Bid Number/बोली मांक ( बड संया):

GEM/2024/B/5042253

Dated/ दनांक : 20-06-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होनेक तार ख/समय

05-07-2024 15:00:00

Bid Opening Date/Time/ बड खुलनेक

05-07-2024 15:30:00

तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश

60 (Days)

वैधता (बंद होनेक तार ख से)

Ministry/State Name/मंालय/रा य का नाम

Ministry Of Railways

Department Name/ वभाग का नाम

Railways Public Sector Undertakings

Organisation Name/संगठन का नाम

Container Corporation Of India Limited

Office Name/कायालय का नाम

Corporate Office

Item Category/मद केटेगर

Monthly Basis Cab & Taxi Hiring Services - Hatchback; 2500

km x 300 hours; Local

Contract Period/अनुबंध अविध

2 Year(s)

Minimum Average Annual Turnover of the

bidder (For 3 Years)/ बडर का यूनतम औसत

3 Lakh (s)

वा षक टनओवर (3 वष

का)

Years of Past Experience Required for

same/similar service/उ ह ं/समान सेवाओंके िलए

3 Year (s)

अपे त वगत अनुभव के वष

Past Experience of Similar Services

required/इसी तरह क

सेवाओंका पछला आव यक

Yes

अनुभव है

MSE Exemption for Years of Experience and

No

Turnover/ अनुभव के वष सेएमएसई छूट

Startup Exemption for Years of Experience

No

and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Bidder Turnover,Certificate (Requested

Document required from seller/ व ेता सेमांगे

in ATC)

*In case any bidder is seeking exemption from Experience /

गए द तावेज़

Turnover Criteria, the supporting documents to prove his

eligibility for exemption must be uploaded for evaluation by

the buyer

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

No

Type of Bid/ बड का

कार

Two Packet Bid

1 / 10

Bid Details/ बड ववरण

Time allowed for Technical Clarifications

during technical evaluation/तकनीक मूयांकन के 2 Days

दौरान तकनीक प ीकरण हेतुअनुमत समय

Estimated Bid Value/अनुमािनत

बड मूय

949536

Evaluation Method/मूयांकन प

ित

Total value wise evaluation

EMD Detail/ईएमड

ववरण

Advisory Bank/एडवाईजर बक

AXIS BANK LTD

EMD Amount/ईएमड

रािश

18991

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक

AXIS BANK LTD

ePBG Percentage(%)/ईपीबीजी ितशत (%)

5.00

Duration of ePBG required (Months)/ईपीबीजी क

अपे त अविध (मह ने).30

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy./जेम क शत केअनुसार ईएमड छूट केइ छुक बडर को संबंिधत केटेगर केिलए बड केसाथ वैध समिथत द तावेज़ तुत करनेहै। एमएसई केटेगर केअंतगत केवल व तुओंकेिलए विनमाता तथा सेवाओंकेिलए सेवा दाता ईएमड सेछूट केपा ह। यापा रय को इस नीित के दायरेसेबाहर रखा गया है।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन जमानत रािश, जहांयह लागूहोती है, लाभाथ केप म होनी चा हए।

Beneficiary/लाभाथ :

Deputy Manager (C&O)

Container Corporation of India Limited, Ministry of Railways, Area-I (North) Office, NSIC, New MDBP Building, New Delhi-110020

(Manju Kala)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागूनह ं कया गया.

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन

Yes

2 / 10

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता

Yes

  1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the completed financial years after the date of constitution shall be taken into account for this criteria.
  2. Years of Past Experience required: The bidder must have experience for number of years as indicated above in bid document (ending month of March prior to the bid opening) of providing similar type of services to any Central / State Govt Organization / PSU. Copies of relevant contracts / orders to be uploaded along with bid in support of having provided services during each of the Financial year.
  3. Purchase preference will be given to MSEs having valid Udyam Registration and whose credentials are validated online through Udyam Registration portal as defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned Ministry. If the bidder wants to avail themselves of the Purchase preference, the bidder must be the manufacturer / OEM of the offered product on GeM. Traders are excluded from the purview of Public Procurement Policy for Micro and Small Enterprises and hence resellers offering products manufactured by some other OEM are not eligible for any purchase preference. In respect of bid for Services, the bidder must be the Service provider of the offered Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the offered product or service and Buyer will decide eligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. If L-1 is not an MSE and MSE Seller (s) has / have quoted price within L-1+ 15% (Selected by Buyer) of margin of purchase preference /price band defined in relevant policy, such MSE Seller shall be given opportunity to match L-1 price and contract will be awarded for 100% (selected by Buyer) percentage of total quantity. The buyers are advised to refer the OM No. F.1/4/2021-PPD dated 18.05.2023 OM_No.1_4_2021_PPD_dated_18.05.2023for compliance of Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017. Benefits of MSE will be allowed only if seller is validated on-line in GeM profile as well as validated and approved by Buyer after evaluation of documents submitted.
  4. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc. This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of quoted prices which would be determined by the buyer based on its own assessment of reasonableness and based on competitive prices received in Bid / RA process.
  5. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services over the last three years i.e. the current financial year and the last three financial years(ending month of March prior to the bid opening): -
  1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the estimated cost; or
  2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated cost; or
  3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated cost.

Additional Qualification/Data Required/अित र यो यता /आव यक डेटा

Rate Per Km for Extra Usage in excess of chosen package as per the Vehicle Type selected. In case of bunch bid buyer must indicate extra KM rate for every Vehicle Type that is bunched::As per formula given in GEM SLA.

Rate Per Hour (Inclusive of GST) for Extra Usage in excess of chosen package:As per formula given in

GEM SLA.

Scope of Work:1718790878.pdf

3 / 10

Monthly Basis Cab & Taxi Hiring Services - Hatchback; 2500 Km X 300 Hours; Local ( 1

)

Technical Specifications/तकनीक विश याँ

Specification

Values

Core

Vehicle Type

Hatchback

Type of car (Please select at least 3 options)

Maruti Suzuki WagonR , Maruti Suzuki Swift , Hyundai i10

Usage Variant

2500 km x 300 hours

Type of Service

Local

Year of Vehicle Model

2022

Km Travelled

Upto 75,000 Kms

Air Conditioning Requirement

Non-A/C

Area of Operation

Plains

Fuel Type

Any

Addon(s)/एडऑन

Additional Specification Documents/अित र

विश द तावेज़

Consignees/Reporting Officer/परेषती/ रपो टग अिधकार

S.No./ .

Consignee

Reporting/Officer/

Address/पता

सं.

परेषती/ रपो टग

अिधकार

131101,Container Corporation

1

Nitin Vats

of India, Plot 1,3,4,5,5A, Sector

24, Phase-III, Industrial Area,

Sonepat Haryana

Number of Vehicle(s)

1

Additional

Requirement/अित र

आव यकता

Duration in Months : 24

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

1. Forms of EMD and PBG

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

CONTAINER CORPORATION OF INDIA LTD. payable at

NEW DELHI

.

Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure delivery of hardcopy

4 / 10

to the Buyer within 5 days of Bid End date / Bid Opening date.

2. Forms of EMD and PBG

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

CONTAINER CORPORATION OF INDIA LTD. Account No.

921020041208821 IFSC Code UTIB0000007 Bank Name

AXIS BANK LIMITED Branch address

AXIS BANK LTD., STATESMAN HOUSE, 148, BARAKHAMBA ROAD, NEW DELHI-110001

.

Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of online transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

  1. Certificates
    Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the Bid document, ATC and Corrigendum if any.
  2. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also (besides PBG which is allowed as per GeM GTC). DD should be made in favour of

CONTAINER CORPORATION OF INDIA LTD. payable at

NEW DELHI

    • 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.
  1. Payment

  2. PAYMENT OF SALARIES AND WAGES: Service Provider is required to pay Salaries / wages of contracted staff deployed at buyer location first i.e. on their own and then claim payment from Buyer alongwith all statutory documents like, PF, ESIC etc. as well as the bank statement of payment done to staff.
  3. Past Project Experience

  4. 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-certificationby 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-certificationby 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.
  5. Generic
    1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of buyer.
    2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior written consent of buyer.
    3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due

5 / 10

performance of the Contract and the Sellers obligations there under.

8. Buyer Added Bid Specific ATC Buyer Added text based ATC clauses

  1. The bidder has to use his own experience and judgment to consider all the r equired resources and the offer must be submitted accordingly. The bidders are advised to visit the location CONCOR, MMLP Barhi, Distt. Sonipat (Haryana) and go through the attached brief description of work before submitting the bid.
  2. If the existing Contractor of CONCOR has submitted the tender for the same activity in the same facility, the existing contractors bid should necessarily be a ccompanied by a satisfactory performance report from the same terminal.
  3. In case the bidder is working at any or one of CONCOR terminals in the same Area (Area-I/ North), his bid should necessarily be accompanied by a satisfactor y performance report from that/those terminal/s. In case, his bid is not accomp anied with the above-mentioned satisfactory performance report, it will not be c onsidered.
  4. Shramik Kalyan Portal Clause: Contractor is to abide by the provisions of Payment of Wages Act & Minimum Wages Act in terms of clause 54 and 55 of In dian Railways General Condition of Contract. In order to ensure the same, an ap plication has been developed and hosted on website 'www.shramikkalyan.in dianrailways.gov.in'. Contractor shall register his firm/company etc. and uplo ad requisite details of labour and their payment in this portal. These details shall be available in public domain. The Registration/updation of Portal shall be done as under:-
    1. Contractor shall apply for onetime registration of his company/firm etc. in t he Shramikkalyan portal with requisite details subsequent to issue of Lette r of Acceptance (LOI). Authorised representative of CONCOR shall approve th e contractor's registration on the portal within 7 days of receipt of such reque st.
    2. Contractor once approved by any authorised representative of CONCOR, ca n create password with login ID (PAN No.) for subsequent use of portal for all L oAs issued in his favor.
    3. The contractor once registered on the portal, shall provide details of his L etter Of Acceptances (LOA), Contract Agreements on shramikkalyan portal wi thin 15 days of issue of any LOA for approval of authorised representative of CONCOR. The Authorised representative of CONCOR shall update (if required) and approve the details of LOA filled by contractor within 7 days of receipt of such request.
    4. After approval of LOA by the authorised representative of CONCOR, contr

6 / 10

actor shall fill the salient details of contract labours engaged in the contract a nd ensure updating of each wage payment to them on Shramikkalyan port al on monthly basis.

  1. It shall be mandatory upon the contractor to ensure correct and prompt u ploading of all salient details of engaged contractual labour and payments ma de thereof after each wage period.
  2. While processing payment of any "On Account Billl" or "Final Bill" or "rele ase of the wage period in Railway's Shramikkalyan portal at 'www.shramikk alyan.indianrailways.gov.in' till_______ Month______Year .
  1. Security Deposit: The successful bidder shall have to submit a Security Deposit (5% of the total contr act value) within 15 (Fifteen) days from the date of issue of Letter of Intent (LOI) towards successful perfor mance under this contact. Extension of time for submission of SD beyond 15 (Fifteen) days and up to 30 d ays from the date of issue of LOI may be given by the Tender Accepting Authority. However, interest of 12 % per annum shall be charged for the delay beyond 15 (Fifteen) days, i.e. from 16 th day after the date of i

ssue of LOI. Further, if the 30 th day happens to be a declared holiday in the concerned office of the CONCO R, submission of SD can be accepted on the next working day. In all other cases, if the Contractor fails to s ubmit the requisite SD even after 30 days from the date of issue of LOI, the contract is liable to be terminat ed. In case contract is terminated, CONCOR shall be entitled to forfeit Earnest Money Deposit and other du es payable against that contract. In case a tenderer has not submitted Earnest Money Deposit on the stre ngth of their registration as a Micro & Small Enterprises (MSEs) registered with the nominated agencies or a Startup recognized by Department of Industrial Policy and Promotion (DIPP) under Ministry of Commerce and Industry, concerned office or DIPP as the case may be shall be informed to this effect. The failed Contr actor shall be debarred from participating in re-tender for that work.

  1. Additional Kms/hours: Vehicle may run upto 500 additional Kms per month beyond monthly fixed 25
    00 Kms., if required. Payment for additional Kms/hours will be made as per formula given in GEM Service L evel Agreement.
  2. ESCALATION/DE-ESCALATION:

The vehicles supplied to CONCOR shall normally be petrol/diesel/CNG operated vehicles. The CONC OR reserves the right to increase/decrease rate depending upon the type of fuel being used as per t he prescribed formula as indicated below:

  1. The revision of the rates due to increase in the petrol/diesel/CNG prices shall be considered by CO NCOR if the increase/decrease announced by the Government of India is more than 15%. The increa se/decrease beyond 15% (including piecemeal increase/decrease), the rates shall be increased/decr eased by 1/4th of the percentage increase/decrease in the fuel price. The variation in rates shall be

affected from the 1st day of the following month in which the variation in prices of fuel takes place a s indicated above.

    1. The specified benchmark of increase or decrease of 15% is on the rates of diesel/CNG/petrol on t he date of submission of tender.
    2. The rates of diesel/CNG/petrol as on date of previous escalation will form base for calculation of s ubsequent 15% variation for next escalation.
  1. Time limit for submission of bills:

The contractor shall make a claim for the services rendered under this contract to CONCOR within Fou months of such service. If he does not prefer claim within the said period he shall be deemed to have w ived his right in the respect thereof and shall not be entitled to any payment on account thereof. Nevert eless, the accepting authority on written request can waive off this limitation and allow late submission f bills if the reasons for delay are found convincing and reasonable.

7 / 10

No claim in respect of under payment to the contractor shall be considered valid or entertained unless claim in writing is made thereof within (4) four months from the date on which payment of the original aim thereto was made. Any claim for such under payment not received within stipulated four months p iod, shall be liable to be summarily rejected by CONCOR. Nevertheless, the accepting authority on writ n request can waive off this limitation and allow late submission of bills if the reasons for delay are foun convincing and reasonable.

However, in case of any specific issue over which the contractor had not billed for any particular activity the same can be allowed for payment, subject to the prior approval of Tender Accepting Authority, notw hstanding what has been laid down in the Clause on Payment. The decision of the Tender Accepting Aut ority shall be final and binding on the contractor.

  1. Unsatisfactory Performance, Penalty and Consequences Thereof:

In case the Contractor fails to:

a. Provide the vehicle in lieu of break down car immediately within reasonabl

    • time.
  1. Provide vehicle as per instructions of CONCOR.
  2. In case of any discrepancies in service viz. non-reporting, late reporting, dr iver not fully conversant with routes, driver not behaving properly etc.
    1. CONCOR shall be at liberty to impose penalty/damages of up to Rs.200 0/- (Rupees; Two Thousand Only for deficiency in service for each of above defaults. The amount will be recovered from monthly bill/dues.
    2. In case of not providing of commercial vehicle as per the vintage, a pe nalty of up to Rs.2000/-, per day would be charged, which will be recovered from monthly bills/dues. The expenditure incurred by the officer in lieu of n ot providing vehicle will be recovered from the contractor apart from makin g proportionate deductions from monthly rate. Further, termination of con tract can also be reviewed in case failure of providing stipulated vehicles as per tender condition.
    3. If the extra expenditure incurred by CONCOR on account of unsatisfac tory performance of the contractor as mentioned in paragraphs above is m ore than the performance guarantee proposed to be forfeited, the expendit ure over and in excess of the performance guarantee may be recovered by deducting the said amount from pending bills of the contractor or from mo ney due to the contractor by CONCOR under this or any other contract or ot herwise. The contractor shall have no claim whatsoever against CONCOR in consequence of such recoveries or termination of the contract as stated ab ove.
  1. Termination of the Contract
    1. In the event of repeated instances of unsatisfactory service or any failure at any time on the part of e contractor to comply with the terms and provisions of this contract to the satisfaction of CONCOR (wh shall be the sole judge and whose decision shall be final), it shall be open to CONCOR to terminate this ontract by giving not less than (7) seven days' notice in writing to that effect and if the contractor, doe not make good his default within the notice period, CONCOR shall be entitled to terminate the contract s a whole or in part in its absolute discretion.
    2. In the event of such termination of the contract, CONCOR shall be entitled to forfeit the security dep sit as it may consider fit.
    3. If the extra expenditure incurred by CONCOR on account of unsatisfactory performance of the cont ctor as mentioned in paragraphs above is more than the Security Deposit proposed to be forfeited, the xpenditure over and in excess of the Security Deposit may be recovered by deducting the said amount om pending bills of the contractor under this tender or from money due to the contractor by CONCOR u

8 / 10

der this or any other contract or otherwise. The contractor shall have no claim whatsoever against CON OR, in consequence on such recoveries or termination of the contract, as stated above.

    1. The certificate of CONCOR Official In charge of the terminal, as to the sum payable to the new agen y, if the work in question had been carried out by him under the terms of contract, shall be final and bin ng on the contractor.
    2. If at any time the contractor becomes insolvent or files an application for insolvency or any creditor his moves the court for adjudicating him as an insolvent or, if he is convicted by any court of law, CONC R will have the absolute option of terminating the contract forthwith and he shall have no right for dama es or compensations on this account.
    3. In the contract which has been rescinded as a whole, the Security Deposit already with CONCOR un er the contract shall be encashed/forfeited and the Performance/Bank Guarantee already submitted for he contract shall be encashed. The balance work shall be got done independently without risk & cost of he failed Contractor. The failed Contractor shall be debarred from participating in the tender for execut g the balance work.
  1. Service during post contract period

It will be obligatory on the part of contractor to continue to work on the same rates, terms and condi tions prevailing on the last date of the contract even beyond contract period for (4) four months or til l alternate arrangements are made, whichever is earlier

  1. Doubts, if any, about the interpretation of any of the clauses in this tender, mea nings of words, terms, specifications, operations or instructions, or as to the quality o f workmanship or performance shall be referred to the Tender Accepting Authority (T AA) of CONCOR, whose decision in the matter shall be final. Similarly, any difficulty i n implementing the contract can be resolved by referring the matter to the Tender A ccepting Authority, who can amend the CONCOR's condition/clause of contract, if req uired.

.

Disclaimer/अ वीकरण

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

  1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum issued by DPIIT in this regard.
  2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to exemption provided to such sellers under GeM GTC.
  3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any Category item bunched with it.
  4. Creating BoQ bid for single item.
  5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
  6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
  7. Floating / creation of work contracts as Custom Bids in Services.
  8. Seeking sample with bid or approval of samples during bid evaluation process. (However, in bids forattached 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

9 / 10

experience.

  1. Creating bid for items from irrelevant categories.
  2. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
  3. Reference of conditions published on any external site or reference to external documents/clauses.
  4. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the case may be.
  5. 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.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of this bid, they can raise their representation against the same by using the Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to such representations.

This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and Service Level Agreementspecific to this Service as provided in the Marketplace. However in case if any condition specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in Service Level Agreement, then it will over ride the conditions in the General Terms and Conditions.

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./जेम क

सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करनेवालेदेश के बडर सेखर द

पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करनेवालेदेश का कोई भी

बडर इस िन वदा म बड देनेके िलए तभी पा होगा

जब वह बड देनेवाला स म

ािधकार के पास पंजीकृत हो। बड म भाग लेतेसमय

बडर को इसका अनुपालन करना होगा और कोई भी

गलत घोषणा कए जानेव इसका अनुपालन न करनेपर अनुबंध को त काल समा

करनेऔर कानून के अनुसार आगेक कानूनी कारवाई

का आधार होगा।

---Thank You/ यवाद---

10 / 10

Attachments

  • Original Link
  • Original Document
  • Permalink

Disclaimer

Container Corporation of India Limited published this content on 20 June 2024 and is solely responsible for the information contained therein. Distributed by Public, unedited and unaltered, on 20 June 2024 06:49:03 UTC.