due approval of Buyer and communication of the same to all the candidates by email, SM
S alerts and social media communication.
• Display of candidates’ score and cut off score in a pre-determined manner as approved by the Buyer.
• Generation and supply of frequency table/item analysis/psychometric analysis as per the requirement
of the Buyer.
• Providing softcopy of question paper along with answer attempted by each candidate and answer key
thereof to the Buyer as well as for the display on the portal/website for the candidates.
• Provision for applying for Travelling Allowance claims along with the caste certificate, travelling tickets
from the SC/ST candidates in the website and providing the same to the buyer.
• Biometric verification during the document verification (at the time of joining) of final shortlisted candi
dates for all the posts, in Mumbai for one week.
For the candidates shortlisted for the posts of Drivers, UDC and stenographer, Level – 2 tests (Exam/Skill T
est) will be conducted by BARC at a later date/s at Mumbai. Towards this, following facilities should be pr
ovided by the bidder:
• Biometric verification during Level-2 examination for the post of UDC to be conducted in Mumbai for 1
day(in a single session) depending upon the qualified number of candidates. Invigilators to be provided b
y the bidder.
• Biometric verification during Skill Test. i.e. Level-2 for the post of Driver (OG) to be conducted in Mum
bai for 20-30 days depending upon the qualified number of candidates.
• Biometric verification during Skill Test. i.e. Level-2 for the post of Stenographer Grade-D to be conduct
ed in Mumbai (in a single session).
• Providing a suitable venue with PA system and invigilators in Mumbai with sufficient number of compu
ter terminals for accommodating approx. 1,000 candidates for dictation and transcribing the same on com
puter in a single session.
Preparation and Declaration of final results post Level-2 exams (Approved by BARC).

10. 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. 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.
12. Buyer uploaded ATC document Click here to view the file .
13. Proof for Past Experience and Project Experience clause: For fulfilling the experience criteria any
one of the following documents may be considered as valid proof for meeting the experience criteria:a.
Contract copy along with Invoice(s) with self-certification by the bidder that service/supplies against the
invoices have been executed.b. Execution certificate by client with contract value.c. Any other document
in support of contract execution like Third Party Inspection release note, etc.Proof for Past Experience and
Project Experience clause: For fulfilling the experience criteria any one of the following documents may be
considered as valid proof for meeting the experience criteria:a. Contract copy along with Invoice(s) with
self-certification by the bidder that service/supplies against the invoices have been executed.b. Execution
certificate by client with contract value.c. Any other document in support of contract execution like Third
Party Inspection release note, etc.
14. Text Clause(s)

1. The Service Provider is required to have at least 200 numbers of the manpower resources on service pr
ovider's payroll. Necessary documents relating to such manpower will be uploaded by the bidder for verifi
cation of buyer.

2. Setting up a 24x7 candidate helpdesk for the whole life cycle of the contract.

3/5
3. Online examination held for at least 75,000 candidates per session (2 to 3 hrs) at multiple centres acro
ss India.

15. Buyer Added text based ATC clauses

Reply to Pre-Bid queries are uploaded along-with ATC

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. If any clause(s) is / are incorporated by the Buyer regarding following, the bid and
resultant contracts shall be treated as null and void and such bids may be cancelled by GeM at any stage of
bidding process without any notice:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process. (However, in bids for
attached categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.
15. 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.

4/5
*This document shall overwrite all previous versions of Bid Specific Additional Terms and Conditions.

This Bid is also governed by the General Terms and Conditions

5/5

You might also like