0% found this document useful (0 votes)
1 views10 pages

GeM-Bidding-7314032

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 10

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/5764355
Dated/ दनांक : 30-12-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 09-01-2025 17:00:00

Bid Opening Date/Time/ बड खुलने क


09-01-2025 17:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Heavy Industries And Public Enterprises

Department Name/ वभाग का नाम Department Of Heavy Industry

Organisation Name/संगठन का नाम Bharat Heavy Electricals Limited (bhel)

Office Name/कायालय का नाम 10120029-herp, Varanasi

े ता ईमेल/Buyer Email buyer9.bhelb.up@gembuyer.in

Total Quantity/कुल मा ा 24

ROUGH M/CD FORGING FOR COVER (HW-656.01) -- ITEM AS


PER DRG. 41202530997 REV. 00 WITH MATL. HW19497 R ,
Item Category/मद केटे गर ROUGH MACHINED FORGING FOR FLANGE ASSEMBLY (HW-
672.01) AS PER DRNG. NO. 41202656991 REV. 00 AND
SPEC.

ROUGH MACHINED FORGING FOR FLANGE ASSEMBLY (HW-


GeMARPTS म खोजी गई ं ग / Searched
672.01) AS PER DRNG. NO.41202656991 REV.00 AND SPEC.
Strings used in GeMARPTS HW19387 REV.02

GeMARPTS म खोजा गया प रणाम / Searched Category not available on GeM for the text string uploaded
Result generated in GeMARPTS by the buyer

अिधसूचना के िलए चयिनत ासंिगक े णयाँ / Relevant


High Alloy Creep Steel Round Bars (BHEL)
Categories selected for notification

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 61 Lakh (s)
वा षक टनओवर (3 वष का)

OEM Average Turnover (Last 3 Years)/मूल


132 Lakh (s)
उपकरण िनमाता का औसत टनओवर (गत 3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

1 / 10
Bid Details/ बड ववरण

MSE Exemption for Turnover/टनओवर के िलए


Yes
एमएसई को छूट ा है

Startup Exemption for Turnover/ टनओवर के


Yes
िलए टाटअप को छूट ा है

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Annual
Document required from seller/ व े ता से मांगे Turnover
*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

Do you want to show documents uploaded


by bidders to all bidders participated in No
bid?/

Past Performance/ वगत दशन 10 %

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

RA Qualification Rule H1-Highest Priced Bid Elimination

ITC available to buyer/ े ता के िलए उपल ध


Yes
आईट सी

Type of Bid/ बड का कार Two Packet Bid

ROUGH M/CD FORGING FOR COVER (HW-656.01) -- ITEM AS


Primary product category
PER DRG. 41202530997 REV. 00 WITH MATL. HW19497 R

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Payments shall be made to the Seller within 90 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/मू यांकन प ित Item wise evaluation/

Arbitration Clause No

Mediation Clause No

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

2 / 10
Required/आव यकता No

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता 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
Central / State Govt Organization / PSU 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. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
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 OEM 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.
6. 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 .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_18.05.2023 for compliance of Concurrent application of Public Procurement Policy

3 / 10
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

7. 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 25% (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_18.05.2023 for
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.
8. 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.
9. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 10% 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. 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.

10. 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

Evaluation Method ( Item Wise Evaluation Method )

Contract will be awarded schedulewise and the determination of L1 will be done separately for each schedule.
The details of item-consignee combination covered under each schedule are as under:

Evaluation Quant
Item/Category
Schedules ity

Rough M/cd Forging For Cover (hw-656.01) -- Item As Per Drg. 41202530997 Rev.
Schedule 1 12
00 With Matl. Hw19497 R

Rough Machined Forging For Flange Assembly (hw-672.01) As Per Drng. No.
Schedule 2 12
41202656991 Rev. 00 And Spec.

ROUGH M/CD FORGING FOR COVER (HW-656.01) -- ITEM AS PER DRG. 41202530997
REV. 00 WITH MATL. HW19497 R ( 12 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier

4 / 10
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details

ITC on GST/जीएसट पर इनपुट कर े डट ITC on GST Cess/जीएसट उपकर कर े डट

100% NA

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

Ashok Kumar 221003,BHEL HERP, Tarna,


1 12 120
Kushwaha Shivpur

ROUGH MACHINED FORGING FOR FLANGE ASSEMBLY (HW-672.01) AS PER DRNG. NO.
41202656991 REV. 00 AND SPEC. ( 12 pieces )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details

ITC on GST/जीएसट पर इनपुट कर े डट ITC on GST Cess/जीएसट उपकर कर े डट

100% NA

5 / 10
Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

Ashok Kumar 221003,BHEL HERP, Tarna,


1 12 120
Kushwaha Shivpur

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 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.

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 %.

4. Inspection

Nominated Inspection Agency: On behalf of the Buyer organization, any one of the following
Inspection Agency would be conducting inspection of stores before acceptance:
Pre-dispatch Inspection at Seller Premises (applicable only if pre-dispatch inspection clause has been
selected in ATC):

TUV / QUEST

Post Receipt Inspection at consignee site before acceptance of stores:


Q & BE DEPTT. BHEL , VARANASI

5. Scope of Supply

Scope of supply (Bid price to include all cost components) : Only supply of Goods

6. Certificates

The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.

7. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

6 / 10
Bharat Heavy Electricals Limited
Heavy Equipment Repair Plant
Tarna Shivpur Varanasi-221003
website: https://herp.bhel.com

Enquiry Number : E-301-24-0188-62-1 Date : 28/Dec/2024

Enquiry For Material :-

Sl N Material Co Quanti
Material Description Unit
o de ty
ROUGH M/CD FORGING FOR COVER (HW-656.01) -- ITEM AS PER DRG. 41 RV10194345
1 12.0 NOS
202530997 REV.00 WITH MATL. HW19497 REV.03 56
ROUGH MACHINED FORGING FOR FLANGE ASSEMBLY (HW-672.01) AS PE RV10194347
2 12.0 NOS
R DRNG. NO.41202656991 REV.00 AND SPEC. HW19387 REV.02 29

Remarks
(A) SUPPLY CONDITION :
1. FORGINGS ARE TO BE SUPPLIED AT BHEL-HERP STORES.
2. PRE-DISPATCH INSPECTION WILL BE CARRIED OUT AS PER QUALITY PLAN RV/C&F/105 REV.04 A
T PARTY'S WORKS BY BHEL REPRESENTATIVE. FOR REVISION OF DRAWING/STANDARD/SPECIFICA
TION, PLEASE REFER THE ATTACHED DOCUMENT NO. "IND202411798", DURING INSPECTION.

(B) TECHNICAL DELIVERY CONDITION


1. MATERIAL SHOULD BE STRICTLY AS PER RESPECTIVE SPECN. .
2. DIMENSIONS AND TOLERANCES TO BE MAINTAINED AS PER DRG. MENTIONED AGAINST ITEM.
3. HEAT TREATMENT OF THE FORGINGS TO BE DONE AS PER RESPECTIVE SPECN.
4. UST TO BE DONE AS PER RESPECTIVE SPECN. .
5. DIMENSION REPORT IS REQUIRED.
6. TEST PIECE TO BE FORGED INTEGRAL AND WILL BE SEPARATED IN FRONT OF BHEL REPRESENT
ATIVE. THE SAME WILL BE MARKED BY BHEL REPRESENTATIVE AND MECHANICAL TESTING WILL B
E WITNESSED BY BHEL REPRESENTATIVE.
7. TOLERANCE ON OD AND THICKNESS IS +2 MM AND ON ID -2 MM MAY BE CONSIDERED.

(C) TEST CERTIFICATE : REQUIRED FOR CHEMICAL AND MECHANICAL PROPERTIES & UST. HEAT T
REATMENT CHART IS ALSO REQUIRED. MILL TC IS REQUIRED FOR THE FORGING.

(D) GUARANTEE/WARRANTY CERTIFICATE : REQUIRED FOR 24 MONTHS AGAINST ANY FORGING D


EFECTS.

(E) PACKING INSTRUCTION : ITEM SHOULD BE SUPPLIED IN SUCH A MANNER THAT THERE SHOUL
DN'T BE ANY TRANSIT DAMAGE.

(F) DELIVERY IS REQUIRED WITHIN 04 MONTHS FROM THE DATE OF PO. HOWEVER EARLY DELIVE
RY IS ACCEPTABLE.

7 / 10
(G) SEPARATE OFFER SUBMITTED BY ANY VENDOR ON GEM STANDS NULL AND VOID AS DELIVER
Y TERMS, PAYMENT TERMS etc. CANNOT BE NEGOTIATED ON GEM.

(H) VENDORS SHALL QUOTE THEIR RATES INCLUSIVE OF GST. ANY DEVIATION IN QUOTED RATE A
FTER PRICE BID OPENING SHALL NOT BE ENTERTAINED BY BHEL.

(I) BY SUBMITTING THEIR QUOTATION AGAINST THIS BID IT IS DEEMED THAT VENDORS AGREE TO
EACH AND EVERY TERMS & CONDITIONS MENTIONED IN THE BID.

(J) "THE OFFERS OF THE BIDDERS WHO ARE ON THE BANNED OR HOLD LIST AND ALSO THE OFFE
R OF THE BIDDERS, WHO ENGAGE THE SERVICES OF THE BANNED FIRMS, SHALL BE REJECTED. T
HE LIST OF BANNED FIRMS IS AVAILABLE ON BHEL WEB SITE www.bhel.com".

(K) BREACH OF CONTRACT, REMEDIES AND TERMINATION: IN CASE OF BREACH OF CONTRACT, W


HEREVER THE VALUE OF SECURITY INSTRUMENTS LIKE PERFORMANCE BANK GUARANTEE AVAILA
BLE WITH BHEL AGAINST THE SAID CONTRACT IS ATLEAST 10% OF THE CONTRACT VALUE, THE S
AME BE ENCASHED. IN CASE THE VALUE OF THE SECURITY INSTRUMENTS AVAILABLE IS LESS THA
N 10% OF THE CONTRACT VALUE, THE BALANCE AMOUNT BE RECOVERED FROM OTHER FINANCI
AL REMEDIES (I.E. AVAILABLE BILLS OF THE CONTRACTOR, RETENTION AMOUNT, ETC. WITH BHEL
) OR LEGAL REMEDIES BE PURSUED.FURTHER, LEVY OF LIQUIDATED DAMAGES, DEBARMENT, TER
MINATION, DE-SCOPING, SHORT-CLOSURE, ETC., SHALL BE APPLIED AS PER PROVISIONS OF THE
CONTRACT.

(L) LIQUIDATED DAMAGES/LATE DELIVERY (LD) PENALTY CLAUSE: SUBJECT TO FORCE MAJEURE C
ONDITIONS, FAILURE TOSUPPLY WITHIN PURCHASE ORDER DELIVERY SCHEDULE WILL MAKE THE
SUPPLIER LIABLE TO AN UNCONDITIONAL PENALTYOF 0.5 % PER WEEK OR PART THEREOF SUBJEC
T TO THE MAXIMUM OF 10% OF THE UNDELIVERED PURCHASE ORDER VALUEEXCLUDING TAXES
& DUTIES. NO GRACE PERIOD SHALL BE GIVEN.

(M) PAYMENT TERMS:


1.FOR MSEs VENDORS: 100% PAYMENT WITHIN 45 DAYS OF ISSUE OF CONSIGNEE RECEIPT-CUM-
ACCEPTANCE CERTIFICATE(CRAC) AND SUBMISSION OF BILL.
2.FOR MEDIUM VENDORS: 100% PAYMENT WITHIN 60 DAYS OF ISSUE OF CONSIGNEE RECEIPT-CU
M-ACCEPTANCECERTIFICATE (CRAC) AND SUBMISSION OF BILL.
3.FOR OTHER SUPPLIERS: 100% PAYMENT WITHIN 90 DAYS OF ISSUE OF CONSIGNEE RECEIPT-CU
M-ACCEPTANCE CERTIFICATE (CRAC) AND SUBMISSION OF BILL.

(N) REJECTION/REPLACEMENT: THE SUPPLIER SHALL ARRANGE REPLACEMENT / REPAIR UNDER IT


S OBLIGATION UNDER THE CONTRACT. THE SUPPLIER SHALL BE GIVEN GROUND RENT FREE PERI
OD OF 90 DAYS FROM THE DATE OF REJECTION TO LIFT REJECTED MATERIAL. BEYOND 90 DAYS,
A GROUND RENT OF 0.25 PERCENT OF VALUE OF REJECTED MATERIAL PER WEEK WILL BE LEVIED
FOR A MAXIMUM PERIOD OF 4 WEEKS. BEYOND THIS PERIOD SUPPLIER FORFEITS THEIR RIGHT TO
THE MATERIALS.

(O) THE CURRENT ENQUIRED QUANTITY IS TENTATIVE AND IT MAY DIFFER AT THE TIME OF PO PL
ACEMENT DEPENDING UPON THE ACTUAL REQUIREMENTS.

Abhishek Gupta

Dy. Manager (Purchase)

Bharat Heavy Electricals Limited ,

Varanasi , Uttar Pradesh


Tel : 8874222209

8 / 10
8. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

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 for
attached 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
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.

All GeM Sellers / Service Providers are mandated to ensure compliance with all the applicable laws /
acts / rules including but not limited to all Labour Laws such as The Minimum Wages Act, 1948, The
Payment of Wages Act, 1936, The Payment of Bonus Act, 1965, The Equal Remuneration Act, 1976,
The Payment of Gratuity Act, 1972 etc. Any non-compliance will be treated as breach of contract
and Buyer may take suitable actions as per GeM Contract.

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

9 / 10
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।

---Thank You/ ध यवाद---

10 / 10

You might also like