📌 Part 2 of the FA-Objection Field Guide
This is a deep-dive on a single objection. Read the pillar guide on all 8 FA objections →
What the FA is actually asking
Rule 161 (Single Tender Enquiry / Nomination Basis) is one of the most-used and most-misused provisions in the GFR. The FA knows both. So the literal question — "Why this single vendor?" — is really four questions stacked.
One: has competitive procurement been lawfully foreclosed? Two: is the chosen vendor demonstrably unique, or merely preferred? Three: has the price been market-tested even though it wasn't competitively tendered? Four: is the approval at the right competent-authority level?
Each must be answered explicitly on file. None can be assumed.
Why thin responses fail
The single most common failure: "Vendor has prior experience with the department." This is not a Rule 161 ground. Prior experience is a positive factor, not a foreclosure of competition.
The second: "Vendor's product is best in market." Best-in-market is an evaluation conclusion, not a justification for skipping evaluation.
The third: "Time is short." Urgency under Rule 161(iii) is permitted but requires documented force-majeure or genuinely time-bound circumstances. "We need it before March 31" rarely qualifies unless tied to a specific scheme deadline or compliance event.
The shape of a holding response
Part 1 — Capability gap analysis
A documented exercise showing why GeM-listed and otherwise-available vendors don't meet specific technical requirements. The form:
- Pull the relevant GeM seller list for the category (snapshot dated and attached)
- For each top-N seller, evaluate against your specific technical requirements in a matrix (rows = sellers, columns = requirements, cells = ✓/✗ with one-line reason)
- Conclude: of the N sellers, M failed requirement X, P failed requirement Y, etc.
- The chosen vendor passes all requirements; no GeM-listed vendor does
Part 2 — Uniqueness evidence pack
Documentation of why the chosen vendor uniquely meets the gap:
- Product/capability demos (recorded, watermarked, dated)
- Prior installations at peer departments (with verifiable references)
- Technical certifications specific to your requirement (data-residency, security, accessibility, language)
- Source-code review by your IT cell (where IPR transfer is contemplated)
- Independent technical-review note from CDAC, NIC, or a recognised consultant where applicable
Part 3 — Market test (price reasonableness without competition)
Even on nomination, price must be reasonable. Show:
- Comparable engagements at peer departments (3 minimum)
- The chosen vendor's price benchmarked against those comparables
- Independent expert opinion on the price (where contract value warrants)
- The cost-reasonableness annexure (see cost reasonableness deep-dive) attached
Part 4 — Approval ladder traceback
The right competent authority must sign at the right step. Map this in your noting:
- For value < ₹X: Section Officer / Under Secretary
- For ₹X–Y: Director / Deputy Secretary
- For ₹Y–Z: Joint Secretary / Secretary
- For value > Z: Board / Cabinet Sub-Committee
- Vigilance clearance: typically required above ₹50 lakh
Cite your DFPR explicitly. Date-stamp each approval. Pre-prepare the briefing note for the next-up authority before they ask.
The legal anchors
- GFR Rule 161 — the parent provision, all four sub-grounds (proprietary, urgency, niche capability, single-source operational reasons)
- GFR Rule 162 — when Rule 161 applies in conjunction with consultancy procurement
- Manual for Procurement of Consultancy & Other Services 2021 §3.7 — single-source justification framework
- CVC Circular on Single-Tender Procurement — vigilance lens
- Your departmental DFPR — almost every department has its own Rule 161 supplementation
Typical FA pushback patterns
- "Have alternative GeM-listed vendors been formally evaluated?" — answer with the capability-gap matrix already on file
- "Is vigilance clearance required?" — pre-obtain it for any contract above ₹50L
- "Has the vendor's track record been verified?" — pre-attach reference verification from peer departments
- "Why not call EOI and see who else applies?" — answer with timeline + the gap matrix already proving uniqueness
- "What if the chosen vendor under-performs?" — link to your exit-management annexure
What we hand you
- A capability-gap matrix populated against the live GeM seller list for your category
- An uniqueness evidence pack — product demos, peer-installation references, technical certifications
- A price-reasonableness annexure (cross-linked with the cost-reasonableness deliverable)
- An approval-ladder map for your specific DFPR with pre-drafted briefing notes for each level
- A vigilance-clearance application pack if contract value crosses your threshold
- A second-round pushback pack for the five most common FA Rule 161 challenges
Big Helpers Procurement Concierge — included with every government engagement
We draft your noting with the right GFR + DFPR citations, pre-build the answers to all 8 FA objections, structure your file to CVC + CAG audit standards, attend the FA review with you if needed, and stay through the contract handover. Net effect: typical procurement timeline shrinks from 4 months to 2–3 weeks. No charge — included with engagement.
Get a tailored response template for your file
WhatsApp Kashvi with your project type + file stage · 24-hour response · No commitment
💬 WhatsApp Kashvi See Govt/PSU programme →Read the rest of the FA-Objection Field Guide
- The pillar — all 8 FA objections at a glance
- 1. Cost reasonableness — defending the price tag
- 2. Single-vendor / Rule 161 nomination — the 70% kill zone
- 3. IPR transfer & source-code escrow — owning what you bought
- 4. Scope creep & cost overrun — the change-control protocol
- 5. Hosting — on-prem vs NIC vs cloud vs hybrid
- 6. Exit terms & vendor lock-in — the 14-clause exit annexure
- 7. "Why not NIC / NICSI / CDAC?" — the comparison done right
- 8. MSME / GeM / Make-in-India preference — the screen note