You are on page 1of 24

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3401295
Dated/ दनांक : 27-05-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 19-06-2023 13:00:00

Bid Opening Date/Time/ बड खुलने क


19-06-2023 13:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


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

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Coal

Department Name/ वभाग का नाम Materials Management

Organisation Name/संगठन का नाम South Eastern Coalfields Limited

Office Name/कायालय का नाम Secl Bilaspur Cg

Total Quantity/कुल मा ा 2

Item Category/मद केटे गर Tyre handler capacity 8T (Q3)

MSE Exemption for Years Of


Yes
Experience/अनुभव के वष से एमएसई छूट/

Startup Exemption for Years Of


Yes
Experience/अनुभव के वष से टाटअप छूट/

Experience Criteria,Certificate (Requested in


ATC),Additional Doc 1 (Requested in ATC),Additional Doc 2
(Requested in ATC),Additional Doc 3 (Requested in
Document required from seller/ व े ता से मांगे ATC),Additional Doc 4 (Requested in ATC)
गए द तावेज़ *In case any bidder is seeking exemption from Experience /
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

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 7 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Total value wise evaluation

1 / 24
EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक AXIS BANK LTD

EMD Amount/ईएमड रािश 2832000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक AXIS BANK LTD

ePBG Percentage(%)/ईपीबीजी ितशत (%) 10.00

Duration of ePBG required (Months)/ईपीबीजी क


12
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 :
Subsidiary of Coal India Ltd.
BANK NAME - Axis Bank Limited BRANCH NAME - Rama Trade Centre, Bilaspur Chhattisgarh NAME OF
BENEFICIARY- South Eastern Coalfields Limited, Seepat Road Bilaspur ACCOUNT NO. 914020047244694 IFSC
CODE- UTIB0000164 The Bank Guarantee issued by a scheduled Bank shall be operative at its branch situated at
Bilaspur (Chhattisgarh State) or if the issuing bank does not have any branch at Bilaspur then Bank Guarantee
shall be operative at any of its Kolkata Branch.
(South Eastern Coalfields Ltd.)

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. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be

2 / 24
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. 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.
4. 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 %(selected by Buyer) percentage of total
QUANTITY.

5. 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

Tyre Handler Capacity 8T ( 2 set )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

3 / 24
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

1 Parvez Alam Ansari 495452,SECL GEVRA AREA 2 300

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

A. ADDITIONAL TERMS & CONDITIONS (COMMERCIAL)

As per GeM GTC guidelines the participation by the Seller in e-bidding shall
be construed as his/her acceptance for all the Terms and Conditions as
outlined in the e-bidding including GTC, STC and Commercial terms of ATC.
Any other terms & conditions/deviations from the current bid document off
ered by the seller in any form will be considered void and submission of off
er/participation by the seller will be treated as their unconditional acceptan
ce to all terms & conditions outlined in the e-bidding including GTC/STC and
commercial terms of ATC.

1. INSTRUCTION TO BIDDERS:
Scanned copies of following documents as per requirements of the bid may be sub
mitted while submitting the offer online.
i. Declarations, certificates (wherever applicable) etc. required as per bid docum
ent.
ii. EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid
supporting document for the relevant category as per GeM GTC with the bid. U
nder MSE category, only manufacturers for goods and Service Providers for Ser
vices are eligible for exemption from EMD. Traders are excluded from the purvi
ew of this Policy.
iii. Any Central/State Government Organization/PSU shall be exempted towards s
ubmission of EMD. OEMs/OES participating in Open/Limited tenders for procure
ment of spare parts of their equipment are exempted from submission of EMD
in case of tenders for supply of spares only
iv. Scanned copy of EMD required to be submitted by bidders in the form of Bank
Guarantee on GeM portal in the prescribed format shall be uploaded by seller i
n the online bid and hard copy of the same will have to be submitted directly t
o the Buyer within 5 days of bid opening. (Copy of SFMS by issuing bank should

4 / 24
also be submitted along with hard copy of the Bank Guarantee)
v. MSE PREFERENCE: The bidder seeking MSE preference, must submit valid U
DYAM certificate. As per the latest directives of Govt. of India EM-Part II /UAM/
NSIC/DIC etc. registered bidders must mandatorily register on UDYAM portal a
nd in line with the same, only UDYAM registration certificate valid on bid openi
ng date is to be submitted for claiming MSE preference.
vi. Integrity Pact duly signed and stamped indicating the name and designation /c
apacity of the signatory. (if applicable)
vii. Copy of GST Registration certificate issued by appropriate authority of India du
ly self-attested, if applicable
viii. Copy of exemption certificate towards GST (if claiming exemption) from practi
cing Chartered Accountant (CA) to the effect that bidder is fulfilling all conditio
ns prescribed in notification to make him exempted from registration. If applica
ble.
ix. Certificate for Local Content in line with ATC clause for purchase preference fo
r Make in India.
x. Non-Banning/Delisting/Debarred/Put on Holiday shall be submitted as per the
enclosed format. In case Banned/Delisted/Debarred/Put on Holiday by any orga
nization, necessary details/documents to be submitted, if applicable.
xi. Other documents required as per bid/to be submitted by the bidder, if any.
xii. Ensuring submission of valid and authentic documents will be sole responsibili
ty of the bidder. Further if at a later stage it is found that the above provided i
nformation is false/misleading/incomplete their offer may be treated as unresp
onsive and suitable penal action as per provisions of GeM Incident Managemen
t Policy may be taken against them.

5 / 24
CERTIFICATE TOWARDS LOCAL CONTENT FROM OEM

We do hereby certify that the item/s offered against the tender are manufactured at ou
r factory situated at ………………………… & that the items offered have a local content o
f …………%of the total value as prescribed by the competent Ministries/Departments in
pursuance to the Public Procurement (Preference to Make in India) Order.

The items offered meets minimum local content criteria for Class- …… Local Supplier in
pursuance to the Public Procurement (Preference to Make in India) Order.

Address of Location/Factory where local value is added _________________________


___

____________________________

____________________________

Authorized Signatory of OEM

Date:

Seal of the firm

I/We _____ (Name of the auditor) _____ are statutory/cost auditor of _____ (Name of the
OEM) _____ and are authorized to submit the above certification as per MII Policy.

Signature & Stamp of statutory auditor or cost auditor of the firm

UDIN No._________________

NOTE:

If tender value is Rs. 10.00 Crores and above the above certificate needs to be issued t
hrough statutory auditor or cost auditor if the OEM is a company and from a practicing
Cost Accountant or practicing Chartered Accountant for OEMs other than company.

6 / 24
2. EVALUATION OF BID/ SHORT FALL DOCUMENTS:
i. All the offers will first be scrutinized to see whether they meet the basic requir
ements as incorporated in the bid document.
ii. Purchaser will determine the Techno-commercial acceptability of the bidders o
n the basis of the original offer and subsequent clarifications/ confirmation, if a
ny.
iii. After evaluation of the uploaded documents, shortfall/clarification documents,
if required, shall be sought from all the bidders. For shortfall/ clarification o
nly 01 (ONE) chance will be given. The time period for reply to the clar
ification will be for 7(SEVEN) days only. Non receipt of communication fro
m GeM will not be accepted as a reason of non-submission of documents withi
n prescribed time. The bidders will upload and submit the requested document
s, if any, within the specified period.
iv. Bidders are hereby informed that all correspondence with them during the pre-
contract stage shall be without any commitment whatsoever, at this stage. SE
CL reserves the right to verify any of the documents uploaded by the bidder at
any stage.

NOTE: The submission of forged document, if any, by the bidder(s), shall be dealt
as per extant guideline of GeM GTC and ATC.

3. VALIDITY OF OFFER: The offer should be valid as per provision of GeM, from the
date of opening of tender as specified in the bid document. During the Tender eval
uation process if the extension of the bid validity is required, the same can be obta
ined with the mutual consent of buyer and seller.

4. PRICE/PAYMENT TERMS: As per GeM


i. Payment for 80% of contract value shall be made within 10 days from generation of CRAC and receipt and a
cceptance of Performance Security (Security Deposit)

ii. Payment For Balance 20% of contract value shall be made after successful completion of, installation and c
ommissioning upon presentation of certificates from the Project Officer/GM(E&M) to the effect that the equi
pment has been erected and commissioned to their entire satisfaction.

PAYMENT TERMS (For CAMC): As mentioned in the technical document.

NOTE: The L-1 bidder shall submit price break-up of their offered prices after reve
rse auction for supply of equipment, installation and commissioning other charges

7 / 24
and applicable GST, at the request of buyer only after opening of price bid thro
ugh their registered email id on GeM portal which shall be considered part of contr
act.

Offered Price against this bid should not be disclosed in any manner in submission
of techno-commercial documents. Disclosure of price before price bid opening may
render the bid as non-responsive and shall be eligible for rejection of bid.

5. PAYING AUTHORITY: As mentioned in the technical document . However, regular


ization of payment on GeM portal shall be done as per provision of GeM.

6. PERFORMANCE SECURITY (shall be treated as SECURITY DEPOSIT):


The Performance Security/Security Deposit shall remain valid for at least 2 months
after the completion of Supply, Installation, testing & commissioning and integrati
on of the System in all the areas. Performance Security/Security Deposit will be rel
eased within 30 days after the completion of supply and material acceptance at co
nsignee end and receipt of confirmation of Performance Bank Guarantee/s, if appli
cable (refer PBG clause of this document) for all the equipment covered in the con
tract.

NOTE: The Bank Guarantee issued by a scheduled Bank shall be operative at its b
ranch situated at Bilaspur (Chhattisgarh State) or if the issuing bank does not hav
e any branch at Bilaspur, then Bank Guarantee may be operative at any of its Kolk
ata Branch. Copy of SFMS by issuing bank should be submitted along with hard co
py of the Bank Guarantee.

NOTE: All Central/State Government Organization/PSUs shall be exempted from s


ubmission of Security Deposit. OEM/OES shall also be exempted from submission
of Security Deposit in case of procurement of Spare Parts for equipment against Si
ngle Tender Enquiry/Open/ Limited Tenders.

7. PERFORMANCE BANK GUARANTEE: (To be submitted directly to Buyer in


Original)
i. The successful bidder shall be required to furnish a Performance Guarantee eq
uivalent to 10% of the entire contract value including all taxes, duties and othe
r costs and charges, without considering Input Tax Credit. (As per below forma
t) (on a non-judicial stamp paper of value Rs.250.00 only)
ii. The Performance Guarantee shall be in the form of a Bank Guarantee issued b
y a RBI scheduled bank in India in the prescribed format on a non-judicial stam

8 / 24
p paper.
iii. The Performance Bank Guarantee (PBG) shall be in the same currency(ies) in
which contract has been signed. In case of multi-currency contract, separate P
BG in respective currency for required value shall be submitted.
iv. If the contract is for procurement of equipment, the PBG (s) may be submitted
equipment wise also. For this purpose, the value of each equipment will be wor
ked out by dividing the total value of contract for a particular item of Bid by th
e number of equipment ordered for that particular item of the Bid.
v. The PBG(s) for equipment shall remain valid till 2 months after the completion
of entire contract
vi. The PBG shall be submitted sufficiently in advance to enable its verification fro
m the issuing bank before submission of the invoice for payment.
vii. The release of the Performance Bank guarantee(s) after above indicated perio
d, shall be subject to satisfactory performance of the equipment/items during t
he contractual period and fulfilment of contractual obligations failing which, ac
tion for further extension or encashment of PBG, as deemed suitable shall be t
aken. The Performance Bank Guarantee shall be released after expiry of validit
y period if no claim is pending, with the approval of the concerned HOD (MM)/A
rea GM.
viii. The PBG will be submitted through Structured Financial Management System (
SFMS).

FORMAT FOR BANK GUARANTEE


SOUTH EASTERN COALFIELDS LIMITED, BILASPUR

Re: Bank Guarantee in respect of Agreement / Contract / Purchase Order vide no. …………
……dated..............between.................................(Name of Purchaser Company) and.........
...(Name of Supplier Company) {applicable for subsidiary contracts/Purchase Orders}

Messers.................................a Company / Firm having its office at No...................................................


.(hereinafter called ‘the Contractor’) has entered into the Agreement / Contract / Purchase Order vide
no…………dated...................(hereinafter called ‘the said agreement’) with Coal India Limited, Kolkata
on behalf of……………………/ Purchaser Company (Name of the concerned subsidiary Company) (here
inafter called ‘the Company’) to supply................... stores/materials amounting to Rs............... on the
terms and conditions contained in the said Agreement.

The.................... (Name of the Bank) (hereinafter called ‘the Bank’) having its Office at........................
.......has at the request of the Contractor agreed to give the guarantee as hereinafter contained.

We .........................................(Name of the Bank) do hereby unconditionally agree with the Company


that if the Contractor shall in any way fail to observe or perform the terms and condition of the said a
greement or shall commit any breach of its obligations thereunder, the Bank shall on demand and wit
hout any objection or demur pay to the Company, the said sum of Rs........... or any portion thereof wi
thout requiring the company to have recourse to any legal remedy that may be available to it to com
pel the Bank to pay the same or calling on the company to compel such payment by the contractor.

Any such demand shall be conclusive as regards the liability of the Contractor to the company and as
regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to with
hold payment on the ground that the contractor has disputed its liability to pay or has disputed the q

9 / 24
uantum of the amount or that any arbitration proceeding or legal proceeding is pending between the
Company and the contractor regarding the claim.

We, the Bank, further agree that the guarantee shall come into force from the date hereof and shall r
emain in full force and effect till the period that will be taken for the performance of the said agreeme
nt which is likely to be the ...... day of........ but if the period of agreement is extended either pursuant
to the provisions in the said agreement or by mutual agreement between the contractor and the Com
pany, the Bank shall renew the period of the guarantee failing which it shall pay to the Company the
said sum of Rs..................., or such lesser amount out of the said sum of Rs..............as may be due to
the Company and as the Company may demand. This guarantee shall remain in force until the dues o
f the Company in respect of the said sum of Rs..................... are fully satisfied and the company certifi
es that the agreement has been fully carried out by the contractor and discharges the guarantee.

The Bank further agrees with the Company that the Company shall have the fullest liberty without th
e consent of the Bank and without affecting in any way the obligations hereunder to vary any of the t
erms and conditions of the said agreement or to extend the time for performance of the said agreem
ent from time to time or to postpone for any time or from time to time any of the powers exercisable
by the Company against the contractor and to forbear to enforce any of the terms and conditions rela
ting to the said agreement and the Bank shall not be relieved from its liability by reason of such failur
e or extension being granted to the contractor or through any forbearance, act or omission on the par
t of the Company or any indulgence by the Company to the contractor or any other matter or thing w
hatsoever which under the law relating to sureties would but for this provisions have the effect of reli
eving or discharging the Guarantor.

The Bank further agrees that in case this guarantee is required for a longer period and it is not exten
ded by the Bank beyond the period specified above, the Bank shall pay to the Company the said sum
of Rs.......... or such lesser sum as may then be due to the Company as the Company may require.

Notwithstanding anything herein contained the liability of the Bank under this guarantee is restricted
to Rs........ only. The guarantee shall remain in force till the ...........day of ...............20….and unless th
e guarantee is renewed or a claim is preferred against the Bank within the validity period and/or the c
laim period from the said date, all rights of the company under this guarantee shall cease and the Ba
nk shall be released and discharged from all liability hereunder except as provided in the preceding c
lause.

The Bank has under its constitution power to give this guarantee and........................... [(Name of the
person(s)] who have signed it on behalf of the Bank has authority to do so.

The Guarantee is operative at our __(Name & Address of branch situated at Bilaspur CG)___.

Dated this..................Day of........................20......


Place……………………………………………………………………………….

Signature of the authorized person(s)


For and on behalf of the Bank

NOTE: The Bank Guarantee issued by a scheduled Bank shall be operative at its branch situated at B
ilaspur (Chhattisgarh State) or if the issuing bank does not have any branch at Bilaspur, then
Bank Guarantee shall be operative at any of its Kolkata Branch.

The details of beneficiary bank for sending details of BG under SFMS Platform is furnished below:

10 / 24
1 Name of th i Name South Eastern Coalfields Limited
e Beneficia
ry and his
Details ii Area SECL HQ, Bilaspur

iii Name of Bank Axis Bank Limited

iv Bank Account No. 914020047244694

v Department Material Management

2 Beneficiary i Name of Bank Axis Bank Limited


Bank, Bran
ch and Add
ress ii Bank Branch Name Rama Trade Centre, Bilaspur CG

iii Branch Code 0164

iv Beneficiary Bank Branch UTIB0000164


IFSC

v Beneficiary Bank Addres Axis Bank, Rama Trade Centre, Bil


s aspur, CG

NOTE: Copy of SFMS by issuing bank should be submitted along with hard copy of the Bank Guarante
e as per format provided above and subsequent amendment/extension if any

8. BANNED OR DELISTED OR DEBARRED OR ‘PUT ON HOLIDAY SUPPLIERS:


Submission of offer shall be considered as acceptance by the bidder that they as w
ell as their manufacturer (if bidder is not the manufacturer) has not been BANNED
OR DELISTED OR DEBARRED OR ‘PUT ON HOLIDAY’ by any government or qu
asi-government or PSU’s. Further the bidder also undertakes by submission of thei
r offer that they have not being debarred/settled all dues/claims on account of bein
g defaulter L1 bidder for the tendered item.

If the bidder and/or manufacturer has been BANNED OR DELISTED OR DEBARR


ED OR ‘PUT ON HOLIDAY’ by any government or quasi-government or PSU’s., thi
s fact must be clearly stated, and it may not necessarily be cause of disqualificatio
n. In this respect, the bidder/manufacturer shall upload the same as additional doc
ument

Further if at a later stage it is found that the above provided information is false/ m
isleading/ incomplete their offer may be treated as unresponsive and suitable pena
l action as per provisions of GeM Incident management policy may be taken agains
t them

11 / 24
9. PRICE FALL CLAUSE:
The Bidder undertakes that it has not offered to supply/ supplied/is not supplying s
ame or similar product/systems or sub systems at a price lower than that offered i
n the present bid in respect of any Organization/Ministry/ Department of the Govt.
of India or Coal India Ltd. and/or its Subsidiaries or other PSU or any other private
organization during the currency of the contract and if it is found at any stage that
same or similar product / systems or sub systems was supplied by the bidder to a
ny Organization / Ministry / Department of the Govt. of India or Coal India Ltd. and/
or its Subsidiaries or other PSU or any other private organization at a lower price d
uring the currency of the contract, then that very price will be applicable to the pr
esent case and the difference in the cost would be refunded by the bidder to buyer
, if the contract has already been concluded.
i. The currency of contract will mean the period till completion of contract.
ii. The bidder will be asked to submit a copy of the last (latest) purchase order fo
r the similar/ordered item(s) received by them from any Organization / Ministry
/Department of the Govt. of India Coal India Ltd. and/or its Subsidiaries or othe
r PSU or any other private organization, along with the offer.
iii. It shall be responsibility of the supplier to inform the purchaser of offer to supp
ly/supply of the similar/ordered items) at a lower rate to any Organization/Minis
try/Department of the Govt. of India or Coal India Ltd. and /or its Subsidiaries o
r other PSU or any other private organization during the currency of the contra
ct.
iv. The supplier shall submit a certificate along with the bill(s) that it has not offer
ed to supply/supplied the similar/ordered items) at a lower rate to any Organiz
ation/Ministry/Department of the Govt. of India or Coal India Ltd. and/ or its Su
bsidiaries or other PSU or any other private organization.”

10. RESTRICTIONS ON PUBLIC PROCUREMENT FROM CERTAIN COUNTRIES:

In compliance to Restriction under rule 144(xi) of the General Financial Rules (GFR
s),2017 AND Circular No.F/.7/10/2021-PPD(1) Dt 23.02.2023, Ministry of Finance, t
he bidders shall Submit a Self-Declaration in below format (Certificate-1 and Certifi
cate 2 -both the certificates) regarding restriction of Public Procurement from certa
in countries

Certificate-1: Model Certificate for Tenders:


"We…………………… (name of the Firm) have read the clause regarding restrictions
on procurement from a bidder of a country which shares a land border with lndia;
We……………. (name of the Firm) certify that ……………. (name of the Firm) is not
from such a country or, if from such a country, has been registered with the comp
etent Authority. We ……………. (name of the Firm) hereby certify that we fulfill all r
equirements in this regard and are eligible to be considered”.

12 / 24
[where applicable, evidence of valid registration by the competent Authority shall
be attached].

Certificate-2: Model additional certificate by Bidders in the cases of speci


fied ToT:
"We…………………… (name of the Firm) have read the clause regarding restrictions
on procurement from a bidder having Transfer of Technology (ToT) arrangement.
We…………………… (name of the Firm) certify that we do not have any ToT arrange
ment requiring registration with the competent authority."
OR
"We…………………… (name of the Firm) have read the clause regarding restrictions
on procurement from a bidder having Transfer of Technology (ToT) arrangement.
We…………………… (name of the Firm) certify that …………………… (name of the Fir
m) have valid registration to participate in this procurement."

[where applicable, evidence of valid registration by the competent Authority shall


be attached].

.
NOTE: EMD/SD/e-PBG/Performance Bank Guarantee shall be submitted in original at
following address:
General Manager (MM)
Materials Management Dept.
Post Box No- 60
Seepat Road,
Bilaspur, Chhattisgarh- 495006

NOTE: The above terms & condition will suspend the GeM terms & condition in case
of any conflict/contradiction between two.

NOTE: In compliance to Gazette Notification issued vide 4414 Dt. 02/11/18, South Ea
stern Coalfields Limited (SECL) have onboarded on TReDS platform through R
eceivables Exchange of India Limited (RXIL) platform with Member ID SO0001
771 to facilitate payment to MSME Vendors through TReDS platform of RXIL.

In this regard, all MSE vendors of South Eastern Coalfields Limited (who have
n’t onboarded on TReDS till date) are once again requested to onboard on the
TReDS platform by registering themselves on RXIL (https://www.rxil.in) for av
ailing the benefits of TReDS platform.

13 / 24
NOTE: As per GeM GTC guidelines the participation by the Seller in e-bidding shall b
e construed as his/her acceptance for all the Terms and Conditions as outline
d in the e-bidding including GTC, STC and Commercial terms of ATC. Any othe
r terms & conditions/deviations from the current bid document offered by the
seller in any form will be considered void and submission of offer/participation
by the seller will be treated as their unconditional acceptance to all terms & c
onditions outlined in the e-bidding including GTC/STC and commercial terms o
f ATC.

B. BUYER ADDED BID SPECIFIC ATC

Eligibility criteria (Diesel powered self-propelled earth mover tyre handler with
handler attachment capacity 8 T)- " Indigenous manufacturers/ Agent of indigenous manufact
urers or Indian Manufacturing entity of foreign manufacturer or Start-ups or MSEs of tendered ite
m(s) are eligible to quote in the tender”.

· Bidder has to clearly mention their claimed status in the subject bid whether quoted as Indige
nous manufacturers/ Agent of indigenous manufacturers or Indian Manufacturing entity of fore
ign manufacturer or Start-ups or MSEs.
· Bidder should submit/upload valid & relevant documents, duly self-attested, required as per el
igibility/proveness criteria, in support of their claimed status in the subject bid.
· Bidder claiming their status as Start-ups/ MSE firm, has to submit/upload 'Proforma for Equi
pment and Quality Control' (as per attached Annexure-1) with all necessary informatio
n & valid documents, duly self-attested.

The definition of Indigenous manufacturers/ Agent of indigenous manufacturers,

Indian Manufacturing entity of foreign manufacturer, Start-ups, MSEs and Relaxation n

orms for Startups/MSEs regarding prior experience – turn over criteria, provenness crit

eria of Indigenous manufacturer & similar equipment are as mentioned below:

Indigenous manufacturers/ Agent of indigenous manufacturers:

I. The Indigenous Manufacturers/ bidder should be in a position to offer and supply with in spec
ified delivery period of the total quantity/number for which the bids have been invited.

II. Indigenous Manufacturers who manufacture the tendered equipment of tendered capacity or
higher capacity are eligible to quote against this tender.

14 / 24
III. In case Indigenous Manufacturer does not quote directly as a matter of its corporate policy, i
n the subject tender, their authorized Indian agent is also eligible to quote in the subject
tender on its behalf based on the tender specific authorization issued by the manufacturer m
entioning tender reference number and date and validity of such authorization. The Indigeno
us Manufacturer is also required to submit a certificate that it is not quoting in this tender dir
ectly as a matter of its corporate policy and if, subsequently, at any stage, it is found that it
has quoted directly to any organization; it shall be liable for penal action as per provision of t
he CIL purchase Manual.

IV. If an Indian agent submits bid on behalf of an Indigenous manufacturer, the same agent shall
not submit a bid on behalf of another manufacturer in the same tender for the same item/ pr
oduct. Further, in a tender, either manufacturer can quote or its authorized Indian Agent can
quote but both are not allowed to participate / quote in the same tender. The business entity
of the Indian Agent should be in existence for 3 years on the date of tender opening, irrespec
tive of date of appointment as Indian Agent. The term 'Agent' broadly includes Distributor, D
ealer, Channel Partner etc.

V. The Indigenous Manufacturers / bidder shall also submit a certificate that no agent/ middlem
an/ liasoning agent or any entity in any name other than the disclosed authorized Indian age
nt is involved in the subject tender and if, subsequently, at any stage, it is found that it has g
iven a false certificate, it shall be liable for penal action as per provisions of CIL purchase Ma
nual.

VI. The Indigenous Manufacturers/ bidder shall submit the list of respective Manufacturers for th
eir bought-out assemblies/ sub-assemblies fitted in the quoted model of equipment, if any.

Indian Manufacturing entity of foreign manufacturer

Indian manufacturing entity of the foreign manufacturer is eligible to bid as Indigenous Manufact
urer if the Foreign Manufacturer manufactures equipment of the same or similar capacity as the t
endered equipment; and the Indian Manufacturing entity has sufficient facility for manufacturing,
supply and After Sales Service Support in India for equipment of same or similar capacity as the t
endered equipment.

In such case the bidder shall be required to submit copy of valid Legal Agreement/ Collaboration
Agreement/ License Agreement/MOU with foreign (principal) manufacturer digitally signed (for do
cuments submitted on e-procurement portal) / self-certified (for documents submitted in modes o
ther than e-procurement portal), for the equipment being offered to prove their status as Indian
Manufacturing entity of foreign manufacturer. Such bidders shall be required to submit tender sp
ecific declaration by the Principal Manufacturer. Both the Indian manufacturing entity and its prin
cipal manufacturer should confirm to ensure supply of spares, consumables and service support
for smooth running of the equipment during its lifetime.

If the documents are related to the OEM or principal, the self-certification of OEM or principal shall
also be required.

In case of procurement of equipment, the bidder / manufacturer should have After Sales Service
Support facilities in India like Depot/ Warehouse for supply of spare parts, Workshop facilities for
servicing and repair of assemblies, sub-assemblies and equipment, trained technical manpower
and training facilities for providing training to CIL’s personnel, etc. The minimum criteria for After

15 / 24
Sales Service Support facilities should be clearly indicated in the NIT. In case the bidder/ manufac
turer does not have the After Sales Service Support facilities in India, the bidder will have to sub
mit an undertaking along with its offer that in the event of placement of order on them, they will
establish the above facilities in India within the completion period of warranty of the first equipm
ent commissioned. In such case, the bidder shall have to provide additional PBG for 30% of the c
ontract value, which will be released after establishment of After Sales Service Support facilities i
n India and against submission of normal PBG for 10% of the contract value.

NOTE: In case the manufacturer is the bidder, the After Sales Service Support Facilities of its Indi
an Agent may also be acceptable on meeting minimum criteria.

Start-ups and Micro & Small Enterprises (MSEs):-


Start-ups means an entity, incorporated or registered in India not prior to ten years, with annual t
urnover not exceeding Rs 100 Crores in any preceding financial year, working towards innovation
, development or improvement of products or processes or services, or if it is a scalable business
model with a high potential of employment generation or wealth creation. Provided that such ent
ity is not formed by splitting up or reconstruction of business already in existence. Provided also t
hat an entity shall cease to be a startup if its turnover for previous financial years has exceeded
Rs 100 Crores, or it has completed 10 years from the date of incorporation / registration. In order
to avail benefits provided to Startups, the entity is to be recognized by DPIIT [GSR No. 127E date
d 19.02.2019 of Gazette of India].

The Start-ups are normally micro & small Enterprise which may not have a track record. They will
have technical capability to deliver the Goods & Services as per prescribed technical & quality sp
ecifications and may not be able to meet the qualification criteria relating to prior experience / pr
ior turn over.

Micro & Small Enterprises (MSEs): - Definition of MSEs shall be as per public procureme

nt policy for Micro and Small Enterprises Order, 2012 dated 23.03.2012 with subseque

nt amendments, if any

Relaxation of norms for Start-ups & MSE’s regarding prior experience - turn over criter

ia.

The prior experience and turn over criteria are not applicable for Start-ups & MSEs in the tender.

Against the tender, if bidders in their offer have submitted documents to prove the Startup/MSE st
atus for the tendered item without certificate towards quality, assurance and capability from some
authority like MSME, NSIC, etc., the TIA, if needed, may assess the techno-commercial capability of
the vendors to manufacture and deliver goods as per the prescribed quality and technical specific
ation before awarding contract to them. For this purpose, a 'Proforma for Equipment and Qual
ity Control' (as per Annexure-1) has to be enclosed in the tender documents and such MSEs/ S
tartups should be asked to submit the details of plant & machinery, quality control arrangements,
etc., in the above proforma along with their bids for verification of their technical capability. After
opening of bids, the verification of technical capability may be done by the concerned Technical D

16 / 24
epartment immediately without any undue delay so that it is available for consideration at the tim
e of evaluation/ processing of offers.

It should be ensured that the designated technical authority from whom the technical capability re
port is being called, is furnished with copy of the enquiry, the details of equipment, quality
control, man- power availability, compliance/ deviation statements and any other relevant particul
ars related to manufacturing/supply of the item as furnished by the firm(s) along with their tender.

If required, a techno-commercial team of the organization may visit the manufacturing unit of the
vendor without any undue delay for quick finalization of tenders.

In case there is deficiency in technical capability of the firm, the same is to be communicated to th
em by TIA for improvement in the quality of their product for future tenders and clearly indicate th
at their offer cannot be considered for relaxation against the tender in question to avoid any future
complications. The issues relating to technical capability may be decided by the Head of the Techn
ical Department.

If favorable technical capability reports obtained earlier on such firms for supply of the item in que
stion as per the required specification is available, these may be considered for granting relaxatio
n to the criteria of prior experience and prior turnover provided date of such reports are not more
than one year from the date of opening of bids.

If bidders have submitted documents to prove the Startup/MSE status for the tendered item and th
eir products are ISI marked/DGMS approved/Proven in CIL or its Subsidiary companies/Proven prod
uct of the ancillary unit of a Subsidiary Company of CIL, they will be required to submit the followin
g applicable related documents, digitally signed ( for documents submitted on e-procurement port
al) / self-certified (for documents submitted in modes other than e-procurement portal), for relaxa
tion from the criteria of prior experience and prior turnover:

· Valid BIS marking license for the quoted items.

OR

· Rate contract issued by CIL / its subsidiary companies for the quoted items.

OR

· Valid DGMS Approval certificate for the quoted items.

OR

· Proven Ancillary certificate issued by the subsidiary companies for the quoted items.

The document(s)/ certificate(s) furnished by the bidder for ISI markings or DGMS approval for any r
elaxation should be valid on date of tender opening and a copy of such document(s)/ certificate va
lid on date of supply, self-certified, must accompany their bills(s).

If the documents are related to the OEM or principal, the self-certification of OEM or principal shall
also be required.

17 / 24
Proveness Criteria for INDIGENOUS MANUFACTURERS & Indian Manufacturing entity of

foreign manufacturer:

Procurement against this tender shall be made only for proven equipment. Equipment offered by a
bidder shall be considered proven as detailed herein below:
I. The equipment offered by the tenderer shall be considered proven provided minimum one (0
1) no. of offered model of tendered capacity or similar equipment ( as defined below) must h
ave been supplied against firm supply order by the bidder in India to CIL /subsidiary compani
es or other PSUs/Government Departments/Government Organizations /Private Organizations
during last five (05) years from date of opening of tender and consistently performed satisfa
ctorily for a minimum period of one year from the date of commissioning in case of quoted m
odel or a minimum period of three years from the date of commissioning in case of similar e
quipment. The performance of only that equipment would be considered for assessing prove
nness which have been commissioned 1 years prior to the date of opening of tender but not
prior to 5 years from the date of opening of tender in case of quoted model or 3 years prior t
o the date of opening of tender but not prior to 5 years from the date of opening of tender in
case of similar equipment.

II. In case the quoted model or similar equipment has not been supplied by the bidder in India o
r if supplied and commissioned in India but the same has not completed required years of
performance for provenness as mentioned above, the offered equipment will be considered p
roven if the minimum worldwide population is of one no. of offered or similar equipment and
the quoted model of equipment have been commissioned 1 years prior to the date of openin
g of tender but not prior to 5 years from the date of opening of tender or three(3) years prior
to the date of opening of tender but not prior to Five(5) years to the date of opening of tende
r in case of similar equipment. The population of the bidder will be considered for provenne
ss only when the bidder gives an undertaking that it has not supplied the quoted model or si
milar equipment in India or if supplied and commissioned in India, the same has not complet
ed required years of performance for provenness as mentioned above in clause no-I.

III. In case the indigenous manufacturer is quoting the same type & model of the equipment as s
upplied by their foreign collaborator worldwide in the past and the quoted model of indigeno
us manufacturer has either not been supplied in India or if supplied and commissioned in Indi
a, but the same has not completed the required years of performance for provenness as men
tioned in clause no-I, the offered equipment will be considered proven if the minimum worldw
ide population is of one no. of offered or similar equipment which have been commissioned 1
years prior to the date of opening of tender but not prior to 5 years from the date of opening
of tender in case of quoted model or three (3) years prior to the date of opening of tender bu
t not prior to Five(5) years to the date of opening of tender in case of similar equipment. How
ever, for worldwide population, foreign collaborator's experience of supplying the offered or s
imilar equipment worldwide shall be considered only if the indigenous manufacturer submits
digitally signed ( for documents submitted on e-procurement portal) / self-certified (for docu
ments submitted in modes other than e-procurement portal), copy of their collaboration agre
ement with the foreign collaborator which should be valid as on the date of opening of the te
nder and should also remain valid at least up to supply and commissioning of the last equip
ment covered in the contract. However, the principal manufacturer will confirm to ensure sup
ply of spares & consumables and service support for smooth running of the equipment throu
ghout its life. Further, if any indigenous content is added by the indigenous manufacturer in t
he quoted model of the equipment, the foreign collaborator will give an undertaking for succ
essful performance of the equipment with the indigenization carried out by the indigenous m
anufacturer during lifetime of the equipment.

18 / 24
If the documents are related to the OEM or principal, the self-certification of OEM or principal s
hall also be required.

Definition of similar equipment:

The similar equipment shall be such equipment, which fulfill the following:

I. Performs almost identical operations as the quoted model.

II. Should be equal to or higher than the tendered capacity.

III. Uses sub-components, sub-systems and major assemblies of substantially similar design & c
onstruction to the model quoted - only ratings/ specifications may differ (Lower or Higher).

IV. Acceptance Criteria for Similar Equipment:

If the bidder claims provenness of the quoted model based on similar equipment as per abov
e sub clause-IV, then the similar equipment should have performed satisfactorily for a minim
um period of three (03) years from the date of commissioning within last five (05) years fro
m date of opening of tender.

V. Satisfactory performance means the supplied equipment must have achieved the guarantee
d annual availability, if any, as per the performance guarantee clause of the supply orders/ c
ontracts for a minimum period of one year from the date of commissioning for quoted model
equipment or three years from the date of commissioning for similar equipment. In case sup
ply orders/ contracts do not have provision for guaranteed annual availability, the bidder will
submit satisfactory performance report issued by end users as per benchmark regarding per
formance of equipment, if any, incorporated in the supply orders/ contracts against which th
ese equipments were supplied. In case, the Performance Report(s) of the End-User(s) is not a
vailable, the bidder shall submit self-certification claiming satisfactory performance of the eq
uipment supplied for a minimum period of one year from the date of commissioning for quot
ed model equipment or three years from the date of commissioning for similar equipment.

If case Manufacturer/ Bidder claims proveness of the offered product on the basis of past sup
ply to CIL or other PSUs/ Govt. departments/Private organizations and quoted under the cate
gory of Proven Sources (Indigenous manufacturer / their authorized Indian agent) and not in
a position to submit satisfactory performance certificates from the end users, then bidder sh
all submit a self-certificate in the following format along with Proof of Payment against the P
urchase Order(s)/ Rate Contract(s): -

“The items covered in the purchase order(s) copies enclosed with their offer have been fully
executed and have performed satisfactorily as per the provisions of respective purchase ord
er(s) and all the complaints/ claim(s) lodged by the purchaser, if any, have been attended to
and no complaints/ claim(s) are pending”.

19 / 24
In case, any specific Purchase order(s) has/ have not been fully executed and any complaint/
claim is pending, then details of such cases to be categorically mentioned with the reasons t
hereof so that decision making is in clear perspective without any hidden facts in the subject
matter.

The authenticity of the self–certificate as well as other documents submitted/ uploaded by th


e bidder will solely be their responsibility and appropriate action will be taken by CIL/Subsidia
ry Company if it is subsequently found to be misleading/ false/ forged

However, SECL reserves the right to obtain the performance directly from the end user of the
item/product.

NOTE- 'Proforma for Equipment and Quality Control' is attached in next page as Annex
ure ‘1’.

NOTE: The above terms& condition will suspend the GeM terms & condition in case of a
ny conflict/ contradiction between two.

Annexure-1

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

20 / 24
Reference: CIL/Subsidiary Co. Tender No. ___________

Date for supply of __________________________________

1. Name and Address of the Firm


2. a) Telephone No. office/factory/works
b) Fax No. / E-mail ID
3. Location of manufacturing works/factories owned by the firm (documentary evidence of own
ership must be produced).
4. Brief description of the factory (i.e. area covered accommodation, Department into which it i
s divided, laboratory etc.)
5. Details of plant and machinery erected and functioning in each department (monographs an
d description pamphlets) be supplied if available.
6. Whether the process of manufacture in the factory is carried out with the aid of power or wit
hout it.
7. Process Flow Chart for the whole manufacturing process of the tendered item
8. Details and stocks of raw materials held.
9. Production Capacity of items quoted for with the existing plants and machinery
(a) Normal
(b) Maximum
10. Details of Quality Assurance Plan and Quality Control infrastructure such as laboratories etc.
11. (a) Details of technical supervisory staff in-charge of production and quality control.
(b) Skilled labour employed.
(c) Unskilled labour employed
(d) Maximum number of workers (skilled and unskilled) employed on any day during 18 mon
ths preceding the date of application.
12. Whether stores were tested to any standard specification, if so, copies of original test certific
ate should be submitted in duplicate.

(Signature of Tenderer)

NOTE: Details against Sl nos. 5 to 12 need be restricted to the extent they pertain to the items
under reference

2. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

21 / 24
3. Generic

Buyer Organization specific Integrity Pact shall have to be complied by all bidders. Bidders shall have to
upload scanned copy of signed integrity pact as per Buyer organizations policy along with bid. Click here
to view the file

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:

 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

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.

8. Generic

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

9. Generic

1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.

10. 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.

22 / 24
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.

11. 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.

12. Certificates

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

13. Forms of EMD and PBG

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

South Eastern Coalfields Ltd.


payable at
Bilaspur, Chhattisgarh
.
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.

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

South Eastern Coalfields Ltd.


payable at
Bilaspur, Chhattisgarh
. 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. Scope of Supply

Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods

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.

23 / 24
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---

24 / 24

You might also like