0% found this document useful (0 votes)
17 views29 pages

GeM Bidding 6331593

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
17 views29 pages

GeM Bidding 6331593

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 29

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/4878972
Dated/ दनांक : 23-04-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 21-05-2024 12:00:00

Bid Opening Date/Time/ बड खुलने क


21-05-2024 12:30:00
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 Power

Department Name/ वभाग का नाम Contracts And Materials

Organisation Name/संगठन का नाम Damodar Valley Corporation

Office Name/कायालय का नाम Damodar Valley Corporation

Total Quantity/कुल मा ा 341

Fire 1 , Fire 2 , Fire 3 , Fire 4 , Fire 5 , Fire 6 , Fire 7 , Fire 8 ,


Item Category/मद केटे गर
Fire 9 , Fire 10 , Fire 11 , Fire 12 , Fire 13 , Fire 14

Procurement of various types of fire equipments for CISF


BOQ Title/बीओ यू शीषक
unit RTPS

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Certificate (Requested in ATC),Additional Doc 4 (Requested


in ATC),Compliance of BoQ specification and supporting
Document required from seller/ व े ता से मांगे document
*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

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

RA Qualification Rule H1-Highest Priced Bid Elimination

Type of Bid/ बड का कार Two Packet Bid

Primary product category Fire 13

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 3 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

1 / 29
Bid Details/ बड ववरण

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Item wise evaluation/

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक PUNJAB NATIONAL BANK

Schedule 1 EMD Amount/ईएमड रािश (In INR) 1431

Schedule 2 EMD Amount/ईएमड रािश (In INR) 2469

Schedule 3 EMD Amount/ईएमड रािश (In INR) 1542

Schedule 4 EMD Amount/ईएमड रािश (In INR) 2874

Schedule 5 EMD Amount/ईएमड रािश (In INR) 1282

Schedule 6 EMD Amount/ईएमड रािश (In INR) 3264

Schedule 7 EMD Amount/ईएमड रािश (In INR) 4457

Schedule 8 EMD Amount/ईएमड रािश (In INR) 1347

Schedule 9 EMD Amount/ईएमड रािश (In INR) 3168

Schedule 10 EMD Amount/ईएमड रािश (In INR) 7893

Schedule 11 EMD Amount/ईएमड रािश (In INR) 2016

Schedule 12 EMD Amount/ईएमड रािश (In INR) 363

Schedule 13 EMD Amount/ईएमड रािश (In INR) 6710

Schedule 14 EMD Amount/ईएमड रािश (In INR) 3314

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक PUNJAB NATIONAL BANK

ePBG Percentage(%)/ईपीबीजी ितशत (%) 3.00

Duration of ePBG required (Months)/ईपीबीजी क


20
अपे त अविध (मह ने).

(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./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।

2 / 29
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). The EMD Amount will be applicable for each schedule/group selected during Bid creation.

(c). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
3rd floor, Contracts and Materials Dept, DVC Tower, DVC (Under Ministry of Power), VIP ROAD, Kolkata- 700054.
Contracts and Materials, Damodar Valley Corporation, Ministry of Power
(Damodar Valley Corporation)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

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

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.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023

3 / 29
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.
3. 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.

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:

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

Excel Upload Required/ए सेल म अपलोड कए जाने क आव यकता :

TECHNO-COMMERCIAL SHEET - 1713764779.xlsx

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 Schedules Item/Category Quantity

Schedule 1 Fire 1 28

Schedule 2 Fire 2 46

Schedule 3 Fire 3 8

Schedule 4 Fire 4 36

Schedule 5 Fire 5 13

Schedule 6 Fire 6 9

Schedule 7 Fire 7 87

Schedule 8 Fire 8 22

Schedule 9 Fire 9 8

Schedule 10 Fire 10 70

Schedule 11 Fire 11 4

Schedule 12 Fire 12 4

Schedule 13 Fire 13 2

Schedule 14 Fire 14 4

Fire 1
(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)

4 / 29
Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 28 120
Technical Building, Dumdumi,
District- Purulia

Fire 2
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

5 / 29
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 46 120
Technical Building, Dumdumi,
District- Purulia

Fire 3
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 8 120
Technical Building, Dumdumi,
District- Purulia

Fire 4
(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

Specification Document View File

BOQ Detail Document View File

6 / 29
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 36 120
Technical Building, Dumdumi,
District- Purulia

Fire 5
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 13 120
Technical Building, Dumdumi,
District- Purulia

Fire 6

7 / 29
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 9 120
Technical Building, Dumdumi,
District- Purulia

Fire 7
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

8 / 29
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 87 120
Technical Building, Dumdumi,
District- Purulia

Fire 8
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 22 120
Technical Building, Dumdumi,
District- Purulia

Fire 9
(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

Specification Document View File

BOQ Detail Document View File

9 / 29
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 8 120
Technical Building, Dumdumi,
District- Purulia

Fire 10
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 70 120
Technical Building, Dumdumi,
District- Purulia

Fire 11

10 / 29
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 4 120
Technical Building, Dumdumi,
District- Purulia

Fire 12
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

11 / 29
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 4 120
Technical Building, Dumdumi,
District- Purulia

Fire 13
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 2 120
Technical Building, Dumdumi,
District- Purulia

Fire 14
(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

Specification Document View File

BOQ Detail Document View File

12 / 29
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Basudeb Sheet 4 120
Technical Building, Dumdumi,
District- Purulia

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

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address

Senior Manger (Mech.)


Store Section
Raghunathpur Thermal Power Station, DVC
Dumdumi, PO- Nildih
Purulia- 723133, WB.
.

3. 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 2 years residual market life i.e. the offered product shall not be declared end-of-
life by the OEM before this period.

4. 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 %.

5. Generic

Bidder shall submit the following documents along with their bid for Vendor Code Creation:

13 / 29
a. Copy of PAN Card.

b. Copy of GSTIN.

c. Copy of Cancelled Cheque.

d. Copy of EFT Mandate duly certified by Bank.

6. 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.

7. Generic

Supplier shall ensure that the Invoice is raised in the name of Consignee with GSTIN of Consignee only.

8. Generic

The successful bidder has to supply all essential accessories required for the successful installation and
commissioning of the goods supplied. Besides standard accessories as per normal industry practice,
following accessories must be part of supply and cost should be included in bid price:

Including alkl required accessories as per requirement.


.

9. Generic

While generating invoice in GeM portal, the seller must upload scanned copy of GST invoice and the
screenshot of GST portal confirming payment of GST.

10. Inspection

Materials shall be guaranteed for 12 months from the date of commissioning or 18 months from the date
of supply whichever is earlier.

11. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of

Damodar Valley Corporation


payable at
Punjab National Bank (Branch Code: 008220)
.
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.

12. Forms of EMD and PBG

Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). The bank should certify on it that the deposit can be withdrawn only on the demand
or with the sanction of the pledgee. For release of EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date

13. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

Damodar Valley Corporation


Account No.

14 / 29
0082250010682
IFSC Code
PUNB0008220
Bank Name
Punjab National Bank
Branch address
P-41, CIT Road, Scheme VII M, Kankurgachi, Kolkata – 700054
.
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.

14. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of

Damodar Valley Corporation


payable at
Punjab National Bank (Branch Code: 008220)
. After award of contract, Successful Bidder can upload scanned copy of the DD in place of PBG and has to
ensure delivery of hard copy to the original DD to the Buyer within 15 days of award of contract.

15. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of

Damodar Valley Corporation


A/C (Name of the Seller). The bank should certify on it that the deposit can be withdrawn only on the
demand or with the sanction of the pledgee. For release of Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

16. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Payment online through RTGS /
internet banking also (besides PBG which is allowed as per GeM GTC). On-line payment shall be in
Beneficiary name

Damodar Valley Corporation


Account No.
0082250010682
IFSC Code
PUNB0008220
Bank Name
Punjab national Bank
Branch address
P-41, CIT Road, Scheme VII M, Kankurgachi, Kolkata – 700054
. Successful Bidder to indicate Contract number and name of Seller 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 in
place of PBG within 15 days of award of contract.

17. Scope of Supply

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

18. 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.

19. Buyer Added Bid Specific ATC

15 / 29
Buyer Added text based ATC clauses

Bidder must ensure compliance of document attached in "Buyer Added Specific Bid Document" and accept
all terms & conditions of bid.

Manufacturer should have test/evaluation facilities and in case of non-availability, test should be got done
from Govt. Lab/ Govt. approved/NABL Accredited lab only and report so obtained to attached with PDI rep
ort.

Fitment cum interchangeability certificate for 1:1 interchangeability of the indented spares with the existin
g spares is to be submitted along with supply.

Manufacturer to submit a valid license etc.

PDI clause (CISF representative detailed by FHQrs and DVC representative) is mandator.

The vendor shall warrant that all materials shall be new, unused and confirm to the purchaser/owners’ req
uirements and specifications. The vendor shall guarantee the materials for a period of 18 months from the
date of delivery or 12 months from the date of commissioning whichever is earlier against any defect in m
aterials/manufacturing/workmanship. The vendor shall agree to replace any materials, which has been pro
ved defective fails to conform to the desired specification free of cost to all purchaser with in the guarante
e/warranty period. The guarantee or warranty certificate shall have to be furnished along with the supply o
f materials

For clarification regarding technical specification please contact: Sr. Manager (Mech.), PWS section, Raghu
nathpur Thermal Power Station, DVC, Dumdumi, PO- Nildih, Purulia- 723133. Email: [email protected]
.in; [email protected].

For clarification regarding payment please contact: Sr. Manager (Finance), RTPS & DVC HQ. Email: rajas ag
[email protected], [email protected], [email protected], [email protected].

____________________________________________________________________

LIST OF DOCUMENTS TO BE ENCLOSED WITH BID DOCUMENTS:

EMD (Not applicable in case of having valid MSME/NSIC certificate) -Mandatory with initial offe
r and should be present on opening of tender otherwise bid will be rejected straightway. Offlin
e EMD documents in original must reach to address before opening of tender for acceptance o
f bid.

PAN

GST

Bank Detail

Techno-commercial sheet duly filled up

QAP acceptance (Format attached in ATC)

DVC GCC acceptance unconditionally

No Relation Certificate with DVC in letter head

16 / 29
BASIC INFORMATION Form

Acceptance of all terms & conditions

Letter of Bid

Form-A

Affidavit duly notarized in non-judicial stamp paper for genuineness of furnished data in offer

Certificate FOR COMPLIANCE OF GOI's ORDERS (Format attached in ATC)

Valid authorization certificate if required containing GeM bid no.

Specification of offered materials.

Power of Attorney or authorization of signatory who is signing the bid.

The bidder(s) are requested to kindly furnish all the filled up Proforma / forms in the following section, alon
g with the company owner / proprietor / partner details such as email id, Contact no., Designation, Office a
ddress for our records. All the attached documents along with Buyers added ATC need to be furnished (Dul
y signed and stamped) by the participating bidders for acceptance of the same.

____________________________________________________________________

Any addendum/corrigendum/extension, if required, pertaining to this NIT will be hosted on Government e-


Marketing (GeM) [URL: https://gem.gov.in/] only. Bidders are requested to visit website Government e-Mar
keting (GeM) [URL: https://gem.gov.in/] regularly for any addendum/corrigendum/extension till opening of
tender. It will be assumed that the information contained therein will have been taken into account by the
Bidder in their bid.

Bidders must positively submit their bids online on the Government e-Marketing (GeM) [URL: https://gem.g
ov.in/] and submit their bids online in GeM portal.

DVC shall not be responsible in any way for any delay/ difficulties/ inaccessibility of the downloading or upl
oading facility from the website for any reason whatsoever.

DVC reserves the right to reject any or all bids or cancel/ withdraw the Invitation for bids without assigning
any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of suc
h action.

Tenderers will be solely responsible for the correctness/genuineness of the downloaded tender documents
from the GeM Portal. If the offer submitted through the downloaded tender documents which are incomple
te, or with changed contents, the offer will summarily be rejected.

Notwithstanding anything stated above, the owner reserves the right to request for any additional informat
ion and reserves the right to reject the tender of any bidder, if in the opinion of the owner, the qualification
data/requested information is incomplete and/or the bidder is found not qualified to satisfactorily perform t

17 / 29
he job.

Bidders are advised to go through “Training Module in GeM”, “GeM Terms & Condition”, “GeM GTC” & “FA
Q” links available on the login page of the GeM portal for guidelines, procedures & system requirements. In
case of any technical difficulty, Bidders may contact the help desk numbers & email ids mentioned at the
GeM portal.

All suits arising out of the enquiry and subsequent Work Order if any, are subject to the jurisdiction in the C
ity of Kolkata only.

COST OF BIDDING:

The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Employer
will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding
process.

CLARIFICATION ON BIDDING DOCUMENTS:

A prospective bidder requiring any clarification to the bidding documents may notify DVC only through Ge
M Platform or e-mail to the officers specially assigned for receiving queries as mentioned above in the NIT
up to the last date for submission of bids. The Employer will respond through website to any request for cl
arification of the bidding documents.

Further, any modifications of the Bidding Documents/NIT which may become necessary as a result of the d
iscussion shall be made by DVC exclusively through an amendment to the bidding documents only, which
will be uploaded in the GeM website.

The Bidder is advised to visit and examine the site where the facilities are to be installed and its surroundi
ngs and obtain for itself on its own responsibility all information that may be necessary for preparing the bi
d and entering into a contract for supply and installation of the facilities. The costs of visiting the site shall
be borne by the bidder fully.

The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its
premises and lands for the purpose of such inspection, but only upon the express condition that the Bidder
, its personnel and agents will release and indemnify the Employer and its personnel and agents from and
against all liability in respect thereof and will be responsible for death or personal injury, loss of or damage
to property and any other loss, damage, costs and expenses incurred as a result of the inspection.

AMENDMENT TO BIDDING DOCUMENTS:

At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at its o
wn initiative, or in response to a clarification requested by a prospective Bidder, amend the bidding docu

18 / 29
ments after due approval of Tender Inviting Authority.

The amendment will be notified only at https://gem.gov.in/ and will be binding on them. It will be assumed
that the information contained therein will have been taken into account by the Bidder in its bid.

In order to afford prospective Bidders reasonable time in which to take the amendment into account in pre
paring their bid, the Employer may, at its discretion, extend the deadline for the requesting/ downloading/
submission/ uploading of bids

SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE/e-PBG:

(a)To ensure due performance of the contract, the Supplier receiving the LOA/Purchase Order is required to
furnish the required performance security, in the prescribed form by the specified date as mentioned here.

(b) In case of a JV, wherever applicable, the performance security shall be provided by all partners in prop
ortion to their participation in the project.

(c) Submission of Performance Security is not necessary for a contract value up to Rupees 5(Five) lacs.

(d) Performance security may be furnished in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit receipt of 3% ordered value from a commercial bank, Bank Guarantee (including e-ba
nk guarantee) issued /confirmed from any of the commercial bank in India or Online payment in an accept
able form, safeguarding DVC's interest in all respects.

(e) Performance security is to be furnished by a specified date [generally 21 days after issuance of LOA for
Works Contract or generally 14 days after issuance of PO/LOA for Goods/Services Contract] and it should re
main valid for the entire Guarantee/Warranty period plus 60 (sixty) days beyond the date of completion of
all contractual obligations of the contractor, including Defect Liability Period (DLP)/ warranty period as appl
icable.

(f) In case the contractor fails to submit the performance security within 30 days of the date of issuance of
LOA/PO, DVC without prejudice to any other rights or remedies it may possess under the contract, may for
feit the bid security (wherever applicable) and shall short close the Contract and retender and in this reten
der such defaulting bidder will not be allowed to participate.

(g) Performance security should be refunded to the contractor without interest after he duly performs and
completes all obligations under the contract but not later than a specified date ["365 days for Works Contr
act" or "60 days for Goods/Services Contract"] of completion of the Defect Liability Period (DLP) / Warranty
Period as applicable.

19 / 29
(h)The performance security will be forfeited and credited to DVCs account in the event of a breach of cont
ract by the contractor /supplier/Service provider

Before final payment or before release of the performance bank guarantee, a 'No Claim Certificate' must b
e submitted by the Supplier/Contractor/ Service Provider to prevent future claims. Also, an acknowledgem
ent should be provided by the contractor after release of bank guarantee.

Other terms & condition of Security Deposit-Cum-Performance Guarantee as notwithstanding in tender doc
ument shall be as per GeM GTC & DVC GCC and Policy for withholding and Banning of Business Dealings of
this NIT.

DETAILS OF OUR BANKER:

Account Number 0082250010682

Account Name Damodar Valley Corporation

Account Type Cash credit

Branch Code 008220

Address P-41, CIT Road, Scheme VII M, Kankurgachi,Kolkata – 700054

Phone No. 033-23550160/23558852

Branch IFSC PUNB0008220

MICR Code 700024261

SWIFT Code PUNBINBBCCH

Confirmation of Bank Guarantee shall be issued on the SFMS (Structured Financial Messaging
System) mode by Issuing Bank to our bank as mentioned above.

Place of submission of SDPBG/e-PBG: The Sr General Manager, C&M Department, 3rd Floor, Damodar
Valley Corporation, DVC Towers, VIP Road, Kolkata,

“No Bank Guarantee shall be accepted for EMD amount up to Rs. 50,000/-. However, EMD exce
eding Rs. 50,000/- may be accepted in any of the above forms”.

The intending Bidder are advised to take care that EMD is correctly drawn and reaches before the tender o
pening as detailed in the NIT and any relaxation in this regard will not be allowed and their bids shall be re
jected outrightly.

20 / 29
In the event of submission of BG in lieu of Earnest Money, the B.G. shall not be accepted and bid may be re
jected if: (a) The name of the NIT mentioned in the BG is different from the NIT for which bids have been in
vited. (b)The firm/proprietor, on whose behalf the bank guarantee has been furnished, is different from the
bidder. (c) The Bank Guarantee is not of the prescribed value. (d) The validity of the Bank Guarantee is less
than the stipulated period.

In addition to the above, other points to be noted and followed strictly for the purpose of the execution of t
he BG as stipulated under the instruction of submission of BG.

No tender will be considered as valid without acceptance of Earnest Money Deposit If applicab
le.

Note: - The Bank Guarantee to be prepared on non-judicial stamp paper of appropriate value which vary f
rom state to state and time to time. It has to be verified from the bank.

Note:-SDBG need to be submitted to "3rd floor, Contracts and Materials Dept, DVC Tower, DVC(Under Mini
stry of Power),VIP ROAD,Kolkata, 700054(Damodar Valley Corporation)" after issuance of Order.​

Bidders are requested to download documents from hyperlink given in Buyer uploaded ATC d
ocument under “Buyer Added Bid Specific Additional Terms and Conditions”.

PERMANENT EARNEST MONEY DEPOSIT: The Tenderer may deposit with the Corporation, permanent E
MD of rupees three lakhs only (Rs. 3,00,000) in the form DD/Pay order/banker cheque Draft in favour of Da
modar Valley Corporation payable at Kolkata in INR or BG for a period of three years constituting the same
sum as security for the compliance with the obligation undertaken in the tenders involving estimated cost
up to Rs.1 crore irrespective no. of tender. No interest shall be payable on such deposit amount. Tenderer
shall be entitled to submit offers and to have them considered without payment of EMD with each tender s
eparately. An exemption certificate shall be issued to such vendors, and they need to furnish reference of
this certificate along with tender document and also superscribe the reference on the envelope so that offe
rs are accepted for opening. Permanent EMD deposited by vendors/suppliers shall be forfeited in case they
-

i) Revoke the tender or increase the rates after opening the tender but during the validity period of their
offers

or

ii) Refuse to accept the order/contract issued as per their offer or subsequent mutual agreements.

iii) Do not execute the orders.

Permanent EMD can be refunded if so desired by vendors, in which case they shall be required to deposit r
equisite EMD with each tender.

FORFEITURE OF EMD: The EMD may be forfeited if:

a) For failure of tenderers to accept the order / LOI / LOA placed within the validity period of their offer.

b) Any bidder withdraws/varies his offer within the bid validity period before finalization of the tender.

21 / 29
c) If the bidder does not accept the arithmetical correction of its bid price.

d) For failure to submit security cum performance BG within 30 days from the last day of the specified tim
e limit as stipulated in the PO/LOI/LOA.

e) If the acceptance of order is not received within the stipulated period.

f) If the Bidder does not withdraw any deviation listed in Statement of Deviations at the cost of withdrawal
indicated by him.

g) If the Bidder refuse to withdraw, without any cost to the Owner, any deviation not listed in Statement of
Deviations but found elsewhere in the Bid.

h) On providing false or incorrect information in respect of qualifying requirement etc.

i) In case the L1 bidder for any item fails to produce the documents within the specified period of 10 days i
n case of domestic tenders and 15 days in case of global tenders, or if any of the information furnished by
L1 bidder on-line is found to be false during verification of documents.

j) Permanent EMD deposited by vendors/suppliers shall be forfeited in case they -

a) Revoke the tender or increase the rates after opening the tender but during the validity period of their of
fers

or

b) Refuse to accept the order/contract issued as per their offer or subsequent mutual agreements.

c) Do not execute the orders.

Permanent EMD can be refunded if so desired by vendors, in which case they shall be required to deposit r
equisite EMD with each tender.

REFUND OF EMD

The earnest money would be refunded to the unsuccessful tenderers within 15 days of finalization of the te
nder. Earnest Money will be returned to the successful tenderer after receipt of SDBG as per terms mentio
ned in the Purchase/Work order. No nterest would be paid against the EM deposits.

Exemption from EMD

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.

Micro and Small Enterprises registered with any National Small Industries Corporation(NSIC) / Khadi & Villa
ge Industries Commission/District Industries Centre/ Khadi & Village Industries Board/Coir Board/ Directorat
e of Handicrafts and Handloom or any other Body specified by Ministry of Micro small and Medium Industri
es, MSEs registered under UDYAM shall be exempted from EMD (if applicable as per GeM GTC) subjec
t to submission/uploading of scan copy of the documentary evidence like valid Registration Certificate fro
m Appropriate Govt. Authority on GeM portal and also furnish the copy of the uploaded documents in a sep
arate envelope super scribing "MSME/NSIC CERTIFICATE" to the office of Sr. General manager(C&M ), HQ,
Kolkata,, DVC before the date and time set for bid submission (uploading).

22 / 29
The above envelopes i.e. "BID SECURITY/EMD" OR "MSME/NSIC CERTIFICATE" (as applicable) should be sea
led in an outer envelope super scribing on it, the GeM Bid No. and due date of opening.

In case the Bidder is a Joint Venture / Consortium, “all the members of Joint Venture / Consortium” or “the J
oint Venture Company itself” should be registered with such authority for seeking such exemption.

Similarly, if the bidder is allowed to participate with an associate where the financial or the technical capab
ility is fully meet by the associate, then both the bidder and its associate should be registered with such au
thority for seeking such exemption of Cost of Tender Documents & Bid Security /EMD.

However, where the bidder is allowed to participate with an associate where only a part of the technical ca
pability is meet by the associate, then the bidder should be registered with such authority for seeking such
exemption.

MSEs seeking such exemption must upload scanned copies of valid registration certificate fro
m MSME/ NSIC in the GeM Portal.

Note: Please Submit Hard Copy of EMD document in envelop superscribing GEM BID No. to the office ofSr.
General manager, 3rd Floor, DVC – Tower, VIP Road Kolkata WB -700054 before the bid opening date of te
nder OR upload valid MSME/NSIC registration certificate in support of exemption of EMD (if applicable) If th
e instrument for EMD or copy of Valid NSIC/ Valid MSME registration certificate from appropriate Govt. auth
ority submitted/uploaded against the offer is found not in line with the enquiry, the offer will be treated as
non-responsive and will be liable for rejection.

(2). VERIFICATION OF EMD

(a) Envelope with EMD or hard copy of Valid NSIC/ Valid MSME registration certificate (self-authenticated) f
rom appropriate Govt. authority will be opened on the due date and contents of the envelope will be prima
facie checked.

(b) If the prescribed instruments are not found in envelope in line with the NIT requirement, then the offer
will be out rightly rejected.

(c) However, even after opening of the Techno-Commercial part, a thorough scrutiny of EMD or hard copy o
f Valid NSIC/ Valid MSME registration certificate (self-authenticated) from appropriate Govt. authority will b
e made. If the instrument for EMD or hard copy of Valid NSIC/ Valid MSME registration certificate (self-auth
enticated) from appropriate Govt. authority submitted against the offer is found not in line with the enquiry
, the offer will be treated as non-responsive.

PRICE BASIS: FOR RTPS, DVC.

23 / 29
PRICE BID DISCLOSURE: If any price component related to subject NIT in full or in part is exposed and fo
und with its techno commercial offers, the offer shall outrightly be rejected and will not be considered furt
her. Offers should invariably be kept open for acceptance for 90 days from the date of opening of the tend
er.

REDIRECTION OF TENDER ENQUIRY: Tender Enquiry redirected by the manufacturer to his authorized
Distributor/dealer may be given cognisance provided necessary supporting documents (like up-to-date pric
elist published by the manufacturer, manufacturer's guarantee for quality, delivery time etc.) is enclosed
with the offer. Such authorization will be accepted during submission of initial offer only

PAYMENT TERM: 100% Payment along with full taxes & duties will normally be made within fifteen (15)
working days from the date of receipt of materials at site, inspection & acceptance thereof or from date of
receipt of invoice whichever is later subject to submission and acceptance of Security Deposit cum
Performance Bank Guarantee (as per DVC format), if applicable.

All payments to the vendor(s) will be released through RTGS/NEFT only.

TAXES AND DUTIES: Taxes and duties will be inclusive of quoted prices.

LD CLAUSE: If the Seller/Service Provider fails to deliver any or all of the Goods/Services within the origina
l/re-fixed delivery period(s) specified in the contract, the Buyer will be entitled to deduct/recover the Liqui
dated Damages for the delay, unless covered under Force Majeure conditions aforesaid, @ 0.5% of the con
tract value of delayed quantity per week or part of the week of delayed period as pre-estimated damages
not exceeding 10% of the contract value of delayed quantity without any controversy/dispute of any sort
whatsoever.

RISK PURCHASE CLAUSE:

The Purchaser/Owner reserves the right to purchase the material/spares/ equipment or get the service & w
orks done from elsewhere at the sole risk and cost of the Contractor/Vendor and recover all such extra cost
incurred by the Purchaser/Owner in procuring the material, services and works contract. The procedure to
be followed is given below:

i) After the expiry of the specified date of delivery/ completion period, a notice should be given to the vend
or for delivering the material/ completion the work immediately.

ii) If the Contractor/Vendor fails to deliver the material/ complete the work, a final risk and cost notice is to
be served to the vendor by registered post with A/D/speed post/ email, clearly indicating

that if he fails to deliver the materials/ complete the work within specified period as per condition of contra
ct after receipt of the letter/email, the same shall be outsourced/executed from other sources at the risk a
nd cost of the vendor/Contractor. Such letter is to be issued with approval of TAA (Tender Acceptance Auth
ority). However, in case TAA is DVC Board or Chairman, approval of concerned member shall follow by con
currence of Member Finance shall be obtained.

iii) The existing order has to be closed and action to be initiated for procurement / completion of work
&services of the balance items/ portion. While taking such action the defaulting Vendor/Contractor should
not be given an opportunity against fresh tender/enquiry.

iv) If it is found that price has come on the higher side then the difference between the original price and t

24 / 29
he new price will be recovered from the Vendor/Contractor.

v) For the purpose of recovery of the amount, unpaid amount / security deposit/ SD by way of BG, provide
d by the vendor/contractor will be adjusted first, if there is any balance left to be recovered,

the Vendor/Contractor should be informed to deposit the money at the earliest.

vi) If he fails to deposit the balance amount no further enquiry will be given as per banning procedure.

vii) In case the amount is considerable, legal action may be considered by TAA (Tender Acceptance Author
ity). However, in case TAA is DVC Board or Chairman, approval of concerned member shall follow by concu
rrence of Member Finance shall be obtained.

viii) Alternatively, the Purchaser/ Owner may short close the Order stating the reason for not resorting to ri
sk purchase clause in case of exigency with the approval of TAA (Tender Acceptance Authority). However, i
n case TAA is DVC Board or Chairman, approval of concerned member shall follow by concurrence of Mem
ber Finance shall be obtained.

In the event of recourse to alternatives as mentioned above, the Purchaser/DVC will have the right to re-pu
rchase the stores or complete the work, to meet urgency in requirement caused by Contractor/Vendor’s fa
ilure to comply with the schedule of delivery or completion of the work or services irrespective of the fact
whether the materials /equipment/ work/ service are similar or not.

INSPECTION: Goods supplied will always be subject to our inspection on arrival at the destination. The su
pplier will be held responsible for the stores not being sufficiently and properly packed at his expenses for
transport by to be quoted by the Bidder; so as to ensure them being free from loss or injury at their destin
ation. In accepting the order, you are understood to accept to all responsibilities for any infringement in re
gistered design, trademark, patent rights etc.

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. Goods are to be delivered at consignee's st
ore.

FORCE MAJEURE: It will be guided as per GeM GTC and Clause No. 16 of GCC 2022.

LIMITATIONS OF LIABILITY: Except in cases of Criminal Negligence or willful misconduct, the Bidder and
The Employer shall not be liable to the Other Party for any indirect or consequential loss or damage, loss o
f use, loss of production, or loss of profits or Interest costs, provided that this exclusion shall not apply to a
ny obligation of the Bidder to pay liquidated damages to the Employer AND The aggregate liability of the B
idder to the Employer, whether under the Contract, in tort or otherwise, shall not exceed the total Contract
Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment,
or to any obligation of the Bidder to indemnify the Employer with respect to patent infringement, copy righ
t, workman compensation.

SETTLEMENT OF DISPUTES & ARBITRATION: Settlement of disputes shall be as per Clause No. 20 of O
ptional terms & conditions of GCC. GCC shall be as per W&P Manual 2022.

25 / 29
REQUIRED DOCUMENTS FOR MATERIALS:

Guarantee/Warranty Certificate: Guarantee/Warranty Certificate for all the items are to be submitted along
with supply.

1:1 fitment certificate.

DELIVERY POINT: DVC RTPS Store.

DVC GENERAL CONDITIONS OF CONTRACT (GCC) & GeM GTC: The terms and conditions not mention
ed herein shall be as per DVC GCC and GeM GTC as applicable. For DVC GCC, please visit https://www.dvc.
gov.in/cms-web/general_conditions_Contract and for GeM GTC, please visit www.gem.gov.in. If any contra
diction arises between the conditions mentioned in GeM GTC & DVC GCC, the former shall prevail. If any c
ontradiction arises between the conditions mentioned herein & GeM GTC, the former shall prevail.

PUBLIC PROCUREMENT CLAUSE: Public Procurement (Preference to Make in India), Order 2017 of GOI,
Ministry of Commerce and Industry, Department of Industrial Policy and Promotion, Udyog Bhawan, New D
elhi, No.- P45021/2/2017 -B.E.-II dated 15.06.2017 as amended by Order No.- P-45021/2/2017-B.E.-II dated
28.05.2018 and Order No.- P- 45021/2/2017-B.E.-II dated 29.05.2019 and finally revised on 04.06.2020 is a
pplicable for the subject procurement.

PURCHASE PREFERENCE: All the small manufacturing & NSIC registered firms quoting rates within +15
% of the L1 offer may be offered up to 25% of the tendered quantity provided that they are willing to matc
h the price of L1. In case more than one MSME tenderer falls within this purview, the total quantity of 25%
may be split amongst them proportionately. They should also meet qualification criteria specified in the te
nder documents. A further 4% within this 25% will be reserved for MSME firms owned by SC/ST entreprene
ur.

CANCELLATION/SHORT CLOSURE: The Owner may terminate/short close the contract, by not less than
30 days’ written notice to the bidder, to be given after occurrence any of the events specified in the Sl. No.
(a) to (e) of this clause and 60 days in the case of the event referred to Sl. No. (g), (h) & (f) below : a) The
Vendor fails to comply with any of the terms of the Order or the bidder do not remedy a failure in the perfo
rmance of their obligations under the Contract, within thirty (30) days after being notified or within any furt
her period as the Owner may have subsequently approved in writing.

b) The Vendor becomes bankrupt or goes into liquidation.

c) If as a result of Force Majeure, the Bidder is unable to supply a material for a period of not less than 60 d
ays.

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 any thing of value to influence th
e action 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
execution 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

26 / 29
directives of any lawful authority.

h) If the Owner, at its sole discretion, decides to terminate this Contract.

ACCEPTANCE OF PO: On issuance of contract, the contractor shall acknowledge receipt and convey his
acceptance by returning the duplicate copy of this Work Order duly signed with company seal and date wit
hin 10 days to the Work Order Issuing Authority and if the ac acknowledgment is not received in 10 days it
shall be presumed that the contractor (L1 bidder) has accepted the complete Contract.

BILL TRACKING SYSTEM: It has been advised that all the bill/invoice related to P.O./W.O. must be proces
sed through DVC Portal with following link https://application.dvc.gov.in/Vendor/ Detailed guidelines relate
d to Processing of Bill for Vendor Bill Tracking are available in the DVC portal under PROCUREMENT.

VERIFICATION OF DOCUMENTS: Scanned copies of all the required documents for meeting the qualifyin
g criteria of the tender along with the bid documents shall have to be uploaded in GeM portal during submi
ssion of bid online for techno-commercial evaluation & compliance thereof. Tenders will be processed on t
he basis of scan copy of the documents submitted by the bidders.

L1 Bidder/s (Based on the information/declaration furnished by them online) shall have to produce the doc
uments (as required as per NIT) in original /self-authenticated and attested by Public Notary, in support of
the information furnished by them on-line, for verification within 10 days from issuance of letter in case of
domestic tenders and 15 days in case of global tenders from the date of notification by DVC. No additional
time will be allowed to the L1 Bidder for producing the required documents. In case any bidder(s) fails to p
roduce the documents within the specified period of 10 days in case of domestic tenders and 15 days in ca
se of global tenders, or if any of the information furnished by the bidder(s) on -line is found to be false duri
ng verification of documents, which changes the eligibility status of the bidder then following action will be
taken: The defaulting such L1 bidder will be liable with forfeiture of EMD with caution letter to refrain in fut
ure an d in event of 2nd instances EMD will be forfeited and banning of L1 bidder for one year from partici
pating in future tenders.

INTRASTATE E-WAY BILL: As per latest Government Notification no 13/2018 -C.T/GST dtd 06/06/18 for
movement of Goods (more than Rs 1 Lakh ) within W.B intrastate e-way bill is required.

FIELD QUALITY PLAN (FQP) / QUALITY ASSURANCE PLAN (QAP): Vendor should adhere to the FQP/Q
AP format as attached. Kindly accept, sign, stamp and send along with offer.

COMMUNICATION DETAILS: - The names and designation along with e-mail address of two officers speci
ally assigned for receiving (i) Envelope -1 (Hardcopy documents) (offline), (ii) future correspondence and (ii
i) the hard copies (offline) of the supporting documents as asked in the NIT, are mentioned below:

Shri Rakesh Kumar, Sr. Manager (E), C&M deptt., DVC Towers, Kolkata-54. Mobile No. 9434746104; E-mail
id: [email protected].

Shri Aurobindu Maji, Manager (C&I), C&M deptt., 3rd Floor, DVC Towers, Kolkata-54. Mobile No. 797987001
4; E-mail id: [email protected].

27 / 29
Address for communication:

The Sr General Manager,

C&M Department, 3rd Floor,

Damodar Valley Corporation,

DVC Towers, VIP Road, Kolkata,

West Bengal, Pin: 700054, India,

20. 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.

28 / 29
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।

---Thank You/ ध यवाद---

29 / 29

You might also like