Nothing Special   »   [go: up one dir, main page]

GeM Bidding 4194405

Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

Bid Number: GEM/2022/B/2915842

Dated: 02-01-2023

Bid Document

Bid Details

Bid End Date/Time 23-01-2023 17:00:00

Bid Opening Date/Time 23-01-2023 17:30:00

Bid Offer Validity (From End Date) 180 (Days)

Ministry/State Name Ministry Of Civil Aviation

Department Name Airports Authority Of India (aai)

Organisation Name Airports Authority Of India

Office Name Airports Authority Of India, Safdarjung Airport

Total Quantity 1

Security Incident and Event Management


Item Category
(SIEM)Software/Appliance (Q3)

Minimum Average Annual Turnover of the


225 Lakh (s)
bidder (For 3 Years)

Years of Past Experience Required for


2 Year (s)
same/similar service

MSE Exemption for Years Of Experience


Yes
and Turnover

Startup Exemption for Years Of Experience


Yes
and Turnover

Experience Criteria,Bidder Turnover,Certificate (Requested


in ATC),OEM Authorization Certificate,Additional Doc 1
(Requested in ATC),Additional Doc 2 (Requested in ATC)
Document required from seller *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled Yes

RA Qualification Rule H1-Highest Priced Bid Elimination

Type of Bid Two Packet Bid

Time allowed for Technical Clarifications


3 Days
during technical evaluation

Estimated Bid Value 75075126

Payments shall be made to the Seller within 200 days of


issue of consignee receipt-cum-acceptance certificate
Payment Timelines (CRAC) and on-line submission of bills (This is in
supersession of 10 days time as provided in clause 12 of
GeM GTC)

Evaluation Method Total value wise evaluation

EMD Detail

1 / 13
Advisory Bank ICICI

EMD Amount 1501502

ePBG Detail

Advisory Bank ICICI

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 15

(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.

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
AGM(IT)
Airports Authority Of India, Safdarjung Airport, Airports Authority of India (AAI), Airports Authority of India,
Ministry of Civil Aviation
(Ankit Mishra)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to meeting of
quality and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the
"OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. In case any
bidder is seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility
for exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of
quality and technical specifications. In case any bidder is seeking exemption from Turnover / Experience Criteria,
the supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.

2 / 13
4. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
5. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
6. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. 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. 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 Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
7. 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.

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

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


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

Security Incident And Event Management (SIEM)Software/Appliance ( 1 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

BASIC INFORMATION Category Software, Appliance

3 / 13
Specification Specification Name Bid Requirement (Allowed Values)

SCOPE OF LICENCE Types of Licence Perpetual

" Duration of Subscription 0.0 - 5.0 Or higher


(in Years) (Hint :- Select '0'
if not applicable)"

OEM Licensing policy Per Device/Appliance, Per User

Number of licenses 1.0 - 1000.0 Or higher


included in the offered
product as per OEM defined
licensing policy

Scope of Installation Installation, Integration, Configuration, End to End


Workflow Implementation, User Acceptance Testing of
offered modules

The offered product have Updation for Patches and Bug fixes within support
support from OEM for period, Upgradation of version within support period

Number of Years for OEM 1.0 - 5.0 Or higher


support for updation
(Patches and Bug fixes) is
included in the scope of
supply (Hint :- Select '0' if
not applicable)

Number of Years for OEM 1.0 - 5.0 Or higher


support for Upgradation of
version is included in the
scope of supply (Hint :-
Select '0' if not applicable)

Training Options On-Site

No of days Training 3.0 - 30.0 Or higher


Provided (Hint :- Select '0' if
not applicable)

SIEM EPS (EVENT Sustained event processing 25000.0 - 80000.0 Or higher


PER SECOND ) capacity of Enterprise
CAPACITY Security Management (in
EPS) (Hint :- Select '0' if not
applicable)

Event processing capacity 25000.0 - 100000.0 Or higher


of Enterprise Log
Management (in EPS) (Hint
:- Select '0' if not
applicable)

Event processing capacity 25000.0 - 30000.0 Or higher


of Log Collection (in EPS)
(Hint :- Select '0' if not
applicable)

Event processing capacity 25000.0 - 120000.0 Or higher


of Correlation (in EPS) (Hint
:- Select '0' if not
applicable)

4 / 13
Specification Specification Name Bid Requirement (Allowed Values)

Sustained Event processing 0.0 - 3500.0 Or higher


capacity of All-In-One SIEM
(in EPS) (Hint :- Select '0' if
not applicable)

SIEM Component of SIEM Enterprise Security Management, Enterprise Log


Management, Log Collection, Correlation Module,
SIEM Plateform

Enterprise Security Enterprise Security Enterprise Dashboard for real time visibility, Analyst-
Management Management features centric dashboards, reports, reviews, rules, and
alerts, Prepackaged configurations for common
security use cases, such as alarms, views, reports,
variables, and watchlists, Predefined dashboards,
audit trails, and reports, Compliance reports, rules,
and dashboards, Event enrichment with contextual
information, Correlation of suspicious or confirmed
threat, Collect data from third-party security vendor,
Threat Intelligence feeds

Enterprise Log Enterprise Log Management Log data retention, Search and integrity check,
Management features Manage Storage Pools, Query optimization

Log Collection Log Collection features Security event collection, Network flow collection,
Collect and normalize event and flow data, High
availability support, Usage statistics, Advanced syslog
parser, Support Vulnerability Assessment System
profiles, NA

Correlation Module Correlation Module features Real time correlation, Historical correlation, Rule
based and Rule less correlation, Risk correlation,
Geolocation correlation, Vulnerability correlation

SIEM Platform SIEM platform features Log Management, Network analysis functions, Data
collection for correlation, Collect Logs and Network
flows, Well defined sustained event handling
capability, Compliace reports and rules, Dashboard
for real time visibility, Threat Intelligence Feeds

SIEM APPLIANCE Hard disk capacity (in TB)of 0 - 100


CAPACITY appliance (Hint :- Select '0'
if not applicable)

RAM size capacity (in GB) of 0 - 10000


appliance (Hint :- Select '0'
if not applicable)

Number of Physical CPU 0 - 128


core in the appliance (Hint
:- Select '0' if not
applicable)

Additional Specification Parameters - Security Incident And Event Management


(SIEM)Software/Appliance ( 1 pieces )

5 / 13
Specification Parameter
Bid Requirement (Allowed Values)
Name

Hardware to be provided by
successful bidder as per Yes
specifications

SIEM-SOAR solution that is


Hardware and Software must be Yes (SIEM-SOAR Solution must be from same OEM)
in HA (High Availability) mode

SOAR (Security Orchestration


Automation and Response)
Yes
solution and required hardware
to be provided

Peak Requriement of 1,00,000


EPS without dropping events or Yes
queuing events

SIEM solution shall have


provision for parser creation for
unsupported, home grown
applications without any
Yes
additional financial implication
to AAI in implementation as
well as in support, operation
and maintenance.
* Bidders offering must also comply with the additional specification parameters mentioned above.

Installation Commissioning and Testing (ICT) details for the above item:

% of Product Cost Payable on Product Delivery 70%

Min Cost Allocation for ICT as a % of product cost 30%

Number of days allowed for ICT after site readiness


60 Days
communication to seller

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

110003,o/o ED (IT); AIRPORTS


AUTHORITY OF INDIA HANGER
1 Shivam Seth 1 135
BUILDING SAFDARJUNG
AIRPORT, NEW DELHI

Buyer added Bid Specific Additional Scope of Work

S.No. Document Title Description Applicable i.r.o. Items

6 / 13
S.No. Document Title Description Applicable i.r.o. Items

Scope of Work and


Service Level Security Incident And Event
Scope of Work and Service Level
1 Agreement of CAMC Management
Agreement of 4-years of CAMC
(SIEM)Software/Appliance(1)
View

Scope of Work Security Incident And Event


2 Scope of Work 1 year warranty Management
View
(SIEM)Software/Appliance(1)

The uploaded document only contains Buyer specific Additional Scope of Work and / or Drawings for the bid items added
with due approval of Buyer’s competent authority. Buyer has certified that these additional scope and drawings are
generalized and would not lead to any restrictive bidding.

Buyer Added Bid Specific Terms and Conditions


1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address Information Technology Department Corporate Headquarters Rajiv Gandhi Bhawan
Safdarjung Airport New Delhi - 110003.

3. Generic

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

4. Generic

Bidders shall quote only those products (Part of Service delivery) in the bid which are not obsolete in the
market and has at least 5 years residual market life i.e. the offered product shall not be declared end-of-
life by the OEM before this period.

5. Generic

Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.

6. Generic

Buyer Organization specific Integrity Pact shall have to be complied by all bidders. Bidders shall have to
upload scanned copy of signed integrity pact as per Buyer organizations policy along with bid. Click here
to view the file

7. Generic

Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.

8. Generic

7 / 13
Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,
manufactured and supplied same or similar Category Products to any Central / State Govt Organization /
PSU / Public Listed Company for 2 years before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during each of the year. In case of
bunch bids, the primary product having highest value should meet this criterion.

9. Generic

Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.

10. Generic

Malicious Code Certificate:

The seller should upload following certificate in the bid:-


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

11. Generic

Non return of Hard Disk: As per Buyer organization’s Security Policy,Faulty Hard Disk of
Servers/Desktop Computers/ Laptops etc. will not be returned back to the OEM/supplier against warranty
replacement.

12. Generic

OPTIONAL SITE VISIT:

1. The Bidder is advised to visit and examine the installation site and its surroundings and obtain for itself
on its own responsibility all information that may be necessary for preparing the Bid. The costs of visiting
the site shall be borne by the Bidder. cost of visiting site shall be borne by bidder

2. The Bidder representative shall be allowed entry upon consignee premises for such visits, only upon
the express conditions that the Bidder will release and indemnify the Buyer and Consignee against all
liabilities arising out of such visit including death or injury, loss or damage to property, and any other loss,
damage, costs, and expenses incurred as a result of such visit.

3. The Bidder shall not be entitled to hold any claim against Buyer for noncompliance due to lack of any
kind of pre-requisite information as it is the sole responsibility of the Bidder to obtain all the necessary
information with regard to site, surrounding, working conditions, weather etc. on its own before
submission of the bid.

13. Generic

Scope of supply includes Training: Number of employees to be trained 10 , Place for Training onsite and
Duration of training 3 days.

14. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.

8 / 13
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

15. Scope of Supply

Scope of supply (Bid price to include all cost components) : Supply Installation Testing Commissioning of
Goods and Training of operators and providing Statutory Clearances required (if any)

16. Turnover

Bidder Turn Over Criteria: 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 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.

17. OEM

IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a
registered office in India to provide after sales service support in India. The certificate to this effect should
be submitted.

18. Service & Support

Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site
warranty). If service center is not already there at the time of bidding, successful bidder / OEM shall have
to establish one within 30 days of award of contract. Payment shall be released only after submission of
documentary evidence of having Functional Service Centre.

19. Service & Support

Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

20. Service & Support

Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.

21. 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.

22. Warranty

Bidder / OEM has to give an undertaking that after expiry of warranty period, it will provide
Comprehensive Maintenance Service for next 4 years for the offered products at the rate not more than
16 % of contract price per annum. Buyer reserves the right to enter into a CMC agreement with the
Successful Bidder / OEM after expiry of the Warranty period at above mentioned rate and the payment for
the CMC charges would be made Quarterly after rendering of the CMC Services of the relevant CMC
period. Performance Security of the successful bidder shall be forfeited if it fails to accept the CMC
contract when called upon by the buyer. CMC would include cost of operation and maintainence (Upload
the undertaking). The original Performance Security of contract will be returned only after submission and
verification of AMC Performance Security for 3% of total CMC value valid up to CMC period plus 2 months

9 / 13
(if there is no other claim).

23. Warranty

Warranty period of the supplied products shall be 1 years from the date of final acceptance of goods or
after completion of installation, commissioning & testing of goods (if included in the scope of supply), at
consignee location. OEM Warranty certificates must be submitted by Successful Bidder at the time of
delivery of Goods. The seller should guarantee the rectification of goods in case of any break down during
the guarantee period. Seller should have well established Installation, Commissioning, Training,
Troubleshooting and Maintenance Service group in INDIA for attending the after sales service. Details of
Service Centres near consignee destinations are to be uploaded along with the bid.

24. Warranty

Successful bidder will have to ensure that adequate number of dedicated technical service personals /
engineers are designated / deployed for attending to the Service Request in a time bound manner and for
ensuring Timely Servicing / rectification of defects during warranty period, as per Service level agreement
indicated in the relevant clause of the bid.

25. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of Airports Authority of India
payable at Corporate Headquarters, Airports Authority of India.
Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

26. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

A) Payment Terms:

i) The payment for 100% of SITC cost [SITC and training of SIEM with SOAR Solution with 1-year
OEM standard warranty in (High Availability) HA mode from the date of acceptance of SAT] will be
paid in 2 parts:

a) 70% of the cost will be paid after supply of the product (licenses and hardware), along with 100%
of taxes.

b) Remaining 30% of the cost will be paid after Installation, Testing, Commissioning. that is after
acceptance of SAT (Site Acceptance Test) report.

ii) The payment for CAMC cost of any year will be paid quarterly after the end of each quarter. An
offline PO/ work order will be provided from 1st year of CAMC on yearly basis.

iii) The clause 22 of buyer specific ATC of GeM bid document will be treated modified as: As per
clause 22 of buyer specific ATC of GeM bid document, the CAMC percentage amounts for different
years is mentioned below:

a) The CAMC percentage for 1st year of CAMC will be 13.62% that is CAMC amount for 1st year of
CAMC will be 13.62% of the contract price.

b) The CAMC percentage for 2nd year of CAMC will be 13.79% that is CAMC amount for

10 / 13
2nd year of CAMC will be 13.79% of the contract price.

c) The CAMC percentage for 3rd year of CAMC will be 14.84% that is CAMC amount for
3rd year of CAMC will be 14.84% of the contract price.

d) The CAMC percentage for 4th year of CAMC will be 15.76% that is CAMC amount for
4th year of CAMC will be 15.76% of the contract price.

Bidder needs to submit an undertaking for the same.

B) EMD needs to be submitted in favour of Airports Authority of India, New Delhi.

C) The clause 8 of buyer specific ATC of GeM bid document is further explained as: Similar
categories means any Data security solution/ equipment. Also, the relevant POs/ contracts need to
be submitted for 2 seprate financial years.

D) Independent External Monitor (IEM) : Shri Prabhat Ranjan Acharya, IA & AS (Retd.) & Shri
Kuldip Kumar Peshin, CE & MES (Retd.) shall act as IEMs. All correspondences regarding
implementation of Integrity Pact, shall be addressed to Shri Prabhat Ranjan Acharya c/o Chairman,
Airports Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi–110003 & Shri
Kuldip Kumar Peshin. E-mail id of IEMs are prabhatacharya@gmail.com & kkpeshin@yahoo.com
respectively.

E) Documents required from Bidders/ Sellers including but not limited to:

i. EMD related Document

ii. POs/ Contract orders for experience criteria

iii. CA certificate/ Audited balance sheet for FY 2019-20, 2020-21, 2021-22.

iv. Buyer specific ATC conditions as an undertaking on bidder’s letter head.

v. MAF/ OEM Authorization certificate.

vi. Make in India Undertaking/ Certificate.

vii. OEM Data sheets/ Undertakings from OEMs for verifying Technical specifications, Scope of work
(1-year warranty) and Scope of Work (CAMC).

viii. Undertaking from Bidder for SLA (CAMC)

ix. Bidder Financial Standing undertaking.

x. Undertaking from OEM for at least 5 years residual market life.

xi. Integrity Pact from Bidder during evaluation on Letter head and On Stamp paper by L1 bidder,
after placement of contract.

xii. Malicious code certificate

11 / 13
xiii. Undertaking for Non return of Hard Disk

xiv. Undertaking for Training

xv. Undertaking regarding “Imported Products” clause 17 of Buyer specific ATC.

xvi. Undertaking regarding “Availability of Service Centres” clause 18 of Buyer specific ATC.

xvii. Details of Dedicated/ Toll free Telephone no. for service support.

xviii. Details of Escalation Matrix for service support.

xix. Undertaking regarding CAMC, refer clause 22 and clause 26 A (iii) of Buyer specific ATC.

xx. OEM warranty certificates refer clause 23 of Buyer specific ATC.

xxi. Undertaking regarding clause 24 of Buyer specific ATC.

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

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.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

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

This Bid is also governed by the General Terms and Conditions

12 / 13
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.

---Thank You---

13 / 13

You might also like