Você está na página 1de 35

Government of India

Directorate General of Supplies & Disposals


Jeevan Tara Building, 5 Sansad Marg
New Delhi-110001
Tel Number 23360610/23360537
Schedule To Tender Enquiry
DGS&D Form-242
Tender Enquiry No

ON-LINEUPS/ES-3/RC-D3070000/0317/33

Time & Date of Receipt of Tender By 02:30 PM On

02-03-2016

Time & Date of Opening of Tender At 03:00 PM On 02-03-2016


Offer to remain valid for acceptance upto 31-05-2016
RC Period From : 01-04-2016 To 31-03-2017 (OR 12 months From the date of conclusion of
RC)
Estimated Drawal (In Crores) Rs.

87.57

Cost of Bidding/e-Bidding Rs. 5000


(Rs 2000/- for estimated drawals upto Rs 10 Crores and Rs 5000/- for estimated drawals
exceeding Rs 10 Crores for all bidders including SSI Units)

The details of stores are as under : Srno.

Description of Store

UNIT: NOS.

On-Line UPS with isolation transformer suitable for Three Phase AC Input
and Three Phase AC Output,Floor Mounted Type

Rating of UPS
1
10
2
10
3
10
4
15
5
15
6
15
7
20
8
20
9
20
10
30
11
30
12
30
UNIT: NOS.

KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA

KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA

Indicative

Back-Up time

30 minutes
60 minutes
120 minutes
30 minutes
60 minutes
120 minutes
30 minutes
60 minutes
120 minutes
30 minutes
60 minutes
120 minutes
On-Line UPS with isolation transformer suitable for Three Phase AC Input
and Single Phase AC Output,Floor Mounted Type

Rating of UPS
13
10
14
10
15
10
16
15
15
17
18
15
19
20
20
20
20
21
22
30
23
30
30
24
UNIT: NOS.

Rate/Unit

Indicative Back-Up time

30 minutes
60 minutes
120 minutes
30 minutes
60 minutes
120 minutes
30 minutes
60 minutes
120 minutes
30 minutes
60 minutes
120 minutes
Optional Items for On-Line UPS

Type
Page 1 of 35

Description of Store

Rate/Unit

25
RS 232 Serial Port with Software for Computer Interface.
26
USB Port with Software for Computer Interface.
UNIT: NOS.
On-Line UPS with isolation transformer suitable for single phase AC
input & single phase AC output, Floor Mounted Type
Rating of UPS

Indicative Back-up time

27
1.0KVA
30 Minutes
28
1.0KVA
60Minutes
29
1.0KVA
120 Minutes
30
2.0 KVA
30 Minutes
31
2.0 KVA
60Minutes
32
2.0 KVA
120 Minutes
33
3.0 KVA
30 Minutes
34
3.0 KVA
60Minutes
35
3.0 KVA
120 Minutes
36
5.0 KVA
30 Minutes
37
5.0 KVA
60Minutes
38
5.0 KVA
120 Minutes
39
6.0 KVA
30 Minutes
40
6.0 KVA
60Minutes
41
6.0 KVA
120 Minutes
42
7.5 KVA
30 Minutes
43
7.5 KVA
60Minutes
44
7.5 KVA
120 Minutes
45
10 KVA
30 Minutes
46
10 KVA
60Minutes
47
10 KVA
120 Minutes
ON-LINE UPS without isolation transformer suitable for single phase AC
UNIT: NOS.
input & single phase AC output, Floor Mounted Type
Rating of UPS Indicative Back-up time
48
1.0
49
1.0
50
1.0
51
2.0
52
2.0
53
2.0
54
3.0
55
3.0
56
3.0
57
5.0
58
5.0
59
5.0
60
6.0
61
6.0
62
6.0
63
7.5
64
7.5
65
7.5
66
10
67
10
68
10
UNIT: NOS.

KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
KVA
AMC for

30 Minutes
60 Minutes
120 Minutes
30 Minutes
60 Minutes
120 Minutes
30 Minutes
60 Minutes
120 Minutes
30 Minutes
60 Minutes
120 Minutes
30 Minutes
60 Minutes
120 Minutes
120 Minutes
30 Minutes
60 Minutes
120 Minutes
30 Minutes
60 Minutes
Online UPS

Description
69

AMC for UPS with 30 Minutes back up time

70

AMC for UPS with 60 Minutes back up time

71

AMC for UPS with 120 Minutes back up time

Page 2 of 35

Note : Detailed specifications as per Annexure'A' attached


Cut Off Date For Performance : 31-01-2016
Special Note:1.
Bidders
are
required
to
submit
tenders
online
at
URL
https://dgsndtenders.gov.in. Necessary link for the same has been provided
in the DGS&D website http://www.dgsnd.gov.in. No manual tenders shall be
accepted against this tender enquiry.
2. Original of Demand Draft/postal orders, towards cost of Bidding/eBidding, should be submitted in physical form so as to reach the office of
issue of tender enquiry on or before of date of Tender opening.
3. To facilitate easy uploading, bidders are required to upload documents
like Regn certificate,PAN No.,BIS certificate,BEE certificate,C.O.P etc. in
other Important Documents.
4. Questionnaire,if any, shall be uploaded in PDF format in Bid Cover
Document under the category "Additional Document"
5. In case space provided in prescribed Excel Sheets for performance
statement for "Cancelled Supply Orders" and " Details of Supply orders in
support of Performance Statement" is not adequate,the same may be submitted
in PDF format under "Additional Documents" in the "Bid Cover Content."
6. "Date and time of DGS&D server clock, as is also displayed on the dash
board of the bidders, shall be taken as reference time for deciding the
closing time of bid submission. Bidders are advised to ensure that they
submit their bid within the due date and time of bid submission taking
server clock as reference. No request on the account that the server clock
was not showing the correct time and that a particular bidder could not
submit their bid because of this shall be entertained".

For & on behalf of the purchaser


named in the schedule

Page 3 of 35

Technical Particulars For On-Line UPS For IT Applications

Schedule 1

Annexure-A

On-Line UPS with isolation transformer suitable for Three Phase AC Input
and Three Phase AC Output,Floor Mounted Type

On-line UPS with isolation transformer & with PWM technology, floor mounted
type suitable for three phase AC input voltage 300V to 450V, 50+/-1.5 Hz and three
phase AC output voltage 400V +/-1%V, 50 +/-0.5Hz. It shall be housed in rugged
enclosure made of M.S sheet 1.2 mm (minimum) thick, aesthetically finished, duly
pretreated and powder coated.

Schedule 2

On-Line UPS with isolation transformer suitable for Three Phase AC Input
and Single Phase AC Output,Floor Mounted Type

On-line UPS with isolation transformer & with PWM technology, floor mounted
type suitable for three-phase AC input voltage 300V to 450V, 50 +/-1.5 Hz and single
phase AC output voltage 230 +/-1%V,50+/-0.5Hz. It shall be housed in rugged
enclosure made of M.S sheet 1.2 mm (minimum) thick, aesthetically finished, duly
pretreated and powder coated.

Schedule 3

Optional Items for On-Line UPS

UPS shall be provided with serial communication port RS232/ USB for computer
interface for data exchange of electrical parameters of UPS like voltage, current
frequency, charging status, mode of operation etc.,

Schedule 4

On-Line UPS with isolation transformer suitable for single phase AC input &
single phase AC output, Floor Mounted Type

On-line UPS with isolation transformer & with PWM Technology, Floor mounted
type suitable for single phase AC input voltage 160V to 260V,50+/-1.5Hz and single
phase AC output voltage 230+/-1%V, 50+/-0.5Hz. It shall be housed in a rugged
enclosure made of M.S Sheet 1.2 mm( minimum ) thick ,aesthetically finished, duly
pretreated and powder coated.

Page 4 of 35

Schedule 5

ON-LINE UPS without isolation transformer suitable for single phase AC


input & single phase AC output, Floor Mounted Type

On-line UPS without isolation transformer & with PWM Technology, Floor
mounted type suitable for single phase AC input voltage 160V to 260V,50+/-1.5Hz and
single phase AC output voltage 230+/-1%V, 50+/-0.5Hz. It shall be housed in a rugged
enclosure made of M.S Sheet 1.2 mm( minimum ) thick, aesthetically finished, duly
pretreated and powder coated.

Schedule 6

AMC for Online UPS

a. Comprehensive AMC including battery and spares for three years after expiry
of original warranty period shall be quoted as a percentage of legal value leviable
on stores ie. percentage of basic value plus taxes.
b. AMC shall be entered in to by the consignee with the supplier directly as
per the AMC rates as per R/C or at a lower rate.
c.

Consignees shall be making quarterly payments against the AMC.

d. Maximum down time shall be one day and there will be a penalty of payment
as decided by the user and supplier together, for down time of more than one day .

Page 5 of 35

Diagram/Proforma/Annexures Attached[Click on follwing to view/print]

Page 6 of 35

General Technical requirement For TE :


1. General :
a.

UPS shall be free from workmanship defects, sharp edges, nicks, scratches, burs,
etc. All fasteners shall be fixed properly. The equipment shall be
complete with all parts and all parts shall be functional.

b.
UPS Enclosure's Degree of Protection shall be IP2L1 as per appendix C of
IS:13947
(part 1)/1993 (reaffirmed 2004).
c.

Manual by-pass facility shall be provided for maintenance of UPS.

d.

UPS shall supply output power and charging current at the same time.

e.

Switching device shall be MOSFET or IGBT and the same shall be confirmed in the
offer.

f.

Switching frequency shall be above 10 KHz OR


Switching frequency shall be above 20 KHz (for On Line UPS without Isolation
transformer suitable for single phase AC input & single AC output, Floor
Mounted Type) Switching frequency shall be declared in the offer.

g.

KW rating of the UPS shall be 0.7 times the KVA rating OR


KW rating of the UPS shall be 0.8 times the KVA rating (for On Line UPS without
Isolation transformer suitable for single phase AC input & single AC output,
Floor
Mounted Type)
2.

Input (as applicable):

a.

160V-260V, 50 +/-3% Hz single phase AC or

b.

300V-450V, 50 +/-3%Hz three phase AC

3.

Output (as applicable):

a.

230V +/-1% (with alternative setting for 220V +/-1%) 50 +/-0.5Hz, single phase.

b.

400V +/-1% (with alternative setting for 380V +/-1%) 50 +/-0.5Hz three phase.
Voltage regulation from no load to full load shall be within +/-1% in both
the cases. UPS shall also have facility for operation in synchronous mode in
which output frequency shall be same as that of mains frequency.

4.

Total harmonics distortion at output :


2% maximum for UPS up to 5KVA and 3% maximum for UPS above 5 KVA on resistive
load (when the total input harmonics are less than or equal to 10%).

5.

Efficiency (at rated output KVA Rating, rated Pf, rated voltage and frequency)

a.

Overall efficiency (minimum) : 90% OR


Overall efficiency (minimum) shall be 90% for ratings 1kVA, 2kVA & 3kVA and
92% for ratings 5kVA, 6kVA, 7.5kVA & 10kVA (for On Line UPS without Isolation
transformer suitable for single phase AC input & single AC output, Floor Mounted
Type)

6.

UPS input power factor at rated load : Better than 0.90 lagging at input side OR
Better than 0.95 lagging at input side (for On Line UPS without Isolation
transformer suitable for single phase AC input & single AC output, Floor
Mounted Type)

7.

Over load : UPS shall withstand 20% overload for 10 minutes and 50% over
load for one minute.

8.

Protections : Following protection shall be provided in UPS:


Page 7 of 35

a.

Over voltage, short circuit, and overload at UPS output terminal.

b.

Under voltage at battery terminal.

c.

Over shoot and under


duration of 40m sec.
when the output load
is the abrupt drop

shoot shall not be greater than 4% of rated voltage for


(maximum).(over shoot is the abrupt rise in output voltage
is changed from full load to no load. Similarly under shoot
in output voltage when the output load is changed from no

load
to full load).
9.

Indicators and meters :

a.

Following indicators shall be provided (i)


(ii)
(iii)
(iv)

b.

Mains presence.
Battery charging and discharging
Output overload
Low battery voltage.

Digital meter shall be provided for monitoring the following parameters in


UPS(not applicable for rack mounting):
(i) Input AC voltage.
(ii) Output AC Voltage, current and frequency
(iii) Battery voltage and current.

10. Battery bank :


a.

UPS shall be supplied with 12 volts SMF VRLA batteries as per JISC:8702/1998/
Pt.1, 2 & 3 OR 12 volts SMF VRLA batteries available on DGS&D Rate Contract.

b.

All batteries, except those which are available on DGS&D rate contract, shall be
type tested for each rating from a Central Govt. Lab / NABL approved lab / ILAC
accredited lab a per JISC 8702/1998/Part 1, 2 & 3. In cases where interim test
report covering all other tests except endurance test is available, same shall
also be acceptable ,provided endurance testing for the same batch of battery
is under progress in a NABL/ILAC approved lab.
Tenderers having valid endurance test report for any one rating of SMF
VRLA battery shall be deemed to be having valid endurance tests report for
all ratings of SMF VRLA battery, provided that each rating is of identical
design like same size & weight of plate and volume of cell per AH rating.

c.
3.

Number of samples for type testing shall be as per IS:7372/1995 with amdt. 1 to

d.

As a proof of type testing, tenderer can also produce valid registration


certificate of OEM indicating registration of item to JISC 8702/1998/Pt.1, 2 &

3.
e.

Tenderer shall declare battery AH capacity, battery voltage, number of batteries


of each rating, make and model of batteries offered with each item of UPS
against
questionnaire of technical particulars. This shall be made part of resultant
R/C.
f.

The UPS shall be complete with Trolley for battery bank, battery, Cables and
connectors etc. and the firms shall also connect the batteries with UPS and
do commissioning of the same. Indentor and consignee are required to ensure
the availability of installation site with dedicated input and output to enable
the supplier of UPS to install and commission the same.

g.

Minimum VAH rating of battery bank for different duration of back up time shall
be as detailed below:
Page 8 of 35

UPS rating
in KVA
1 KVA
2 KVA
3 KVA
5 KVA
6 KVA
7.5 KVA
10 KVA
15 KVA
20 KVA
30 KVA

Min.VAH
30 minute
back up
800
1600
2400
4000
4800
6000
8000
12000
16000
24000

Min. VAH
60 minute
back up
1600
3200
4800
8000
9600
12000
16000
24000
32000
48000

Min VAH
120 minute
back up
3200
6400
9600
16000
19200
24000
32000
48000
64000
96000

11. Testing requirements for UPS :


a.

TYPE TESTS :

At least one sample of EACH rating with maximum backup time of each schedule
shall be type tested at an ILAC accredited laboratory /NABL approved lab
/Central
Govt. lab.
Following shall constitute the type tests :
(i) Visual examination.
(ii) Verification of output power and frequency.
(iii) Verification of voltage regulation.
(iv) Verification of efficiency.
(v) Verification of total harmonics distortion.
(vi) Verification of overshoot, undershoot limits and over voltage protection.
(vii) Test for insulation resistance, leakage current high voltage as per
IS:616/86
(reaffirmed in 2010. Insulation resistance shall not be less than 100 mega
ohms.
(viii) Verification of VAH as per Rate Contract.
(ix) ENVIRONMENTAL TESTS :
Following environmental tests shall be carried out on UPS of highest KVA
rating with highest VAH rating for each schedule. However for type tests other
than Environmental test, tests mentioned in Clause 11 (a) (i to viii) of
Technical
Particulars of GTR shall be conducted on one sample of each rating with highest
VAH for each schedule.
Tests at Sl. Nos. (i to iii) above shall be repeated during the last half an
hour of each environmental condition.
Tests at Sl. No. i to vi shall be repeated after completing the
environmental
tests sequence of the three conditions and recovery period of 1 to 2 hours.
These
parameters shall be within limits.
(A) Dry Heat Test

: At 55 degree C for 16 hrs. shall be carried out in


accordance with IS:9000 part 3/sec.5)1977
(reaffirmed 2004) .

(B) Damp Heat Cyclic Test : At upper Temperature of 40 degree C, two cycles of
(12+12 hours)each shall be carried out in accordance
with IS:9000 (part 5/sec.2)1981 (reaffirmed 2004).
(C) Cold Test

: At -10 degree C for 4 hrs. shall be carried out in


accordance with IS:9000 (Part 2/Sec.4)1977
(Reaffirmed 2004).
Page 9 of 35

b.

Acceptance Tests & Quality Assurance Procedure :

(1) Tests listed at Sl. Nos. (i to viii) shall be conducted as part of


acceptance
tests on 10% samples from each rating offered for inspection.
(2) Verification of parameters as per GTR on one sample ( except environmental
tests and battery type testing on
each of the rating offered for
inspection).
(3) Overshoot/undershoot shall be checked as part of acceptance tests on one
sample each of all ratings offered for inspection.(over shoot is the abrupt
rise in output voltage when the output load is changed from full load
to no load. Similarly under shoot is the abrupt drop in output voltage
when the output load is changed from no load to full load ).
(4) The firm shall furnish schematic diagram of UPS for each rating as and when
they are offer the stores for the first time for inspection against the rate
contract.
(5) Isolation transformer, wherever applicable, will be internal to UPS only.
Detail of isolation transformer shall be furnished by the firm when the
product is offered for first inspection for each rating and the same shall
be recorded in the inspection report after due verification by the QA
Officer. Firms using inverter transformer with isolated primary and
secondary
windings need not supply separate isolation transformer.
The efficiency of UPS shall be measured along with isolation transformer
wherever applicable.
(6) When the product is offered for first time for inspection the UPS shall be
operated at full rated current as per its rated KVA rating, at the rated
power factor (as applicable) and at minimum of input voltage range and with
full C-10 rate min. charging current, for the temperature rise test. After
satisfactory temperature rise test the weight of the transformer shall be
taken to compare with the weight furnished by the firm vide the
questionnaire
attached in the rate contract. After the completion of the temperature rise,
test the UPS efficiency and input power factor shall be tested to assess its
consistency with regards to temperature and continuous application of the
rated KVA load. The temperature rise test shall not be terminated before 8
hours of continuous operation.
(7) During each visit at least one rating of the UPS offered for inspection
shall be tested for the verification of its capacity rating by conducting
temperature rise test on rated KVA load. Selection of rating shall be such
that it covers all ratings on R/C during currency of R/C. This is over and
above the requirement of the clause as above when each rating is subjected
for temperature rise test when UPS is offered first time. Machine should be
subjected to 8 hours continuous operation for capacity verification.
(8) The firm shall have necessary facilities to test batteries for C1 rate and
for capacity rating tests as per JISC:8702 so that batteries can be verified
for C1 & C 20 capacity verification test during each inspection. Method for
the C1 rating and capacity rating is as per JIS C 8702. Sampling shall be
done
as per IS: 7372/1995 with Amdt. 1 to 3.
(9) Weight of the battery, its brand, model No., its voltage rating, AH rating
and
no of batteries fitted with each UPS shall be indicated in the inspection
note
for the verification by the consignee.
Page 10 of 35

(10) Firm shall furnish copy of the invoices and details of the serial no. of the
batteries at the time of inspection for the correlation and records purpose
of the QA Office.
(11) Inspection and Testing for batteries :
Batteries shall be SMF (valve regulated) type, 12V conforming to
Japanese
Industrial Standards JISC:8702/1998 (Part 1, 2 and 3) and of the ratings as
per schedule and Rated capacity at 20 hr discharge rate (AH).
Acceptance test shall be as under. Sampling plan and acceptance
criterion
shall be as per IS:7372/1995 with amendments 1 to 3.
(a) Dimension and marking as per JISC:8702 (Part 2)/98
(b) Capacity test as per Clause 5.1 and 7.1 of JISC:8702 (Part 1)
(c) C1 as per clause 5.2 and clause 7.2 of JISC:8702 (Part 1/1998)
12. The firms shall also comply with the provisions of Gazette of India,
Extraordinary
Notification No. part II, Section 3, Sub Section ii Dated : May 11, 2015 of
Ministry of Communications and Information Technology (Department of Electronics
and Information Technology) concerning implementation of "Electronics and IT
Goods (Requirements for Compulsory Registration) Order, 2012 for products
included
in the schedule S.O. 2905(E) published in Gazette of India on 13 Nov. 2014.
ELIGIBLITY CRITERIA FOR FIRMS :
The following essential facilities shall be available with the manufacturer:(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)

Facility for assembly of PCBs


Component lead forming machine/fixture
Temperature controlled soldering iron .
Dry heat test chamber to burn in PCBs before its use to avoid infant
mortality.
Functional testing facility for PCBs
Instruments to measure various parameters as per T/E.
Power analyzer to measure voltage, current, frequency, power factor, power,
harmonic distortion.
Facility to measure temperature .
Storage oscilloscope etc.

Page 11 of 35

General Terms and Conditions


The Rate Contract to be awarded pursuant to this tender enquiry and Supply Orders
placed against the rate Contract so awarded will be governed by the "General Terms &
Conditions" as contained in the following forms as amended up to the date of tender
opening:
(a)Form no. DGS&D - 68 (Revised) "General Conditions of Contract"
(b)Form no. DGS&D - 69 "Conditions of Contract governing Rate Contracts"
(c)Form no. DGS&D - 229 "Instruction to tenderers quoting against Tender Enquiries
issued by the DGS&D"
(d)Form no. DGS&D - 1001 "General terms & conditions governing the Rate Contract and
Instructions to Direct Demanding Officers and Consignees."
The above forms are saleable documents. These can also be down loaded from DGS&D
website
www.dgsnd.gov.in
1

TENDER DOCUMENT:

The complete tender document consists of:


(a) DGS&D-242 i.e.(Schedule to tender enquiry) alongwith annexures
(b) Compliance of DGS&D Terms and Conditions in e-form
The tenderers are required to submit all the above documents completely filled &
digitally signed failing which their offer is liable to be ignored.
2

PURCHASER:

(a) President of India


(b) Governer(s) of State(s)
(c) Officers of Public Sector Undertakings/Bodies & Corporations
3

REGISTRATION

3.1 Rate Contract shall be awarded to only such firms, who are registered with DGS&D
or NSIC.
All tenderers are, therefore, advised in their own interest to get
themselves registered with DGS&D/NSIC.However, the registration with DGS&D/NSIC will
not be required for the firms having Green Channel Status, who are treated as deemed
registered.
3.2 It is prescribed that:(a) Rate Contract will be co-terminus with the validity of the registration
certificate. It would be incumbent on the part of supplier to timely apply for
renewal for registration wherever it is expiring within the validity of the Rate
Contract period.
(b)The Registration Certificate would be granted for a minimum period of two years in
case of Supplier/Stockist of imported stores, while for other categories including
Manufacturers, it may continue to be granted for three years. In any case, QA Wing
also have the authority to review their registrations during interim period.
(Ref P&C Circular 12 dated 2.5.2013)
3.3 It is prescribed that:a)In case a firm submit satisfactory test report/Type Test Certificate (TTC) from
Central Govt Labs or International Laboratory Accreditation Cooperation (ILAC) or
their worldwide affiliated/recognized labs or NABL approved labs for their
standardized parameters for testing of the products for the subject stores along-with
their tender on or before the tender opening date, the firm will be treated as deemed
registered, except for safety/difficult/ complaint prone items as notified by P&C
Directorate from time to time, provided they have applied for registration to QA Wing
on or before tender opening date with requisite registration fee either under normal
registration or Tatkal Scheme registration.
b)If the firm has applied for registration and has not been able to submit TTC but is
confident about test reports/TTCs,they will be allowed time of 4 weeks after tender
opening date by 1% of the drawal amount as EMD(Earnest Money Deposit),which will be
forfeited if the date is not compiled with. If the date is compiled with, the amount
will be refunded to them. Meanwhile, firm can put their bid which remains under
Page 12 of 35

consideration subject to submission of test reports/TTCs. However, Rate Contract will


be given only when registration is granted.
(Ref DGS&D Manual Correction Slip no. 48 dated 17.7.2013)
3.4 Firms should ordinarily apply for registration well in advance to obtain
registration by the tender opening date.
However, an unregistered firm who is
confident of meeting the tender requirements and has a problem of meeting the
timeline can bid by depositing EMD in the form of Demand Draft, by the tender opening
date, for an amount calculated as following percentage of specified Rate Contract
drawal:
2% in cases where the firm has not applied for the registration by the tender opening
date, and has not obtained registration and will complete necessary requirement of
registration within 2 months of tender opening.
If the aforesaid prescribed deadlines are not met, 50% EMD may be forfeited instead
of refunding on compliance and the right for same is reserved with DGS&D. However,
Rate Contract will be given when registration granted in any case.
If the firm is not counter offered because its bid is beyond the prescribed range,
the EMD can be returned forfeiting Rs. 1 Lakh.
(Ref DGS&D Manual Correction Slip no. 61 dated 14.02.2014)
3.5 The bidders are advised to note the following points(a) All registration shall be web based. For this purpose, on-line applications are
required to be received along with the requisite fee. Where Deficiency Report (DR)
with regard to documents is to be given, all shortcomings shall be indicated and
issued on-line to the applicant firm in one go and not in Piecemeal and provisional
Registration Certificate can be generated. Capacity verification, site inspection can
be done before R/C is entered into where ever required. Upon detection of deficiency
herein, the provisional Registration will be suspended until deficiency will be
attended to. If capacity verification & site inspection report is positive, QA will
issue Registration Certificate. On
the basis of Registration Certificate, R/C can be given. However, with
provisional Registration, the vendors can bid.
(b) In cases of documents based registration including "Registry" where site visit /
inspection is not required, the registration certificate shall be issued within 2-3
days provided the prescribed registration fee have been deposited by the applicant
firm and the relevant documents are uploaded. This will include the cases of
Catalogue / NDP based items and proprietary products such as software etc.
(c) The process of DGS&D registration and capacity / capability assessment /
verification are parallel activities to tendering process, though Rate Contracts are
to be awarded to the registered firms only.
(d) The cases requiring site visit / inspection of the applicant firm for assessment
/ verification of technical / production capability / capacity would continue to be
processed even after opening of tender and Rate Contract may be awarded on receipt of
satisfactory report. This would include the cases where quoting firms have applied
for registration or NSIC registered firms and the capacity / capability assessment is
pending on tender opening date. This process in no event should take more than 2
weeks.
(Ref P&C circular No. 35 dated 29.10.2013)
(e) The time period for final registration (DGS&D/NSIC)/ registry following
provisional registration / registry would be 45 days from tender opening date for all
cases except for bidders giving 2% EMD for whom the time period will be 60 days. In
case of firms seeking NSIC registration, they should apply on or before tender
opening date and attach a proof of the same along with their bid, followed by
furnishing NSIC registration certificate within 45 days of tender opening, failing
which their bid will be liable to be ignored, as also applicable for the firms
seeking DGS&D registration.
3.6 The bidders are advised to note the following pointsa) Instances have come to the notice that there are huge delays in granting renewal
of the existing DGS&D registration to the applicant firms on pretexts of deficiencies
in their documents though site visit / capacity assessment in such cases are un
warranted and not called for.
Page 13 of 35

b) Further to circular No 35 dated 29.10.2013, it is therefore clarified that the


firms are also permitted to bid for rate contract as deemed registered provided they
apply to the concerned registering authority of DGS&D for renewal of their existing
registration with requisite fee, at least 30 days before the date of expiry of their
existing registration with DGS&D. Firms shall attach a proof of having applied for
the same along with their tender.
However, rate contract to such firms shall be
awarded only after issue of renewed registration certificate.
c) In the event of some deficiency being found out, the deficiency must be attended
to before completion of registration process and allotment of rate contract.
(Ref P&C circular No. 40 dated 17.12.2013)
3.7 Notwithstanding above, foreign / Indian OEM can get themselves registered either
directly or through its authorized Indian Channel Partner. In case of participants
through channel partner, both foreign /Indian OEM as well as its Indian Channel
partner shall furnish joint undertaking in the format as attached to GTC as Annexure2A and Annexure-2B
(Ref DGS&D Manual Correction Slip no.65 dated 16.02.2015)
3.8 The following is the standard format for OEM authorization/ Agreement of Channel
Partner of their products for the purpose of registration and rate contracts in
DGS&D:
** As Per Annexure 1
3.9 The single authorized agent/channel partner of Indian OEM shall be registered
with DGS&D and considered for award of rate contract provided they are jointly and
severally liable/ responsible and accountable for which, following additional
undertaking shall be furnished by them without violation of any existing manual
provisions:** As Per Annexure 2
4

GREEN CHANNEL FIRMS

The Green Channel firms will be treated as deemed registered and allowed to selfcertify their products for the required quality. Registration and pre-despatch
inspection by DGS&D would not be required in their cases. Green Channel firms shall
be responsible and accountable for the required product quality supplied by them as
specified under the governing terms and conditions including specification of the
Rate Contract. Green Channel firms will also abide by the terms and conditions as
contained in Correction Slip 36 dated 18.12.2012,Correction Slip 39 dated 23-1-2013
and Correction Slip 40 dated 25-4-2013 to DGS&D Manual, read with P&C Circular No.11
dated 18-3-2013 and Circular No.16 dated 6-6-2013 and circular No 26 dated
08.08.2013(available on DGS&D Website www.dgsnd.gov.in).
5

TEST REPORTS FOR REGISTRATION AND ACCEPTANCE OF GOODS

a) It is clarified that the Correction Slip No. 38 dtd 18.12.2012 only widens the
acceptability of test reports by adding after the existing entries in para 5.6(xi),
of the DGS&D Manual, the following para:
'in case of products having satisfactory test reports from International Laboratory
Accreditation Corporation(ILAC) or their worldwide affiliated/ recognized labs or
NABL approved labs, it would be sufficient to consider the products of requisite
quality for acceptance and registration without insistence for any further testing'
b) Hence, all concerned may kindly note that in terms of subject correction slip, in
addition to the test reports from Central Government labs, the test reports from
NABL/ ILAC approved labs shall also be accepted.
c) At times the labs are NABL/ ILAC approved, but not NABL/ ILAC accredited for the
required tests. In this regard, it is clarified that the lab should be considered
NABL/ ILAC approved labs only for the tests for which the lab possess NABL/ ILAC
accreditation. Further, in case of sequential tests, all the tests in the sequence
should be done from the same lab. As such, the testing should be got done from the
lab which is accredited for all the tests.
(Ref P&C circular No. circular No 71 dated 29.10.2014)
Page 14 of 35

Normal Capacity/Capability assessment/verification charges of DGS&D:

In cases requiring site visit of QA officers of DGS&D for assessment/ verification of


capacity/capabilities ,a fee of Rs 10,000/- for each location would be charged and to
be paid in advance by the applicant firms to DGS&D. Such cases would include
applicant firms already registered with DGS&D seeking registration for additional new
premise(s) or product(s) or NSIC registered firms seeking registration with DGS&D or
Safety/difficult/complaint
prone
category
items
requiring
such
assessment/
verification by QA,DGS&D. However, a concessional fee of Rs 5000/-,as against normal
fee of Rs 10000/- would be applicable for NSIC registered firms upto 10-12-2014 as a
onetime gesture in terms of Correction Slip No. 59 dated 11.12.2013.
(Ref DGS&D Manual Correction Slip no. 58 dated 11.12.2013)
7

Guidelines for Safety/Difficult/Complaint Prone Itmes:

For safety / Difficult / Complaint Prone item, registration with NSIC should be based
on the capacity verification by the Quality Assurance Wing of DGS&D. NSIC
registration should specifically indicate that their Registration has been done based
on a favourable capacity assessment report from QA Wing of DGS&D. In respect of
tenderers who are already registered with NSIC for the stores of tender enquiry but
their registration is not based on favourable capacity report from DQA, DGS&D
concerned, the special capacity report from DQA, DGS&D must be received in DGS&D.
Such firms should also get their registration certificate endorsed by NSIC for future
reference. However, if the bidder has successfully supplied the item in the last one
year against DGS&D RC duly inspected by concerned DQA, DGS&D, the special capacity
report from Quality Assurance Wing of DGS&D is not required.
(Ref P&C circular No. 63 dated 02.08.2014)
8

PERFORMANCE CRITERIA/CUT-OFF DATE

(a) The tenderes who are current/past Rate Contract holders shall submit self- vetted
performance statements for the last three rate contracts as on cut off date as
specified in the schedule to tender in Form B-1, B-2 and B-3, to be filled online in
e-format.
(b) Firms shall also submit complete details of the performance statement covered by
Form B-1 in the Appendix-A attached below for the last three rate contracts alongwith their tender in e-format.
"The details as per Para (a) and (b) should be submitted for the Supply Orders online placed against the Rate Contract and also the Referral/direct orders placed
against the Rate Contract along-with the tender and both the performance reports
shall be clubbed together for determining the performance.
(c) As per clause no 17. of STC.

9
The bids shall be submitted in single bid/two bid system, as prescribed in the
Special Terms & Conditions.
10 DUTIES & TAXES:
(a) EXCISE DUTY
The tenderers must clearly indicate the rate/quantum of Excise duty applicable and
payable by them irrespective of the fact whether the quoted prices are inclusive or
exclusive of Excise Duty. They should also indicate their Excise Duty Registration.
In the case of Small Scale Industrial Units, they should indicate the rates of Excise
Duty in various turnover slabs.
If a tenderer states that the Excise Duty is NIL, he must intimate the basis for the
same and also confirm that no Excise Duty will be charged by him under any
circumstances.
If a tenderer states that the Excise Duty is not applicable at present but will be
charged extra if it becomes applicable later on, their offer will be loaded with the
Page 15 of 35

normal rate of Excise Duty for the equitable comparison of prices. If however, the
tenderer confirms that they shall not charge any Excise Duty even if it becomes
payable at a later date for whatever reasons, no loading of Excise Duty in such a
case will be done.
In case no information about excise duty is given, it will be taken as inclusive in
terms of provisions of para 10.3.4 & para - 10.7.1 of DGS&D Manual.
The tenderers should furnish the details of their turn over and the Excise Duty paid
by them in the last three financial years in the following formats:
Financial Year

Total Turnover

Total Excise Duty paid

Excise Duty Paid


on subjects stores
--------------------------------------------------------------------------Last
--------One year
before
--------Two years
before
(b) SALES TAX
Tenderer should indicate whether the prices quoted are exclusive or inclusive of
sales tax. They should indicate the rate(s) of CST/VAT. In case, they are exempted
from payment of sales tax, a copy of the Exemption Certificate issued by the
appropriate authority may be furnished.
(c) ENTRY TAX
In case, entry tax is leviable on any item for supplies made to any particular state,
bidder shall indicate the same in their bid. The same shall be reimbursed like Sales
Tax/CST/VAT.
(d)OCTROI DUTY AND/ OR OTHER LOCAL TAXES
Normally the stores supplied to Government Departments against Government Contracts
are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies of
local
bodies
against
production
of
Exemption
Certificate
from
authorised
officers.Whenever
required,
the
Contractors
should
approach
the
purchaser/Indentor/Consignee for the same in time along with despatch details to
avoid payment of such local taxes or duties.In case where the Municipality or other
local body insists upon payment of these duties or taxes the same should be paid by
the contractor to avoid delay in supplies and possible demurrage charges.The receipt
obtained for such payment should be forwarded to the Purchase Officer concerned
without delay together with a copy of the relevant act or by-laws/notifications of
the Municipality or the local body concerned to enable him to take up the question of
refund with the concerned bodies if admissible under the said acts or rules.
11
The tenderers/bidders are advised to note that in case bidders indicate higher
Applicable VAT Rates in their offer compared to what is actually payable but they
deposit VAT with Tax authority at the rate at which it is actually payable and thus
misappropriating the money collected on account of VAT charged from government
supplies, necessary administrative actions such as deregistration, suspension of
business dealing and/or banning of business dealing, in addition to recovery against
the firm may be taken.
(Ref P&C Circular No. 66 dated 28.08.2014)
12
The tenderers/bidders are advised to quote rate/amount in their bid both in numerical
digits as well as words.
(Ref P&C Circular No. 69 dated 26.09.2014)
13 Fee from bidders for utilization of DGS&D e-module:
The following fee shall be applicable on the bidding firms:
Page 16 of 35

a)For e-Bidding:
(i) @Rs. 2,000/- for each bidding in a Tender enquiry for cases of estimated drawals
up to Rs. 10 crores.
(ii) @Rs. 5,000/- for each bidding in a Tender enquiry for cases of estimated drawals
exceeding Rs. 10 crores.
b)For e-Auction/Fall Clause application:@Rs. 15,000/- from triggering applicant firm
on each occasion.
c)The above charges shall be deposited by the firm by way of a Demand Draft in favour
of " Concerned Controller of Accounts(CCA), Delhi/Mumbai/ Kolkata/Chennai as the case
may be in advance without which the firm shall not be allowed for e-bidding or their
application for e-Auction/Fall clause will not be considered.
d)The bids/applications received without payment of aforesaid fee by the tender
opening date and time and with application for e-Auction/Fall clause will be treated
unsolicited and will not be considered.
(Ref DGS&D Manual Correction Slip no. 46
dated 16.07.2013)
(e) The bidders who have already paid the e-tendering fee against scrapped tenders,
shall be exempted from payment of e-tendering fee against the re-floated tenders
(Ref: Circular No. 80 dated 22.01.2015)
14
The slab discount as a percentage of quoted rates (i.e. basic price) shall be quoted
in value/quantity terms, and in the slabs, as prescribed in the Special Terms &
Conditions. Even at the counter offer stage, the pattern of slab discount i.e.
whether in Value/ Quantity terms as well as the slabs of the discounts shall not
change. Slab discounts offered in any other format i.e. other than what is prescribed
in special terms & conditions shall not be considered.

15
The tenderers are required to comply with the requirements specified in the Special
Terms and Condition without any alterations regarding period of lead time, slab
discount for the specified quantity/ value and minimum quantity in a single supply
order, in addition to other requirements of the tender enquiry.
(Ref P&C circular No 33 dated 10.10.2013)
16 Integrity Pact:
The Bidders/tenderers may note that it is prescribed to use, practice and observe all
the best, clean, ethical, honest and legal means & behaviour maintaining complete
transparency and fairness in all activities concerning registration, Green Channel,
Bidding, Contracting/Rate Contracting and performance thereto for which the
"integrity Pact" shall be executed between Firm and concerned officers of DGS&D as
per the format provided as Annexure C, to be attached with the bid duly signed.
(Ref DGS&D Manual Correction Slip no. 44 dated 02.07.2013)
17 DOCUMENTS TO BE SUBMITTED ALONGWITH

BID:

(a)
Demand draft of requisite amount as e-bidding fees in favour of concerned
Controller of Accounts(CCA) viz. Chief Controller of Accounts, D/o of Commerce, New
Delhi or Deputy Controller of Accounts, D/o Commerce, Mumbai/Kolkata/Chennai as the
case may be.
(b) Complete self-vetted Performance Reports for the current and preceding two rate
contracts.
(c) Complete Registration Certificate with DGS&D/NSIC with all amendments if
available and / or green channel certificate.
(d) Compliance to technical specifications :The Compliance statement should be submitted in the following format:
------------------------------------------------------------------------------Para |Specifications |Specifications |Compliance |In case of non-compliance,
Page 17 of 35

No.

|As per T.E.


|Offered
|(Yes/No)
|deviations From T.E.Specn
|
|
|
|in unambiguous terms clearly
indicating the reasons if better
/ supperior along with adequate
justification
-----------------------------------------------------------------------------(e) Complete BIS Licence with
(f) Documents required to
applicable)
(g) Copies of latest suppply
State Government Departments,
(ii)
(a)
(b)
(c)
(d)

all endorsements, if available.


be submitted under Special Terms

&

Conditions(if

orders received from Central Government organisations,


CPSUs and Central Autonomous Bodies.

Additional documents to be submitted in case of fully imported stores.


Copies of Bill of Entries and the abatement charges, if any.
Classification and applicable rate of customs duty.
Assessment of element of freight by weight and volume.
Import / Export Code Number issued by DGFT.

Note-I
In case bidders have any reservations in submitting copies of bills of entries to the
DGS&D office along with their bids, bidders may show copies of bills of entries in
person to the concerned Purchase Director for verification purposes. The concerned
Purchase Director, after going through the details therein, shall return it to them.
The bidders will be responsible for the veracity of the Bills of Entries.
Note-2
DGS&D reserves the right to call for any other /
Rate Contract.

aforesaid documents before award of

18
The bids shall be submitted and evaluated as regular RC items/NDP item, as prescribed
in the Special Terms & Conditions.
19 TERMS OF DELIVERY & DESPATCH INSTRUCTIONS:
Terms of Delivery shall be as indicated in special terms & conditions.
For details of Terms of Delivery & Despatch instructions refer Clause-4 of DGS&D1001.
20 GUARANTEE/WARRANTY CLAUSE:
The Goods supplied under the contract shall have Guarantee/Warrantee for the period
as specified in DGS&D 68(Revised), DGS&D 1001 and Special terms and conditions with
the following additional provisions:
Once the user Department/Consignee states/writes that the goods supplied are
defective/not functioning properly, it will be obligatory on the part of the supplier
to immediately, not later than 7 days, attend to it by way of rectification/repair or
replacement of the goods, without any questioning or pretexts on any ground. There
shall be no scope of questioning the user department/consignee or resorting to any
kind of verification or joint inspection in this regards.
(Reference DGS&D Manual Correction Slip No.37 dated 18.12.2012)
21 PAYMENT TERMS:
The payment terms against DGS&D Contracts/Rate Contracts for all items will be as
under :(a)Green Channel Firms
90% against provisional receipt of stores by consignee, after delivery of stores by
Green Channel firms on self certification with OEM warranty/Guarantee certificate and
balance 10% on acceptance of stores by consignee within 60 days of receipt of stores.
(b)For Jute/HDPE/PP Bags Firms
Page 18 of 35

90% + 10% payment to jute/HDPE/PP bags firms with 90% against proof of inspection &
dispatch and balance 10% on acceptance of stores by consignee within 60 days of
receipt of stores.
Note:
(1)In cases of dispatches by road, the provisional receipt certificate by consignee
shall also be required for initial 90% payment.
(2)In case of HDPE/PP bags, proof of inspection would be the I-Note to be issued
after receipt of satisfactory test reports from laboratories and not the Dispatch
Advices which are issued for permitting the delivery of stores to the consignee after
pre-dispatch inspection at firm's premises and not for payment.
(c)Others Firms
80% against inspection of stores(wherever applicable) and provisional receipt of
stores by consignee, and balance 20% on acceptance of stores by consignee within 60
days of receipt of stores.
Note: Provisional Receipt of stores by consignee are to be given on copy no. 1 of the
I-Note for initial payment of 90% or 80% as the case may be, followed by acceptance
of stores certificate to be given by consignees on copy no. 2 & 5 of I-Notes for
balance 10% or 20% payments as the case may be.
(d) For Safety/Difficult/Complaint Prone Items for all firms shall be as under:
100% payment against complete acceptance of the material by the consignee after due
verification of quality and quantity.
This process of verification shall be
completed within a period of 60 days of the receipt of the consignment, failing which
payment shall be released.
(Reference DGS&D Manual Correction Slip No. 42 dated 31.5.2013, Correction Slip No.
45 dated 5.7.2013 and correction slip no. 62 dated 15.07.2014)
22 PAYING AUTHORITY:
a)The payment to the suppliers in all the adhoc Contract (A/Ts) and / or Supply order
placed against DGS&D Rate Contracts shall be made directly by indentors i.e. order
placing authority through their concerned Pay & Accounts Offices only, instead of
CCA(Supply) or its Regional Pay & Accounts Offices of Department of Commerce.
(b)The payment to the supplier shall be paid by the indentors as per prescribed forms
of payments including timelines for payments within 60 days of due date which must be
ensured by the indentors. Delays, if any, in this regard would render the indentors
responsible and not the DGS&D in any manner whatsoever.
(c)Consequently, the requisite Departmental charges + prevailing Service Tax thereon
shall be deposited by the respective Pay & Account offices (PAO) of the indentors
directly to the Receipt Head Account of DGS&D as prescribed by CGA.
(d)Indentors shall be directly responsible for any non-compliance/default for the
afore-said provisions.
(Reference DGS&D Manual Correction Slip No. 60 dated 30.12.2013)

23 FALL CLAUSE:
As contained in Clause-15 of DGS&D-1001.
24 Authority Holding Sealed particulars:
ADG(QA), DGS&D, New Delhi unless otherwise stipulated differently.
25 QUALITY

ASSURANCE:

(a) QUALITY ASSURANCE AUTHORITY:


ADG(QA),DGS&D New Delhi/DGQA,New Delhi for Defence requirements/ Appropriate
Authority as mandated by User Department.
Page 19 of 35

(b) QUALITY ASSURANCE OFFICER:


For all stores procured against DGS&D Rate Contract/ adhoc contract, the Inspection
officer would be:
i) Dir (QA) of the area concerned in case of DGS&D Inspection.
or
ii)
User
Department/
DDO/
Consignee
itself
or
any
authority/
agency
appointed/specified by them.
(C) (i)For inspection to be done by DGS&D, the stores have been classified into
following five categories, keeping in view the peculiarity of the item, its complaint
history, feasibility of inspection at firms premises as well as consignees and
including present manpower available in QA Wing, etc:
Category A Pre-dispatch inspection at firms/manufacturers premises;
Category B Consignee end inspection on receipt of Stores;
Category C Pre-dispatch inspection at firms/manufacturers premises and consignee end
inspection on receipt of stores;
Category D Periodical inspection on regular intervals; and
Category E Random Inspection.
(ii) The category of items of subject Tender Enquiry is indicated in special terms &
conditions.
(iii) The above classification shall be applicable only where inspection is done by
QA Wing, DGS&D, on the request of user Departments. In case, inspection is done by
User Departments or by any agency appointed by them, it is up to them to follow this
classification or otherwise.
(Reference P&C circular no. 48 dated 21.01.2014)
(d) DGS&D reserves the right for pre-dispatch inspection at manufacturer's premises
or consignee end inspection after receipt of stores or at both places, at the option
of indentor.
26 JURISDICTION/ARBITRATION CLAUSE:
a) Jurisdiction will be the place of
be appointed by DG(S&D). For details
"Where the Contract/Rate Contract is
cannot be referred by the supplier
other adjudicating Forum."

issue of the Rate Contract. Sole Arbitrator will


refer Clause-23 of DGS&D -1001.
governed by DGS&D arbitration clause,the dispute
or entertained by Facilitation Council or any

b)The arbitrator as appointed under provisions of para 18.1.1 of DGS&D Manual shall
adjudicate only on the disputes arising out of interpretation of terms & conditions
stipulated in Rate Contracts. For settlement of disputes relating to execution of
supply orders placed by various Direct Demanding Officers (DDOs) against DGS&D Rate
Contracts, each DDO shall himself nominate an arbitrator at the time of placement of
supply orders, as per guidelines/ instructions for appointment of arbitrator in
indenting organisation.
(Reference DGS&D Manual Correction slip no 64 dated 21.10.2014)
c) DGS&D or its regional offices shall not be made a party in any dispute relating to
execution of supply orders placed by DDO/ Indentor against DGS&D Rate Contracts
including the case filed in MSME Facilitation Councils.
27 TRANSIT INSURANCE, RECEIPT OF STORES & NOTIFICATION OF DAMAGES AND LOSS, IF ANY
Contractor is responsible for Transit Damage. Consignee to notify Transit Damage/Loss
if any within 45 days of arrival of stores at destination. For details refer Clause17 of DGS&D-1001.
28 DELIVERY PERIOD:
Tenderers should quote guaranteed monthly rate of supply (item-wise) and time, if any
required for commencement of supply i.e. lead period after placement of order. The
lead period should not be more than what is specified in STC. Tenders, which do not
indicate, monthly rate of supply and/or lead period will be treated as incomplete.
For details refer Clause-10 of DGS&D-230.
Page 20 of 35

29 NOTE FOR TENDER OPENING AND

OFFER VALIDITY:

Tenderers should note if the date of tender opening (or date upto which offer is to
remain open) is declared a closed holiday by the Govt., the tender shall be opened on
the next working date at the same time.
30 Revocation/Cancellation of rate contract:
As per clause 24 of DGS&D 1001 except that period of revocation/short-closure of rate
contract shall be 15 days.
(Reference DGS&D Manual Correction slip no 63 dated 23.09.2014)
31 CONCLUSION OF PARALLEL RATE CONTRACTS:
DGS&D reserves the right to arrive at reasonable eligible L-1 price and make counter
offers to higher quoting eligible firms for awarding
Parallel Rate Contracts as
prescribed in DGS&D manual amended till date.
Parallel Rate Contracts shall be
awarded only when all the items/substantial number of items on counter offer are
accepted instead of cherry picking i.e. acceptance in parts (Reference P&C Circular
No. 47 dated 20.01.2014).
32 Extension of tender opening date:
No tender opening extension will be considered, as it leads to delay in conclusion of
Rate Contract. However, in exceptional cases, the same can be considered for suitable
period on merits of individual case. No request for tender opening extension will be
considered on the ground of pending application for grant of Green Channel Facility
with DGS&D.
(Reference P&C circular No. 9 dated 15.03.2013)
33 Seeking of clarification/information concerning bid

conditions etc.

Any prospective bidder may seek clarification/information concerning the bid


conditions, bidding process and/or rejection of his bid or non-issue of tender
documents, wherever applicable.
(Reference P&C circular No. 13 dated 21.05.2013)
34 Receipt of counter-offers through e-mail, fax etc. in addition to tender box:
The counter-offers, wherever made, in addition to the tender box, will also be
received through e-mail, fax and other modes. Director of the concerned Purchase
Directorate will be the designated person for receipt of such communications and will
be responsible for accounting of them.
(Reference P&C circular No. 14 dated 29.05.2013)

35 Departmental Charges of DGS&D for Contracts including Rate contracts:


All the government user departments are required to place Supply Orders against DGS&D
Rate Contracts on-line on DGS&D e-procurement portal and pay the prescribed
Departmental Charges mentioned hereunder.
a)For Central Government Ministries/Departments, State Government Departments ,PSUs ,
Autonomous Bodies etc against DGS&D Rate Contracts:
DGS&D Departmental Charges will be levied @1% for "Purchase" and 1% for "Inspection"
on the total value of Contract or Supply Order against DGS&D Rate Contract. The value
of the Contract or Supply Order shall be all inclusive, including all taxes and
duties. Service tax at prevailing rate as applicable shall be chargeable as extra on
the Departmental Charges.
b)For Referral/Direct Orders against DGS&D Rate Contract:
i)DGS&D Departmental Charges at nominal fee will be levied @0.25% for "Purchase" on
the total value of Contract or Supply Order placed on Rate Contract Holding firm or
their dealers/sub agents against DGS&D Rate Contract. The value of the contract or
Supply Order shall be on all inclusive basis including all taxes and duties. Service
tax at prevailing rate as applicable shall be chargeable as extra on the Departmental
Charges.
Page 21 of 35

ii)After receipt of referral/direct supply Order and making supplies , firm will
deposit the Departmental charges as above plus Service tax thereon to the concerned
Controller of Accounts(CCA) viz. Delhi/Mumbai/Kolkata/Chennai, as the case may be ,by
way of Demand Draft/Bank Transfer. In case the supplies are made in installments, the
Departmental charges plus Service tax can be paid by firm with CCA on pro-rata basis
based on the value of supplies made. In case, no supplies are made , Departmental
charges would not be payable/claimable ,as no service would deem to have been
rendered by DGS&D . Firm can subsequently claim reimbursement of the paid
Departmental Charges along with Service tax thereon from Pay & Account Officer of the
indentor who placed the Supply Order.
iii)In case the firm err/conceal/misrepresent/default in payment of prescribed
Departmental charges , the same will be viewed adversely and they shall be liable for
action as deemed fit by DGS&D including de-registration, debarring or suspension of
business dealings , blaclisting, bad performance and denial of further Rate Contracts
etc., in addition to recovery of the requisite amounts.
iv)It would be the responsibility of the user department to ensure that the
prescribed Departmental charges have been paid by the supplier before releasing their
payments for the supplies. The firm would also disclose the same to DGS&D.
v)The Referral/Direct orders placed by indentor by tweaking DGS&D Rate Contract terms
& condtions and /or specification and obtaining the supplies within 1% of the DGS&D
Rate Contract Prices, such transaction will fall within the purview of DGS&D Rate
Contract and will also attract the aforesaid departmental charges @0.25% of the value
of stores ordered and supplied alongwith applicable service tax there on.
vi)In the event of placing such referral/Direct supply orders, indentor shall send email to DGS&D for which a special provision would be provided on DGS&D website. while
the indentors placing on-line supply order on DGS&D e-procurement shall have the
protection under the terms & conditions of DGS&D Rate Contract, the same would not be
available in case they choose to place paper supply order and such transaction would
be at their own risk.
vii)The firm while quoting/bidding for rate contract shall specify in their tender,
the total value of direct/referral orders (including all taxes and duties) received
by them, supplied and the corresponding amount of the departmental charges plus
service tax deposited by them with CCA duly certified by their internal
auditor/chartered accountant. Like performance statements, bidding firms shall be
required to give this data/statement along with their tender as on Cut-off date
prescribed in Tender Enquiry for 3 years Rate Contract periods, and shall be
evaluated accordingly like Performance Criteria.
(Reference DGS&D Manual Correction Slip No.43 dated 27.05.2013 and P&C Circular No.
18 dated 10.06.2013)
36 Complaint Redressal Mechanism in DGS&D:
All types of complaints, except the complaints related to corruption which will
continue to be dealt with by Vigilance Directorate, shall be examined by a Standing
Committee constituted for the purpose. The fee for processing the complaint is
Rs.10,000/- per complaint which is required to be submitted to DGS&D by way of Demand
Draft in favour of DGS&D,New Delhi or DGS&D, Kolkata/Chennai/Mumbai, as the case may
be. The complaint so received will be processed in parallel stream without delaying/
disrupting the R/C process.
(Reference P&C Circular No. 20 dated 08.07.2013)
37 Earnest Money Deposit(EMD):
In the case of adhoc procurement, the firms are required to deposit Earnest Money
Deposit(EMD) @2% of the estimated value of stores or as decided by DGS&D without any
upper ceiling in the form of Demand Draft,Fixed deposit Receipts, Banker's Cheques,
Bank Guarantee from any of the Scheduled Commercial Banks in the prescribed format.
This is required to be submitted by all the firms regardless of their registration
with DGS&D/NSIC/KVIC/Indenting Department in pursuance of Clause 7 of DGS&D68(Revised).
38 Bidding Process.
Page 22 of 35

DGS&D reserves the rights to conclude the Rate Contract for any or all items of the
Tender Enquiry and also to annul the bidding process/scrap the tender enquiry.
39 CVC Guidelines As per CVC Circular No. 3/01/2012 dated 13.01.2012
(a) In a tender, either the Indian agent on behalf of the Principal / OEM or
Principal / OEM itself can bid but both cannot bid simultaneously for the same item /
product in the same tender.
(b) If an agent submits bid on behalf of the Principal / OEM, the same agent shall
not submit a bid on behalf of another Principal / OEM in the same tender for the same
item / Product.
40 Guidelines for PMA Compliant Items.
a) Department of Electronic & IT. (DeitY) vide Notification No. 33(3)/2013-JPHW dated
23.12.2013 has laid down the PMA policy for providing preference to domestically
manufactured products in procurement of Electronic goods. Under this policy DeitY has
so far notified 6 items namely Desktop PC, Dot Matrix Printers, Laptop PCs, Tablet
PCs, Smartcards and LED products for Government procurement and DOT has notified 23
items. Notifications may be gone through at http://deity.gov.in/content/electronichardware#pma.Further notifications by various departments may be issued from time to
time in this regard.
b) The guidelines for implementation of the said policy have been approved by the
Commerce Secretary. The following decisions taken in this regard are to be strictly
complied.
(i) DGS&D as a nodal agency shall promote the policy for providing preference to
domestically manufactured electronic products based on notifications issued under the
policy by the DeitY, DOT and any other department in public procurement by government
and its agencies.
(ii) DGS&D holds regular Consultative Committee Meetings (CCMs) for framing the
technical specifications and Eligibility Criteria for various products before
inviting bids for Rate Contracts. In addition to their existing practice of inviting
all stakeholder including Industry, Trade associations and Government user
departments, DGS&D should also invariably invite representatives of DoT and DeitY in
such CCM meetings for products notified under the policy.
(iii) DGS&D should ensure through their Tender conditions that domestically
manufactured electronic products are encouraged and are not subjected to restrictive
product specifications or mandatory requirement of prior experience. However, DGS&D
may continue to incorporate such stipulations as may be considered necessary to
satisfy the security, manufacturing capability and product quality of the
manufacturers.
(iv) DGS&D shall indicate in their Rate Contracts, the requirement of domestic value
addition
prescribed
under
the
product
notifications
issued
under
the
Policy/Guidelines for the item to be compliant with the Policy for the guidance of
purchasers for each product. DGS&D shall also furnish the domestic value addition as
provided by the manufacturer for each product and model. DGS&D shall continue
concluding their Rate Contracts with suppliers as per existing procedures. The
responsibility shall lie with the government user departments and agencies under
their control to make procurements in compliance with the criteria prescribed in the
notified policies & guidelines.
(v) DGS&D shall obtain necessary affidavit regarding domestic value addition in
prescribed Form I (enclosed) of the guidelines dated 12.06.2011 and incorporate the
domestic value addition in their existing or future Rate Contracts for each notified
product, model-wise.
(vi) The vendors shall have the option to upgrade, but not downgrade the domestic
value addition contents of existing R/C's through affidavit in prescribed Form I.
DGS&D shall update the RCs accordingly without affecting the price.
(vii) In the event of submission of upgraded Form I, all supplies made after the date
Page 23 of 35

of such submission shall be with upgraded domestic value addition only.


(viii) The relevant date for compliance to value addition norm by domestic
manufacturers shall be the date of the supply/purchase order by the requisitioning
department/purchaser/indenter.
(ix) All RCs issued in pursuance of Policy and Guidelines shall mention that any
complaint regarding the contents of domestic value addition will mandatorily
accompany a complaint fee of Rs. 2 lakh or 1 % of value of Domestically Manufactured
Electronic Product being procured, whichever is higher, in favour of STQC/ TEC, as
may be applicable. Complaints may be addressed to DGS&D or indentors placing the
supply orders, as the case may be. Complaints not accompanied by the requisite fee
shall not be entertained. In case the complaint is found to be incorrect, the
complaint fee shall be forfeited. In case the complaint is upheld and found to be
substantially correct, the deposited fee of the complainant would be refunded without
any interest by STQC/ TEC.
(x) In case of any complaint against contents of domestic value addition, it will be
the responsibility of the tenderer/ RC holder to furnish necessary documentation in
support of the domestic value addition claimed, as is required by STQC/ TEC, to
verify the complaint, without any additional cost to DGS&D. STQC/ TEC should verify
the complaint without any additional expenditure to DGS&D. In case complaint is not
proved, there shall be no liability on the bidder/RC holder.
(xi) Pending final disposal of any complaint against the self-certification for
domestic value addition provided under the Policy, the process for awarding the
RC/continuation of existing RC shall not be put on hold.
**As Per Annexure 3
41
The responsibilities and duties of Tenderer/Bidder stipulated above shall be taken as
responsibilities and duties of Supplier/Contractor after the Rate Contract is entered
into.
42 Caterl Formation
Cartel Formation and Quoting Prices in Pool - Tenderers may note that Offers of such
firms who resort to unethical practice of cartel formation and quote prices in a pool
shall be rejected and their offers shall also not be considered for award of RC for
the next two years.
43
If any provision in Special Terms & Conditions is in contradiction to the provision
in General Terms & Conditions the stipulation made in Special Terms & Conditions
shall prevail over those stipulated in General Terms and Conditions.
44
Neither the bid document nor the awarded rate contract are transferable.
45
DGS&D reserves the right to undertake repeated competitive bidding through
open/advertised tenders on the same terms & conditions including specifications
during the validity period of existing valid R/Cs. In such cases, the existing R/C
holders can also bid, apart from the new eligible bidders, provided equal and fair
opportunity to all. In case, the prices received are found lower than the existing
RC prices, new R/Cs may be awarded at reduced prices and existing R/Cs at higher
prices may be short-closed giving adequate notice if they do not match such reduction
in prices under fall clause.
(Reference P&C Circular No. 41 dated 23.12.2013)
46
Bidders are required to furnish demand draft for EMD and e-tendering fee until egateway payment mechanism is introduced in DGS&D.
(Reference P&C Circular No. 43 dated 03.01.2014)
Page 24 of 35

47
It is mandatory for supplier to transport the stores through registered common
carriers only for supplies made by road as prescribed in the 'Carriage by Road Act
2007'.
(Reference P&C Circular No. 52 dated 18.02.2014)
48 BIS Licence
In respect of items being brought on rate contract to supply with ISI Marking and
items which are to be supplied with ISI Marking under Compulsory Certification Scheme
of Bureau of Indian Standards as per list being brought out by them from time to
time, the responding tenderer should possess valid BIS licence to supply the items
with ISI Marking.
Firms would be eligible for award of Rate Contract and also to
continue on Rate Contract when they are in possession of valid BIS licence at all
times during the entire period of Rate Contract apart from having it on the date of
Rate Contract. The time period for submission of BIS licence would be 45 days from
the date of tender opening.
49 Right to assess/ verify credentials & capability/ capacity of bidders
DGS&D reserves the right to assess/ verify the credentials and capability/ capacity
of the bidders/ manufacturers even for the registered firms before awarding the Rate
Contracts.
50 Partiipation of sister concerns
Any Sister/Associated/ Allied concern(s) participating or applying against the same
tender, would lead to disqualification of tenderer.
Sister/ Associated/ Allied
concern means a company, society, partnership firm or proprietorship firm having one
or more common persons as Director/ Parter/ Member/ Owner.

Page 25 of 35

Annexure 1
To
The Government of India
Directorate General of Supplies & Disposals
DGS&D, 5, Sansad Marg, Jeevan Tara Building,
New Delhi 110001.
Sub: OEM Authorization of Channel Partner of our products for empanelment under Rate Contract with DGS&D
and supplies to Government of India.
Dear Sir,
We are the reputed Original Equipment Manufacturer (OEM) and authorize our under-mentioned Indian
Channel Partner firm to submit/ negotiate the tenders, process the same further and enter into Rate
Contracts and also obtain necessary certificates concerning Registration with DGS&D for supplies of our
manufactured products to Government users in India.
2. We further confirm/certify/undertake the following:
a) The said channel partner shall quote/offer/supply our OEM Products at most competitive Price and
commercial terms which are settled from time to time based on requirements and market conditions.
b) No other Supplier/Firm/Company or individual is authorized by us for the said purpose (DGS&D Rate
Contracts).
c) Our OEM standard Guarantee/Warrantee shall be applicable for our products, which shall be supplied by
the said Channel Partner under DGS&D Rate Contract.
d) The products supplied against DGS&D Rate Contract will be brand new, in our current production and
suitably tropicalized to suit Indian conditions. The versions going out of productions and/or upgraded
shall also be immediately informed to DGS&D.
e) The Spares & Accessories [including software upgrades/patches (if applicable)] for our products shall
be made available for entire life cycle time of products or at least 7 years, whichever is later.
f) Our said Channel Partner would sign and execute all required documents including integrity Pact for
the said purpose with DGS&D and continue to perform up to validity period mentioned hereunder and also
extendable thereafter.
g) We also agree to submit all the required certificates including quality certifications for our OEM
products and audited financial documents as and when required by DGS&D.
h) In the event of failure on the part of said Channel Partner, the pending liabilities under the Rate
Contracts shall be complied by us through our changed DGS&D registered Channel Partner.
i) In the event of any change in the aforesaid matter, the same shall be immediately informed to DGS&D.
3. Ours and Channel Partner details are briefly stated as under:
a) _________
[name and complete address of main/head office of OEM, including name of concerned contact official,
phone no and e-mail]
b) ____________
[name and address(es) of all the manufacturing/production facilities of OEM across the globe evidencing
country of origin of concerned products]
a) _____________
[list of broad category of concerned products including specific models of OEM for DGS&D Rate Contract]
b) _____________
[name and complete address of the said Channel Partner firm including name of concerned official, phone
no and e-mail]
c) ____________
[present validity period of this authorization/agreement, extendable thereafter]
4. This authorization/agreement has been signed, executed and extended from time to time if any by us,
duly signed by our authorized authority who is the competent authority in accordance with the Power of
Attorney authorized by our Board of Directors (evidence enclosed).
Enclosure: as above.
Date:
Place:
Yours faithfully,
_________________
_________________
[Signature with date, name and designation]
For and on behalf of M/s________________
[Name, address and stamp of the OEM on their letter head]
Copy to:
M/s___________
___________
___________
[Name and full address of Channel Partner]
Note: This letter of authorization should be on the letter head of the manufacturing firm (OEM) and

Page 26 of 35

should be signed by a person competent and having the power of attorney to legally bind the manufacturer
(OEM). Document evidencing the same to be attached.
(Ref P&C circular No. circular No. 31 dated 27.09.2013)

Page 27 of 35

Annexure 2
Annexure 2-A
Joint undertaking to be signed by authorized Indian agent as well as Indian OEM
Notwithstanding that the Registration and Rate Contracts are awarded to authorized Indian Agent(S) /
Channel Partner(S) as bidder for the said OEM, the OEM and the named Indian Agent / Channel Partner,
jointly and severally undertake the following:
(i) The Indian OEM as well as named Indian Agent / Channel Partner, jointly and severally, undertake to
abide by all terms and conditions of DGS&D Registration, Rate Contracts and corresponding performance of
supply orders thereof in all respect including timely delivery as well as required quality of the
products, Fall Clause and Warranty / Guarantee obligations.
(ii) The named Indian Agent/ Channel Partner as well as Indian OEM, jointly as well as severally shall be
liable / responsible for due performance of the Rate Contract as well as supplies thereof in all respect
and also for all such claims of the purchase arising thereof including legal liability in competent court
of law.
Note: To be signed and dated by authorized person on behalf of Indian agent and also the Indian OEM (to be
notarized as well). The signing person must attach a necessary Power of Attorney evidencing his authority
to bind the company on whose behalf the above undertaking has been given.
Annexure 2-B
Joint undertaking to be signed by authorized Indian agent as well as foreign OEM.
Notwithstanding that the Registration and Rate Contracts are awarded to authorized Indian Agent(S) /
Channel Partner(S) as bidder for the said OEM, the OEM and the named Indian Agent / Channel Partner,
jointly and severally undertake the following:
(i) The foreign OEM as well as named Indian Agent / Channel Partner, jointly and severally, undertake to
abide by all terms and conditions of DGS&D Registration, Rate Contracts and corresponding performance of
supply orders thereof in all respect including timely delivery as well as required quality of the
products, Fall Clause and Warranty / Guarantee obligations.
(ii) The named Indian Agent/ Channel Partner as well as foreign OEM, jointly as well as severally shall
be liable / responsible and accountable for due performance of the Rate Contract as well as supplies
thereof in all respect and also for all such claims of the purchaser arising thereof including legal
liability in competent court of law.
Note: To be signed and dated by authorized person on behalf of Indian agent and also the foreign OEM (to
be notarized as well).
The signing person must attach a necessary Power of Attorney evidencing his
authority to bind the company on whose behalf the above undertaking has been given.

Page 28 of 35

Annexure 3
Form - I
Format for Affidavit of Self Certification regarding Domestic Value Addition in an Electronic Product to
be provided on Rs.l00/- Stamp Paper.
Date:
I ....................S/o, D/o, W/o ................Resident of..................... . do hereby solemnly
affirm and declare as under:
That 1 will agree to abide by the terms and conditions of the policy of Government of India issued vide
Notification No. 33(3)/20 13-IPHW dated 23.12.2013.
That the information furnished hereinafter is correct to best of my knowledge and belief and I undertake
to produce relevant records before the procuring authority or any authority so nominated by the Department
of Electronics and Information Technology, Government of India for the purpose of assessing the domestic
value-addition.
That the domestic value addition for all inputs which constitute the said electronic product has been
verified by me and I am responsible for the correctness of the claims made therein.
That in the event of the domestic value addition of the product mentioned herein is found to be incorrect
and not meeting the prescribed value-addition norms, based on the assessment of an authority so nominated
by the Department of Electronics and Information Technology, Government of India for the purpose of
assessing the domestic value-addition, I will be disqualified from any Government tender for a period of
36 months. In addition, I will bear all costs of such an assessment.
That I have complied with all conditions referred to in the Notification No. wherein preference to
domestically manufactured electronic products in Government procurement is provided and that the procuring
authority is hereby authorized to forfeit and adjust my EMD and other security amount towards such
assessment cost and I undertake to pay the balance, if any, forthwith.
I agree to maintain the following information in the Company's record for a period of 8 years and shall
make this available for verification to any statutory authorities.
i. Name and details of the Domestic Manufacturer (Registered Office, Manufacturing unit location, nature
of legal entity)
ii. Date on which this certificate is issued.
iii. Electronic Product for which the certificate is produced.
iv. Procuring agency to whom the certificate is furnished.
v. Percentage of domestic value addition claimed.
vi. Name and contact details of the unit of the manufacturer.
vii. Sale Price of the product.
viii: Ex-Factory Price of the product.
ix. Freight, insurance and handling.
x. Total Bill of Material,
xi. List and total cost value of inputs used for manufacture of the electronic product.
xii. List and total cost of inputs which are domestically sourced. Please attach certificates from
suppliers, if the input is not in-house.
xiii. List and cost of inputs which are imported, directly or indirectly.
For and on behalf of ........................(Name of firm/entity)
Authorized signatory (To be duly authorized by the Board of Directors) Insert Name, Designation and
Contact No.
(Refer P&C Circular No. 53 dated 21st Feb, 2014)

Page 29 of 35

Page 30 of 35

Special Terms & Condition


Tender No ON-LINEUPS/ES-3/RC-D3070000/0317/33
Sr No
Heading
Condition
1

Scope of Rate Contract (Supply and/or installation and


commissioning)

installation and commissioning basis.


Annual Maintenance Contract, if any (CMC/AMC)

AMC (3 Year after warranty period


(i) AMC for UPS with 30 minutes back up time.
(ii) AMC for UPS with 60 Minutes back up time.
(iii) AMC for UPS with 120 Minutes back up time.
Eligibility Criteria, special if any
(i) Mode of submission of tender:
The subject tender have been invited compulsorily on E-tendering mode.
Therefore, Tender must be submitted through "E-tendering" only. No other mode of
submission of
bids shall be accepted and such offers will be summarily ignored. New Web site
www.dgsndtenders.gov.in has been created for E-bidders. Tenderers are therefore,
requested to get themselves enrolled on new DGS&D tendering site i.e.
www.dgsndtenders.gov.in.
(ii) Submission of documents along with Bid: Tenderers may be informed that they
would be required to up-load the following documents along with their tender on
DGS&D web site i.e. www.dgsndtenders.gov.in submitted through e-tendering.
(i) Demand Draft of requisite amount for tender fee in favour of The Chief
Controller of Accounts, Deptt.Supply, Ministry of Commerce, New Delhi
(ii) Registration Certificate with DGS&D / NSIC or Green Channel.
(iii) Technical Compliance Statement.
(iv) True copy of PAN Card.
(v) Self vetted Performance Statement for the last three years R/Cs.
(vi) Any other requirement as per Tender Enquiry.
Note: As per Circular No 43, EMD and e-tendering fee may be deposited in
Electrical Store Directorate on or before Tender Opening Date and circular no 52
dated 18.02.2014
may also be applicable.
(iii) Registration
(a) For Green Channel firms - Firms awarded / empanelled
for Green Channel
facility by DGS&D shall be eligible for award of Rate contract.
(b) Other Firms:The
Rate Contract shall be awarded to only such firms who are registered for the
quoted items with DGS&D / NSIC. All tenderers who are not registered and desire
to participate
against the tender enquiry for rate contract are advised in their own interest
to get themselves registered with DGS&D / NSIC.
The item being brought on Rate Contract has been categorized as safety /
Difficult / Complaint Prone item. Therefore, registration with NSIC should be
based on the
capacity verification by the Quality Assurance Wing of DGS&D. NSIC registration
should specifically indicate that their Registration has been done based on a
favourable
capacity assessment report from QA Wing of DGS&D. In respect of tenderers who
are already registered with NSIC for the stores of tender enquiry but their
registration is not based on favourable capacity report from DQA, DGS&D
concerned, the special capacity report from DQA, DGS&D must be received in
DGS&D. Such firms should also get their
registration certificate endorsed by NSIC for future reference.

Evaluation Criteria, special if any


(1) CORRECTION SLIP NO 62 DATED 15.07.2014 :- Payment Terms for Difficulty/
Safety / Complaint Prone Items:"Para 1 (c) For Difficulty/ Safety / Complaint
Prone Items for
all firms 100% payment against complete acceptance of the material by the
consignee after due verification of quality and quantity. This process of
verification shall be completed within a period of 60 days of the receipt of the
Page 31 of 35

Tender No ON-LINEUPS/ES-3/RC-D3070000/0317/33
Sr No
Heading
Condition
consignment, failing which payment shall be released."
(2) All latest Circulars and Correction Slips to DGS&D Manual issued till Tender
Opening date will be applicable.
5

Single/Two Bid System

Single Bid.
Regular RC Item/NDP Item

Regular RC Item.
Guarantee/Warranty Period
The period of Guarantee/ Warranty shall be 24 months from the date of
Installation / Commissioning. For details refer Clause 27 of DGS&D-230 & Clause
18 of DGS&D-1001.

Terms of Delivery
Free delivery at site (i.e. at consignees place). including installation &
commissioning

Inspection Category of Items (A/B/C/D/E)

10

Category "A".
Safety/Difficult/Complaint Prone Item (Yes/No)

11

Yes.
Applicability of provisions of circular number 22 dated
23.07.2013 (main item and/or add-on/spares/a

12

No.
PMA Compliance

13

No
Slab Discount
(iv) Slab discounts - Value-wise (Rs) :Slabs Discount (in Percent), if any
a)Rs.10,00,000/- to Rs.20,00,000/-:
b)Rs.20,00,001/- to Rs.50,00,000/-:
c)Rs.50,00,001/- to Rs.1,00,00,000/-:
d)Rs.1,00,00,001/- & above. :

14

Minimum Order Quantity

15

01 Number.
Lead Time for Delivery period

16

30 Days
MSME Reservation (Yes/No)

17

No.
PERFORMANCE CRITERIA/CUT-OFF DATE:
a)The offer of the tenders who are current/past rate contract holders, will be
considered only if they meet the following minimum level of performance, as on
cut off date, if otherwise eligible.
% Performance level for current Rate Contract (Year 2015-16)= 85
(Self-vetted)
% Performance level for previous Rate Contract (Year 2013-15)= 95
(Self vetted)
% Performance level for the year before(Year2011-12)= 100
(Self vetted)
Page 32 of 35

Tender No ON-LINEUPS/ES-3/RC-D3070000/0317/33
Sr No
Heading
Condition
Certain queries have been received by DGS&D regarding the information to be
furnished by the tenderers in the performance statements. The details pdf the
queries received and DGS&D comment thereon are attached below ar Annexure-B.
The purchaser, however, does reserve the right to consider also those firms who
have executed supplies to a lower extent. DG(S&D) shall have full powers to
relax the performance
b) In case the details provided by the firm as per sub-paras above are found to
be wrong at a later stage, a penalty of debarring the firm for three years shall
be imposed.
c) The provisions of the above clause shall not apply for the new items. In case
the performance levels have been shown as 0(zero) such items may be treated as
new items.

CHECK LIST FOR TENDERERS


Tenderers are requested in their own interest to check the following before
they submit their bids:1.

Have all the columns pf Form DGS&D-68 A, DGS&D - 69 A, List


1 and List 9
listed in Clause 1 of General Terms &
Conditions (GTC) been filled up?

Yes

No

2.

Whether rates(s)/quantum of Excise Duty indicated (Refer


Clause 4(1) of GTC)?

Yes

No

3.

Whether rates(s) of Local Sales tax and Central Sales tax


indicated (Refer Clause 4(1) of GTC)?

Yes

No

4.

Have you indicated the Terms of Delivery (Refer Clause 8 of


GTC)?

Yes

No

5.

Has the delivery period been indicated (Refer Clause 14 of


GTC)?

Yes

No

6.

Have you indicated the validity of your offer (Refer Clause


15 of GTC)?

Yes

No

7.

Confirmation about availability of testing facilities as


atipulated in the specifications / tender enquiry?

Yes

No

8.

Acceptance of all terms and conditions of Tender Enquiry


including payment terms, Guarantee/Warranty and those
contained in DGS&D-68(Revised), DGS&D-69, DGS&D-229 and
DGS&D-1001(Deviation, if any, should be specifically
indicated).

Yes

No

Whether you have accepted Arbitration Clause as per Clause


24 of DGS&D-68(Revised)

Yes

No

10

Have you enclosed the following documents?

Yes

No

(i)

Technical Compliance Statement


with the details of deviations?

format

Yes

No

(ii) Photocopy of valid Registration Certificate of subject


stores with DGS&D/NSIC or DGQA(for Defence only) (Refer
Clause 13 of GTC)?

Yes

No

in

the

perscribed

(iii)
Page 33 of 35

Self-vetted Performance Statements as per Form B-1,B-2,B-3


& Appendix-A
(Refer Clauses 5 of GTC)?

Yes

No

(iv) DGS&D-242 (Schedule to tender enquiry), tender forms DGS&D68A, DGS&D-69 A, List No.1 and List 9?

Yes

No

Yes

No

(vi) Copy of BIS License (if applicable)?

Yes

No

(vii) List of Service Centres (if applicable)

Yes

No

Special Documents for Fully Imported Stores


(if applicable)Have you enclosed following documents?
(i) Copies of bill of entries/ or any other document (s) duly
authenticated
by
customs
authorities
indicating
the
assessed value taken by customs for purpose of levy of
customs duty. The abetment charges, if any, shall also be
indicated.
(ii) Classification and rate of customs duty on date of tender

Yes

No

Yes

No

Yes

No

(iii) Estimated freight by weight and volume

Yes

No

Yes

No

(v)

Documentary
evidence
to
establish
eligibility criteria (if applicable)?

your

meeting

the

11.

12

Whether training confirmed (if applicable)

13

Whether installation
applicable)

(if

Yes

No

14

Whether AMC and Buy- Back prices quoted in the price bid?
(if applicable)

Yes

No

15

Whether Net Dealers price (NDP) duly certified by auditor


quoted in the price bid? (if applicable)

Yes

No

16

Import/Export Code No. issued by DGFT.

Yes

No

and

commissioning

confirmed?

Appendix-A
Annexure-B
Annexure-C

PLEASE NOTE THAT NON-SUBMISSION OF THE ABOVE INFORMATION/DOCUMENTS


MAKES THE OFFER LIABLE TO BE IGNORED WITHOUT ANY FURTHER REFERENCE TO
THE BIDDER.

Page 34 of 35

Amendment to Following Tender Enquiry


Tender No
ON-LINEUPS/ES-3/RCD3070000/0317/33

Amdt
No.
1

Old Opening
Date & Time
02/03/16

New Opening
Date & Time

03:00 PM 09/03/16

03:00 PM

Offer
Expires On
07/06/16

Nature of
Amendment
Tender Opening Date Ex

Você também pode gostar