You are on page 1of 7

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3086114
Dated/ दनांक : 22-03-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 12-04-2023 15:00:00

Bid Opening Date/Time/ बड खुलने क


12-04-2023 15:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Pmo

Department Name/ वभाग का नाम Department Of Atomic Energy

Organisation Name/संगठन का नाम Uranium Corporation Of India Limited

Office Name/कायालय का नाम Jaduguda

Total Quantity/कुल मा ा 24

Item Category/मद केटे गर Title1

BOQ Title/बीओ यू शीषक Transportation and Material Handling

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 14 Lakh (s)
वा षक टनओवर (3 वष का)

MSE Exemption for Years Of


Experience/अनुभव के वष से एमएसई छूट/ and Yes
Turnover

Startup Exemption for Years Of


Experience/अनुभव के वष से टाटअप छूट/ and Yes
Turnover

Experience Criteria,Past Performance,Bidder


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

Past Performance/ वगत दशन 80 %

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

Type of Bid/ बड का कार Two Packet Bid

1/7
Bid Details/ बड ववरण

Time allowed for Technical Clarifications


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

Estimated Bid Value/अनुमािनत बड मू य 4658529

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 46600

ePBG Detail/ईपीबीजी ववरण

Advisory Bank State Bank of India

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

Duration of ePBG required (Months)/ईपीबीजी क


30
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 ।
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). 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 :
Chief Manager A/cs Works
JADUGUDA, Department of Atomic Energy, URANIUM CORPORATION OF INDIA LIMITED, PMO
(Sri Posi Babu)

Splitting/ वभाजन

Bid splitting not applied.

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

2/7
MSE Purchase Preference/एमएसई खर द वर यता Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to meeting of
quality and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the
"OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. In case any
bidder is seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility
for exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of
quality and technical specifications. In case any bidder is seeking exemption from Turnover / Experience Criteria,
the supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
4. 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 .In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
5. 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.
6. 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.
7. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 80% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.

Title1

3/7
(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)

Brand Type/ ांड का कार Unbranded

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

832102,AT/PO-JADUGUDA
MINES MAIN BUILDING
1 Dipak Manna 24 730
URANIUM CORPORATION OF
INDIA LTD

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

1. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Pre-Qualification Criteria (PQC) :-


1. The Bidder must have experience in similar nature of works in last seven years to any Central/ State Govt Organization / PS
U / Public Listed Company ending last day of month previous to the one in which applications are invited should be either of the
following:-

a) One similar nature of work not less than 80 % of the estimated value of the work

or

b) Two similar nature of work not less than 50 % of the estimated value of the work

or

c) Three similar nature of work not less than 40 % of the estimated value of the work.

4/7
2. Minimum average turnover of 30 % of the estimated value of the work for last 3(three) financial years and submission of du
ly audited copy of Profit & Loss account and Balance sheet of financial years 2018-19, 2019-20 & 2020-21 by Chartered Accou
ntant.

3. The Bidder shall furnish a copy of PAN, GST, MSME/NSIC, PF & ESIC Registration Number and IT returns of the last three finan
cial years.

4. Similar Works means- “Experience in execution of Hiring of Vehicle with Govt. / PSU / Public Limited Organization / Private
Limited Organization.”

5. Relaxation of conditions of prior turnover and prior experience :

Pre-qualification criteria with respect to Prior Turnover and Prior experience may relax for all MSEs and start-ups
[Whether Micro & Small Enterprises or Otherwise] as per GOI guidelines subject to meeting of Quality and Technical speci
fications. UCIL may consider allowing the participation of ‘’Start up’’ companies with capability to execute the supply/ services,
as per technical specifications/ perform the job as per scope of work specified in the tender and subject to meeting extant & rel
evant guidelines of Government of India. This should be confirmed and substantiated in the technical bid. The bidder who inten
ds to participate as “Start-up” company should enclose the Certificate of Recognition issued by Department of Industrial Policy a
nd Promotion, Ministry of Commerce & Industry, Govt. of India during submission of Technical bid. (AS DEFINED IN GAZETTE NO
TIFICATION NO. D.L-33004/99 DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF COMMERCE AND INDUSTRY), AS AMENDMED
TIME TO TIME).

The Start-up’s must enclose a copy of PAN, GST, ESIC & PF No. Of the firm/ organization.

Note – The bidders seeking relaxation for prior experience and turnover must enclose the certificate over the rele
vant criteria as mentioned in PQC of the bid, otherwise the bidder will not be considered for exemption.

6. The bidder participating in the bid must have the Head Office or a Branch Office in the state of Jharkhand.The bidder shall s
ubmit a ‘self declaration’ regarding the offices of the Company/Firm/Organization.

PENALTY :-
1. The bidder has to supply 05 Nos. (i.e. 03 Unskilled labour and 02 Skilled manpower) of manpower in a month for one year. In
short supply of manpower in a month penalty clause shall be applicable as indicated below :

i) If supply of manpower in a month is within 100 % to 85% , then there will be no penalty.
ii) If supply of manpower in a month is below 85% to 75, then 2% of the bill value of that month will be deducted as pe
nalty.
iii) If supply of manpower in a month is below 75% to 65%, then 3% of the bill value of that month will be deducted as
penalty.
iv) If supply of manpower in a month is below 65%, then 5% of the bill value of that month will be deducted as
penalty.

th
2. In case of payment of wagesto all labour is not made on or before 6 day of succeeding month, failing in which
necessary action will be taken as deemed fit. Also, a penalty @ Rs. 200/- per day or higher penalty for default period will be imp
osed subject to a maximum of 5 percent of the contract value. Levy of penalty does not abrogate contractor from his responsibi
lity for disbursement of wages as per the payment wage act, UCIL will not be liable for any damage or compensation payable.

3. In case of non availability of the vehicle due to break down, absenteeism or for any other reason attributable to the contr
actor, a penalty at the rate of hourly rate(derived from the fixed monthly rate) of non availability shall be imposed if suitable su

5/7
bstitute is not provided within an hour apart from reducing the non availability period from fixed charge and will be recovered f
rom the payment to be made for actual duty hrs of tanker.

BILL OF QUANTITY

Name of Work : Transportation and Handling of Materials for Bagjata Mines (Inclusive of all
materials & GST)

Sl. Description of Item


Amount
No. Quantity Unit Rate
Rs. P.

1 Fixed cost - Hiring a 9/10-tonne


capacity truck on all the calendar
days of a year for two years for t
ransportation of material from diff
erent units of UCIL to Bagjata Min
es as well as for other miscellane
To be quot
ous work connected with the oper To be quoted
24 months ed by the
ation of Bagjata Mines or any by the bidder
bidder
other unit of UCIL as directed by
Engineer-in-charge including cost
of repairs, lubricants, insurance c
harges ,loading, unloading, stacki
ng etc . complete but excluding c
ost of fuel (diesel) and manpower.

Variable/Reimbursable cost -
Fuel cost and Manpower Cost
(Driver-01No., Munshi-01No a
nd helpers -03 Nos.)in two ye
2 24 months Not to be quoted
ars (To be re-imbursed by the
corporation on actual basis on
submission of valid document
ary evidence)

Total cost (Including GST,Hiring , F


Rs. 0.00
uel & Manpower Cost)

2. 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. 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

6/7
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।

---Thank You/ ध यवाद---

7/7

You might also like