You are on page 1of 13

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3262542
Dated/ दनांक : 20-03-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 10-04-2023 14:00:00

Bid Opening Date/Time/ बड खुलने क


10-04-2023 14:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


60 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Petroleum And Natural Gas

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम Oil And Natural Gas Corporation Limited

Office Name/कायालय का नाम Assam Mm

Total Quantity/कुल मा ा 168

IR Type HC Gas detector (Q3) , UV/ IR Flame detector (Q3) ,


Item Category/मद केटे गर
Hydrogen gas detector (Q3)

MSE Exemption for Years of


Experience/अनुभव के वष से एमएसई छूट/ and No
Turnover

Startup Exemption for Years of


Experience/अनुभव के वष से टाटअप छूट/ and No
Turnover

Certificate (Requested in ATC)


Document required from seller/ व े ता से मांगे *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
गए द तावेज़ eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Primary product category Hydrogen gas detector

Time allowed for Technical Clarifications


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

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- Yes
registered with GeM)

1 / 13
Bid Details/ बड ववरण

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Pre Dispatch

Name of the Empanelled Inspection


CONCERNED ONGC QUALITY ASSURANCE DEPARTMENT
Agency/ Authority

Evaluation Method/मू यांकन प ित Item wise evaluation/

EMD Detail/ईएमड ववरण

Required No

ePBG Detail/ईपीबीजी ववरण

Required No

Splitting/ वभाजन

Bid splitting not applied.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता No

Details of the Competent Authority for MII

Name of Competent Authority MOPNG

Designation of Competent Authority MOPNG

Office / Department / Division of Competent


Instrumentation Section
Authority

CA Approval Number 82217

Competent Authority Approval Date 26-04-2022

Brief Description of the Approval Granted by As per amendment to PPLC policy (dated 26.04.2022) Limit
Competent Authority of exemption for small purchase is up to Rs. 1 Crore

Competent Authority Approval for not opting Make In India Preference : View Document

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as

2 / 13
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 100%(selected by Buyer) percentage of
total QUANTITY.
2. 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.
3. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
authorized representatives

An independent third party Professional Inspection Body can help buyer in mitigating buyer’s risk with pre-
dispatch/post-dispatch inspection in order to ensure that equipment, components, solutions and documentation
conform to contractual requirements. The buyer has a right to inspect goods in reasonable manner and within
reasonable time at any reasonable place as indicated in contract. Inspection Fee/ Charges (as pre-greed between
buyer and Inspection Agency) would be borne by the buyer as per their internal arrangement but may be
recovered from the seller if the consignment failed to conform to contractual specification and got rejected by
the Inspection Officer .If so requested and accepted by the seller , initially seller may pay for inspection
charges as applicable and get the same reimbursed from buyer if consignment accepted by the Inspecting
Officer . For reimbursement seller has to submit proof of payment to Inspection Agency.

Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying the place
of inspection as per contract and the Inspecting officer shall on receipt of such notice notify to the seller the date
and time when the stores would be inspected. The seller shall, at his own expenses, afford to the Inspecting
officer, all reasonable facilities as may be necessary for satisfying himself that the stores are being and or have
been manufactured in accordance with the technical particulars governing the supply. The decision of the
purchaser representative /inspection authority regarding acceptance / rejection of consignment shall be final and
binding on the seller.

The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which
the Inspecting officer may demand of him for any test, and examination, other than special or independent test,
which he shall require to be made on the seller's premises and the seller shall bear and pay all costs attendant
thereon.

The seller shall also provide and deliver store / sample from consignment under inspection free of charge at any
such place other than his premises as the Inspecting officer may specify for acceptance tests for which
seller/OEM does not have the facilities or for special/ independent tests.

In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing to lack
of test facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in the
inspection and/or test. Cost of test shall be assessed at the rate charged by the Laboratory to private persons for
similar work.

Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof to
such tests as he may like fit and proper as per QAP/governing specification. The seller shall not be entitled to
object on any ground whatsoever to the method of testing adopted by the Inspecting officer.

Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will be
borne by seller.

Inspecting officer is the Final Authority to Certify Performance / accept the consignment. The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.

The seller shall if so required at his own expense shall mark or permit the Inspecting officer to mark all the
approved stores with a recognised Government or purchaser's mark.

3 / 13
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 Ir Type Hc Gas Detector 131

Schedule 2 Uv/ Ir Flame Detector 34

Schedule 3 Hydrogen Gas Detector 3

IR Type HC Gas Detector ( 131 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

Tukheswar 785640,CENTRAL STORES,


1 131 112
Buragohain ONGC, SIVASAGAR

UV/ IR Flame Detector ( 34 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

4 / 13
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

Tukheswar 785640,CENTRAL STORES,


1 34 112
Buragohain ONGC, SIVASAGAR

Hydrogen Gas Detector ( 3 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

Tukheswar 785640,CENTRAL STORES,


1 3 112
Buragohain ONGC, SIVASAGAR

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Forms of EMD and PBG

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

ONGC Limited
payable at
Sivasagar-785640
.
Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

2. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of

ONGC Limited
payable at

5 / 13
Sivasagar-785640
.
Bidder has to upload scanned copy / proof of the BC along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

3. Forms of EMD and PBG

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

Oil and Natural Gas Corporation Limited


Account No.
10637162283
IFSC Code
SBIN0004797
Bank Name
State Bank of India
Branch address
SBI ONGC Colony Branch, Sivasagar
.
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.

4. 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

ONGC Limited
payable at
Sivasagar-785640
. 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.

5. 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

Oil and Natural Gas Corporation Limited


Account No.
10637162283
IFSC Code
SBIN0004797
Bank Name
State Bank of India
Branch address
SBI ONGC Colony Branch, Sivasagar
. 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.

6. 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.

7. Generic

Manufacturer Authorization:Wherever Authorised Distributors/service providers are submitting the


bid, Authorisation Form /Certificate with OEM/Original Service Provider details such as name, designation,
address, e-mail Id and Phone No. required to be furnished along with the bid

6 / 13
8. 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.

9. Generic

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

10. Generic

The buyer organization is an institution eligible for concessional rates of GST as notified by the
Government of India. The goods for which bids have been invited fall under classification of GST
concession and the conditions for eligibility of concession are met by the institution. A certificate to this
effect will be issued by Buyer to the Seller after award of the Contract. Sellers are requested to submit
their bids after accounting for the Concessional rate of GST.
Applicable Concessional rate of GST :

12
%
Notification No.and date :
11/2022
dated
13/02/2022

11. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

12. Generic

Whereever Essentiality Certificate is applicable (PEL/ML), successful bidder should provide Proforma
Invoice for processeing for EC application and material should be dispatche after receiving of EC rom
DGH. In view of the same, an ATC may be incorporated in GeM, viz, "BIDDER/OEM must provide Proforma
Invoice for processeing for EC application within

7
days from date of issue of GeM Contract and material should be dispatche after receiving of EC rom DGH."

13. Scope of Supply

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

14. 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.

15. Buyer Added Bid Specific ATC

7 / 13
Buyer Added text based ATC clauses

1. TECHNICAL BID EVALUATION CRITERIA:

A. VITAL CRITERIA FOR ACCEPTANCE OF BIDS: -

Bidders are advised not to take any exception/deviations to the bid document. Exceptions/ deviations, if
any, should be brought out only through “Representation area” of GeM bid within the time limit as
allowed in GeM bidding system. ONGC after processing such suggestions may, through a corrigendum t
o the bid document, communicate through GeM portal to the bidders the changes in its bid document, if
any.

However, During evaluation of bids, ONGC may at its discretion ask the Bidder for Clarifications/ confirm
ations/ deficient documents of its bid through GeM portal. The request for clarification and the response
shall be in writing only through GeM portal and no change in the price or substance of the bid shall be so
ught or permitted. If the bidder still maintains exceptions/deviations in the bid, such conditional/ non-co
nforming bids shall not be considered and may be rejected.

No other mode of communication shall be entertained for queries from bidders.

B.1 REJECTION CRITERIA:

Technical rejection criteria:

The following vital technical conditions should be strictly complied with failing which the bid will be
rejected:

B.1.1 Bid should be complete in all aspects covering entire scope of job/supply and should conform to th
e technical specifications indicated in the bid document, duly supported with technical catalogues/
literatures, wherever applicable. Incomplete and non-conforming bids will be rejected outright.

B.1.2 .Manufacturer’s experience:- In case the bidder is a manufacturer of the offered equipment / ite
m, he should satisfy the following alongwith documentary evidence, which should be enclosed
alongwith the techno-commercial bid:

(a) Minimum 2 (Two) years of experience of manufacturing of the quoted item/items of the tender/bid
.

(b) Should have manufactured and supplied minimum following numbers / quantity of quoted item/ it
ems to any exploration & production / refining / processing of hydrocarbons and power plant indust
ry during the last 05 (Five) years.

(i) Infrared HC gas detector with Integral Transmitter - 20 Nos


(ii) UV/ IR Flame detectors - 10 Nos
(iii) Hydrogen gas detector - 2 Nos

For meeting the requirement above at (a) & (b), the period reckoned shall be the period prior to th

8 / 13
e originally scheduled date of opening of the techno-commercial bid.

Documentary evidence in respect of the above should be submitted in the form of copies of releva
nt Purchase Orders alongwith copies of any of the documents in respect of satisfactory execution o
f each of those Purchase Orders, such as - (i) Satisfactory Inspection report (OR) (ii) Satisfactory su
pply completion / Installation report (OR) (iii) Consignee Receipted Delivery Challans (OR) (iv) Cent
ral Excise Gate Pass / Tax Invoices issued under relevant rules of Central Excise / VAT/GST (OR) (v)
any other documentary evidence that can substantiate the satisfactory execution of each of the pu
rchase orders cited above.

2.1 In case the bidder is not a manufacturer, then the bidder is required to submit documentary eviden
ce in respect of the above 2 (a) and 2(b) of the concerned manufacturer (having supplied such ite
ms either by manufacturer himself or his distributor), along with the techno-commercial bid.

2.2 Bidders, who have successfully executed development order for quoted item/items placed by ON
GC/OIL pursuant to successful field trial testing would be considered as established source of supp
ly and in that case, documents for satisfying BEC Clause B.1.2(a) and B.1.2(b) are not required to b
e submitted. However, such bidders shall submit the certificate towards satisfactory execution of d
evelopment order pursuant to successful field trial testing along with the techno-commercial bid.

For Development Order issued by ONGC after 02.12.2020, such certificate should have been issue
d by Head INDEG only.

2.3 Applicable for bidders submitting their bid as Start-up:

In case Start-up bidder has supplied any quantity of quoted item/items as mentioned in BEC clause
B.1.2(b) to any exploration & production / refining / processing of hydrocarbons and power plant in
dustry during the last 05 (Five) years. They will be considered meeting experience criteria as per B
EC Clause B.1.2(a) and B.1.2(b).

The above relaxation is subject to submission of documents as mentioned below Clause :

“If bidder is a Start-up (Definition of “Startup” shall be as per Gazette Notification G.S.R. 127(E) da
ted 19.02.2019 (as amended) of Govt of India) and willing to avail the relaxations as stipulated in t
ender document, then they should submit the following documents:

(i) Registration Certificate issued by Department for Promotion of Industry and Internal Tra
de (DPIIT),earlier known as Department of Industrial Policy and Promotion (DIPP), Ministry of Comm
erce, certified by Start-up Director/Partner.
(ii) A declaration from the Directors/Partner of the start-up stating that bid is submitted by S
tart-up as Manufacturer of the quoted item (in case of procurement of Goods)/ Provider of quoted s
ervices (in case of procurement of services) and not as a trader/dealer/distributor.”

3. Bidders should have the required facilities for testing the quoted equipment/material as per Intern
ational standards at their premises and also agree to inspection by ONGC or any other agency no
minated by ONGC. In case the bidder is not the manufacturer, a certificate from the manufacturer
to the effect that the manufacturer possesses the required facilities for testing the quoted equipme
nt/ material should be enclosed along with the techno-commercial bid.

4. Bidder should furnish an undertaking for the product/ service support along with uninterrupted an
d timely supply of spare parts for at least 07 years for the quoted model. The bidder must give de
tails of their after sales service support/ repair services that will be provided by them. The bidder
s should indicate the source of their bought out items and clearly indicate the names of the origina

9 / 13
l equipment manufacturer for the major components.

Other Terms And Conditions:

2. EMD amount: As indicated in GeM bid document.

MSEs possessing valid Udyam Registration Certificate as notified vide Gazette notification no. S.O. 2119 d
ated 26.06.2020 (as amended) issued by Ministry of Micro, Small and Medium Enterprises will be exempte
d from furnishing bid security / earnest money deposit and will be eligible for other benefits as per PPP for
MSEs order,2012 subject to following conditions:

a. Bidder is participating in tender as manufacturer of the quoted item and not as a trader/dealer.

b. Bidder submits the copy of valid Udyam Registration Certificate, as Micro or Small Enterprise.

3. In case bidder has submitted EMD in the form of Bank Guarantee, Banker's Cheque or Demand Draft then
as per Clause xiii (m) of GeM GTC Please submit Hardcopy of the same within Five (05) days of Technical
Bid opening date to the following Buyer's address.

· Office of the CGM - Head MM, ROB-II, ONGC, Nazira, Assam-785685.

4. Performance security (security deposit) and Bid Security (EMD)

Bidder may also submit EMD and Security deposit in form of Bank Guarantee. The format, validity and clai
m period along with other instruction related to furnishing BG will be governed by GeM format and this Ge
M Bid. Bidder need to ensure while submitting Bank Guarantee for EMD and Security deposit that as per a
mendment in Section 28 of the Indian Contract Act, 1872 which is now being implemented by banks, bidde
r to ensure that there is a mandatory claim period of minimum 1 year from the date of expiry of bank guar
antee.

5. Disclosure of Prices in the techno-commercial bid:

Bidders should not indicate/disclose prices in techno-commercial (un-priced bid). In case bidders indicate/d
isclose prices in techno-commercial (un-priced bid) or at any stage before opening of price-bid, their bids s
hall be evaluated without giving any cognizance to such prices.

Evaluation will be done as per GeM bid only. If the bidder has indicated/disclosed some price in techno co
mmercial bid (at techno commercial stage) or at any stage before opening of price-bid, but has not indicat
ed any price in its Price Bid, its offer shall be considered as without any price and thus shall be rejected an
d in no case price revealed in techno-commercial bid shall be considered for award.

6. It is informed that after the successful rollout of VIMS across ONGC, the processing of

invoice is to be done through VIMS portal. In this regard Supplier is requested to submit the complete set
of documents (invoices/ documents submitted to bank for payment) at VIMS portal (https://vims.ongc.co.in
).

7. Even after submission of complete invoice along with all relevant documents if Vendors do not receive due
payment within due date and they also do not receive any intimation regarding discrepancy in invoice, the
y may raise the issue in the dedicated Email-ID (grievances_assam@ongc.co.in) with copy to Chief MM and
Chief Corporate Finance, giving complete details of IMS/VIM DP no., PO number and details of concerned id
entified user from ONGC.

10 / 13
8. Delivery terms and liquidated damage: The date of receipt of material at consignee (i.e. PRC for GeM)
will be considered as date of delivery of material. The Liquidated damages clause will be as per GeM terms
& condition.

9. Inspection clause:

Place of Inspection: At Manufacturer / Seller premises

Inspection Authority: ONGC QAD

10. Undertakings to be submitted by bidder on Letter Head for MSE preference

Copy of valid Udyam Registration Certificate as notified vide Gazette notification no. S.O. 2119(E) dated 26
.06.2020 (as amended) issued by ministry of Micro, Small and Medium Enterprises if bidder is Micro or Sma
ll Enterprises (MSE

In case bidding MSE is owned by Schedule Caste or Schedule Tribe entrepreneur or owned by Women, vali
d documentary evidence issued by the agency who has registered the bidder as MSE owned by SC/ST or W
omen entrepreneur should also be enclosed.

(The following to be provided on the vendor’s letterhead duly signed and stamped)

Undertaking to be submitted by MSE Bidders

We, M/s are aware that benefits under PPP for MSE, Order 2012 are available only to manufactur
er of quoted item and not to the trader/dealer. I/We confirm that bid is submitted as manufacturer of the q
uoted item and hence would like to avail the benefits of exemption from submission of EMD and Purchase
Preference in this tender.”

Authorised Signatory of The bidder

Place

Date

OR

We, M/s are aware that benefits under PPP for MSE, Order 2012 are available only to manufactur
er of quoted item and not to the trader/dealer. I/We are not manufacturer of quoted item and since bid is s
ubmitted as trader/dealer, I/We are not eligible for benefits of exemption from submission of EMD and Purc
hase Preference in this tender.”

Authorised Signatory of The bidder

Place

Date

11. Bidder must submit an undertaking along with their techno-commercial bid that all instructions and conditi
ons as contained in the GEM Bid document (including General Terms and Conditions of GEM & ATC) as well
as the instructions contained in the website ‘gem.gov.in’ are acceptable to them unconditionally and no de
viation from these conditions have been taken in their offer.

12. Declaration for Banning Order:

The bidder should submit a declaration to the effect that neither the bidder themselves, nor any of its allie

11 / 13
d concerns, partners or associates or directors or proprietors involved in any capacity, are currently servin
g any banning orders issued by ONGC debarring them from carrying on business dealings with ONGC.

13. As per Clause 5.0 of GeM GTC, ATC will supersede those in GTC and STC in case of any conflicting provisio
ns.

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:-

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।

12 / 13
---Thank You/ ध यवाद---

13 / 13

You might also like