Bid Number: GEM/2023/B/2938948

Dated: 05-01-2023

Bid Document

Bid Details

Bid End Date/Time

27-01-2023 15:00:00

Bid Opening Date/Time

27-01-2023 15:30:00

Bid Offer Validity (From End Date)

180 (Days)

Ministry/State Name

Ministry Of Finance

Department Name

Department Of Financial Services

Organisation Name

Canara Bank

Office Name

Department Of Information Technology

Total Quantity

9000

Item Category

Passbook Printer (Q3)

Minimum Average Annual Turnover of the

900 Lakh (s)

bidder (For 3 Years)

Years of Past Experience Required for

3 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,Past Performance,Bidder

Turnover,Certificate (Requested in ATC),OEM Authorization

Certificate,Additional Doc 1 (Requested in ATC),Additional

Document required from seller

Doc 2 (Requested in ATC),Additional Doc 3 (Requested in

ATC),Additional Doc 4 (Requested in ATC)

*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

Past Performance

40 %

Bid to RA enabled

Yes

RA Qualification Rule

H1-Highest Priced Bid Elimination

Annual Maintenance Charges Required

Yes

Type of Bid

Two Packet Bid

Time allowed for Technical Clarifications

5 Days

during technical evaluation

Evaluation Method

Total value wise evaluation

EMD Detail

Advisory Bank

HDFC Bank

1 / 9

EMD Amount

5400000

ePBG Detail

Advisory Bank

HDFC Bank

ePBG Percentage(%)

3.00

Duration of ePBG required (Months).

62

(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:

Deputy General Manager

Canara Bank, Head Office Procurement Group, DIT Wing No.14, Naveen Complex, M G Road Bangalore, PIN - 560001

(S K L Das)

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.
  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

2 / 9

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.

  1. 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.
  2. 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.
  3. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or similar Category Products for 40% of bid quantity, in at least one of the last three Financial years before the bid opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to primary product having highest bid value should meet this criterion.
  4. 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:
    1. If number of technically qualified bidders are only 2 or 3.
    2. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
    3. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
    4. 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-MSEL-1
    5. 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-MIIL-1

Pre Bid Detail(s)

Pre-Bid Date and Time

Pre-Bid Venue

Prospective bidders can send the participant mail ids for prebid meeting to dittenders@canarabank.com for getting invitation link (Maximum of two members allowed in the meeting per company) and the meeting will be

16-01-202316:00:00conducted through Microsoft Teams/Video Conference. For any queries on GeM GTC, bidders have to take up with GeM representatives/helpdesk. Prebid Queries should be sent to E-mail dittenders@canarabank.com and must reach us on or before 12/01/2023, Thursday at 5.00pm. Queries reaching afterwards will not be entertained.

Passbook Printer ( 9000 pieces )

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

3 / 9

respectively)

Brand Type

Unbranded

Technical Specifications

Buyer Specification Document

Download

Annual Maintenance

Warranty of required product

3 Year

Annual Maintenance Charges Duration (Post

2 Year

Warranty)

Annual Maintenance Charges Frequenecy

Quarterly

*Warranty displayed under the AMC/CMC Details section will supersede the warranty displayed under the catalog specfication

Consignees/Reporting Officer and Quantity

S.No. Consignee/Reporti ng Officer

  • Akhil T Money

Address

560001,Canara Bank DIT Wing Head Office (Annexe) No. 14 M G Road Naveen Complex Bangalore-560001

Quantity

Delivery Days

900098

Buyer added Bid Specific Additional Scope of Work

S.No.

Document Title

Scope of Work

  • View

Description

Scope of Work is not restricted to the attached documents. The Selected Bidder will have to abide with all the Terms and conditions mentioned in this RFP.

Applicable i.r.o. Items

Passbook Printer(9000)

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

4 / 9

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.

  1. Forms of EMD and PBG
    Bidders can also submit the EMD with Account Payee Demand Draft in favour of Procurement Group payable at Bangalore.
    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.
  2. Forms of EMD and PBG
    Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary name Procurement Group DIT Wing Head Office Account No. 0792201002351 IFSC Code CNRB0000792 Bank Name Canara Bank Branch address Trinity Circle Bangalore.
    Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on- line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.
  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 3 years residual market life i.e. the offered product shall not be declared end-of- life by the OEM before this period.
  5. Certificates
    Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the Bid document, ATC and Corrigendum if any.
  6. 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 %.
  7. 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
  8. Buyer Added Bid Specific ATC
    Buyer uploaded ATC document Click here to view the file.
  9. Service & Support
    Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free Telephone No. for Service Support.
  10. 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.

5 / 9

This is an excerpt of the original content. To continue reading it, access the original document here.

Attachments

Disclaimer

Canara Bank Ltd. published this content on 05 January 2023 and is solely responsible for the information contained therein. Distributed by Public, unedited and unaltered, on 06 January 2023 13:37:44 UTC.