GeM Bidding 4765673
GeM Bidding 4765673
GeM Bidding 4765673
GEM/2023/B/3445757
Dated/ दनांक : 20-05-2023
Total Quantity/कुल मा ा 10
1/9
Bid Details/ बड ववरण
Required/आव यकता No
Required/आव यकता No
Splitting/ वभाजन
1. Bid reserved for Make In India products: : Procurement under this bid is reserved for purchase from 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.
However, eligible micro and small enterprises will be allowed to participate. The minimum local content to
qualify as a class 1 local supplier is denoted in the bid document. All bidders 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 the bid is liable to be rejected. 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 . 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. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
2/9
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.
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:
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
3/9
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत
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
Bidder shall submit the following documents along with their bid for Vendor Code Creation:
b. Copy of GSTIN.
3. 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 %.
Sub: Procurement of Pneumatic operated Wafer type 250 NB Butterfly Valve (flangeless) for A
sh Handling Plant, U#4-6, MTPS.
The names and designation of officers for any enquiry of this tender are:-
SL. N
NAME DESIGNATION ADDRESS EMAIL-ID
O.
MEJIA THERMAL
ANAND PRAKAS SUPERINTENDING
1. POWER STATIO anand.lal@dvc.gov.in
H LAL ENGINEER
N
MEJIA THERMAL
SR. DIVISIONAL ENG
2. SHAKTI KUMAR POWER STATIO shakti.kumar@dvc.gov.in
INEER
N
A. PRICE BASIS:
The rates quoted by the bidder must be Firm till execution of the contract and on FOR Destination Basis
in INR currency and that will be inclusive of Packing & Forwarding charges and Freight charges (if any)
etc. and inclusive of Goods and Services Tax (GST). Bidder is to submit HSN code with documentary evi
dence. Confirmation of GST with applicable rate is required.
4/9
B. LD CLAUSE:
The time remains the essence of purchase order awarded by DVC and all supply under a Purchase Orde
r needs to be completed within the stipulated time schedule. The Contractor shall commence work on t
he Facilities from the date of Notification of Award. The Contractor shall thereafter proceed with the Fac
ilities in accordance with the time schedule specified in Time Schedule to the Contract Agreement. Ther
efore, the provision has been kept in the contract that in case of delay in delivery, for the reasons attrib
utable to the vendor, owner reserves the right to recover from the vendor, a sum equivalent to 0.5% of
the value of the delayed materials for each week of delay and part thereof subject to maximum of 10%
of the total value of the order as Liquidated Damage (LD).
In cases, where the works/supply/services extend beyond the contractual completion schedule/delivery
period and provisional extension order is issued without deciding on the application of LD, no amount fr
om the RA bill will be deducted as ''withheld LD'' amount in case where adequate retention payment (o
ver and above SD) remains with DVC as per terms of the contract.
i. Alternatively, the Purchaser reserves the right to purchase the material from elsewhere at the sole risk and
cost of the Vendor and recover all such extra cost incurred by the Purchaser in procuring the material by t
he above procedure.
ii. Alternatively, the Purchaser may cancel the Order completely or partly without prejudice to his right under
the alternatives mentioned above.
iii. In the event of recourse to alternative (i) and (ii) above, the Purchaser will have the right to repurchase th
e stores, to meet urgency in requirement caused by Vendors failure to comply with the schedule of deliver
y irrespective of the fact whether the materials are similar or not.
E. PAYMENT:
100% payment will be released within ten (10) days of issue of consignee receipt-cum-acceptance certif
icate (CRAC) and on-line submission of bills.
The Bank Guarantee shall be issued on the SFMS (Structured Financial Messaging System) mode by Iss
uing Bank.
Details of respective advising banks including IFSC Code as follows.
Bank Name: STATE BANK OF INDIA
Branch Name: Mejia Thermal Power Station
Account No.: 10480362106
IFSC Code: SBIN0006608
5/9
No payment whatsoever will be released till the acceptance of Security Deposit cum Performance Guar
antee by DVC.
MSEs registered with MSME / NSIC are required to deposit security deposit cum performance guarantee
in the form as mentioned in the Bid.
Security Deposit is not applicable for the order value below Rs. 30.0 Lakh.
G. INSPECTION:
Goods supplied will always be subject to our inspection on arrival at the destination.
H. TRANSIT INSURANCE:
Arrangements for transit insurance can be made by DVC as per Mega Risk Policy arranged with existing
underwriter as per time being imposed.
I. GUARANTEE/WARRANTY:
The Vendor shall warrant that all material supplied under the Order shall be new, unused and conform t
o the Purchasers / owners requirements and specifications as mentioned in the NIT.The Vendor shall gu
arantee the material under the Order for a period as follows.
For All Materials 18 months from the date of delivery or 12 months from the date of commissioni
ng whichever is earlier
The date of delivery to be reckoned as the date of receipt of the material at site by the consignee. The
Vendor shall agree to replace any material, which has been proved defective or fails to conform to the d
esired specifications free of cost to the Purchaser within the Guarantee/Warranty Period. The guarantee
period for such replaced part shall be the same as that of materials specified earlier.
Checking / approval of vendors drawings, inspection and acceptance of material, by DVC at Vendor Site
shall not in any way relieve the Vendor from the responsibility for proper performance during the guara
ntee period.
J. LIMITATIONS OF LIABILITY:
Except in cases of Criminal Negligence or wilful misconduct, (i) The Contractor and The Employer shall
not be liable to the Other Party for any indirect or consequential loss or damage, loss of use, loss of pro
duction, or loss of profits or Interest costs, provided that this exclusion shall not apply to any obligation
of the Contractor to pay liquidated damages to the Employer AND (ii) The aggregate liability of the Cont
ractor to the Employer, whether under the Contract, in tort or otherwise, shall not exceed the total Cont
ract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equ
ipment, or to any obligation of the Contractor to indemnify the Employer with respect to patent infringe
ment, copy right, workman compensation.
K. INSPECTION/CHECKING/TESTING:
All materials to be manufactured/ supplied by you against this enquiry shall be subject to inspection aft
er arrival at site, check and/or test by the purchaser or his authorized representative. If upon delivery, t
he material does not meet the specifications the material shall be rejected and you will be intimated for
repair/modify or for replacement. In such cases all expenses including to-and-fro freight, repacking char
ges etc., if required shall be to your account.
6/9
glish. In case of bundles, metallic plates marked with the above details shall be tagged. All goods shoul
d be dispatched as per the relevant terms of the PO. In case of any mode of transport as to be resorted
to other than that mentioned in the PO, the same should be done only after obtaining prior approval in
writing from the purchaser. All movements sanction, loading permissions etc. from Railway or other aut
horities shall be obtained by the vendor. The vendor shall communicate the relevant dispatch particula
rs immediately on dispatch by telex/telegram/fax to the consignee as specified in the PO. The vendor s
hall also forward original and copies of dispatch documents to the concerned authorities as required in
the PO within 2 days from the date of dispatch, failing which the vendor shall be responsible for any del
ay in payment of consignment for wants of documents and consequent demurrage, detention charges e
tc.
a) The Vendor fails to comply with any of the terms of the Order or the bidder do not remedy a failure in the p
erformance of their obligations under the Contract, within thirty (30) days after being notified or within any
further period as the Owner may have subsequently approved in writing.
c) If as a result of Force Majeure, the Bidder is unable to supply a material for a period of not less than 60 day
s.
d) If the Bidder, in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing or
in executing the Contract. For the purpose of this clause.
e) "Corrupt Practice" means the offering, giving, receiving or soliciting of anything of value to influence the a
ction of a public official in the selection process or in contract execution.
f) "Fraudulent Practice" means a misrepresentation of facts in order to influence a selection process or the e
xecution of a contract to the detriment of the Owner.
g) The vendor is otherwise precluded from complying with any of the terms of the order on account of any di
rectives of any lawful authority.
i. 1:1 interchangeability & fitment certificate: Fitment certificate is to be furnished during supply of finis
hed product.
iii. Material test certificate: Manufacturer test certificate / Material test certificate is to be furnished during
supply of finished product.
i. Material Specification: Material specification should be as per material description provided in attachme
7/9
nt of Specification Document under Technical Specification of GeM Bid.
ii. Delivery schedule: Within 60 days from the date of issuance of Purchase Order.
Q. DELIVERY:
Materials is to be delivered as per mentioned delivery schedule of each item after issuance of GeM Cont
ract. Consignee of the material is SE (M), Store, MTPS, DVC. The date of delivery to be reckoned as the
date of receipt of the material at site by the consignee.
R. All FORMS like Letter of Bid (LOB), Declaration regarding Local content in Ex-Work Basis, Declaration re
garding Acceptance of All Terms and Conditions (ATC), Affidavit, Pact, Bank Format, Techno-Commercial Bi
d Sheet etc. have been attached in the in the Buyer Added Bid Specific ATC (Sl. No. 5) under Buyer Added
Bid Specific Terms and Conditions. Bidder are requested to go through the same and submit the those doc
uments in the Techno-commercial bid in GeM Portal.
U CORRESPONDANCE:
All correspondence regarding Technical Aspects: Shri Bhavesh Kshatri, SE (M), AHP, U# 1-6, (Mob: +91
-9434745789) E-mail id: bhavesh.kshatri@dvc.gov.in
All correspondence regarding Store Aspects: Sri. Suraj Lakra, SE (E), Store, (Mob: +91-9934091780), E
-mail id: suraj.lakra@dvc.gov.in
All correspondence regarding Payment Queries: Sri. Surendra Prasad, Dy. General Manager (Fin), Accou
nts Dept. (Mob: +91-9431539651), E-mail id: surendra.prasad@dvc.gov.in
All correspondence regarding Commercial Aspects: Sri. Anand Prakash Lal, SE (M), C&M Section, (Mob:+
91-9434745809), E-mail Id: anand.lal@dvc.gov.in
W. NOTE: Other Terms and conditions which are not specifically mentioned in the Terms and conditions o
f the NIT shall be guided by DVC's G.C.C as per applicability.
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. 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:-
8/9
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/ यह बड सामा य शत के अंतगत भी शािसत है
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 करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।
9/9