You are on page 1of 15

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3631879
Dated/ दनांक : 30-06-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 21-07-2023 15:00:00

Bid Opening Date/Time/ बड खुलने क


21-07-2023 15:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


45 (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 393010

Total Quantity/कुल मा ा 22000

Item Category/मद केटे गर Ammonium Bisulphite Solution (ONGC) (Q3)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 2 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Certificate (Requested in ATC),OEM


Authorization Certificate,Additional Doc 1 (Requested in
Document required from seller/ व े ता से मांगे ATC),Additional Doc 2 (Requested in ATC)
*In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

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

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 5 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- Yes
registered with GeM)

1 / 15
Bid Details/ बड ववरण

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Post Dispatch

Name of the Empanelled Inspection


CONCERNED ONGC INDENTOR
Agency/ Authority

Auto CRAC Days 60

Quality Assurance Plan document 1688104447.pdf

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 6650

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक State Bank of India

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

Duration of ePBG required (Months)/ईपीबीजी क


7
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 :
Manager
393010, NA, Oil and Natural Gas Corporation Limited, Ministry of Petroleum and Natural Gas
(Manager F And A, Cash And Bank)

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 No

2 / 15
Details of the Competent Authority for MII

Name of Competent Authority DGM (Chem)

Designation of Competent Authority DGM (Chem)

Office / Department / Division of Competent


Surface Chemistry
Authority

CA Approval Number 1154582

Competent Authority Approval Date 28-06-2023

Brief Description of the Approval Granted by To float the bid without incorporating PPMII purchase
Competent Authority preference

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. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
3. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
4. 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

3 / 15
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.

Ammonium Bisulphite Solution (ONGC) ( 22000 kilogram )

Technical Specifications/तकनीक विश याँ

* As per GeM Category Specification/जेम केटे गर विश के अनुसार

Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed


Specification
नाम Values)/अनुमत मू य

Additional Specification Parameters - Ammonium Bisulphite Solution (ONGC) ( 22000 kilogram )


Specification Parameter
Bid Requirement (Allowed Values)
Name

ONGC Corporate Specification


ONGC / WIC / 01 / 2015
Number

ONGC Corporate Specification


ONGC / WIC / 01 / 2015
Number

4 / 15
Specification Parameter
Bid Requirement (Allowed Values)
Name

ONGC Corporate Specification


ONGC / WIC / 01 / 2015
Number

ONGC Corporate Specification


ONGC / WIC / 01 / 2015
Number

ONGC Corporate Specification


ONGC / WIC / 01 / 2015
Number
* Bidders offering must also comply with the additional specification parameters mentioned above.

Additional Specification Documents/अित र विश द तावेज़

Applicable Drawing Document View

Verified and Signed Tp


View
document

Applicable Specification
View
Document

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

SANJAY BANSILAL
1 393010,New building, ONGC 22000 120
GANGVEKAR

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

1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Inspection

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

NOT REQUIRED

Post Receipt Inspection at consignee site before acceptance of stores:


AT ONGC STORE, CPF GANDHAR BY INDENTOR & SAMPLE WILL BE TESTED AT ONGC RGL, VADODARA.

5 / 15
3. Generic

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

ONGC STORE,
CPF GANDHAR,
NEAR VILLAGE CHANCHVEL,
GANDHAR - 392140
DISTRICT – BHARUCH, GUJARAT
.

4. 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.

5. 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.

6. 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 %.

7. Generic

For hazardous chemical/item, all precautionary measure as per regulation from the point of
transportation/ handling/ storage/ safety/ health/ environment to be undertaken/ specified before
dispatch. During dispatch, proper symbol for the hazard/ MSDS/ Batch No./ date of manufacturing/ Gross
Weight/ Net Weight/ shelf Life etc are to be written/ printed/ pasted on the body of the packing.

8. 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

9. Purchase Preference (Centre)

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% 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 percentage of 25% of total value.

10. Forms of EMD and PBG

6 / 15
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
payable at
ONGC Ankleshwar Asset
. 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.

11. Scope of Supply

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

12. 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

ONGC
Account No.
10210868032
IFSC Code
SBIN0002675
Bank Name
State Bank of India
Branch address
ONGC Ankleshwar Branch
. 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.

13. Generic

Shelf Life: The Product/Spare parts to be supplied as part of the services must have minimum

12 MONTHS
Shelf Life. On the date of supply, minimum
FROM ACCEPTANCE (QCC) OF MATERIAL AT STORE
usable shelf life should be available / balance.

14. Generic

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

15. 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 :
N/N 08/2022
dated
18/07/2022

16. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy

7 / 15
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.

17. 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

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

18. Generic

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

19. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

· Following Commercial Additional terms & conditions are proposed:


1. Bidder shall submit the following documents along with their bid for vendor c
ode creation:

b. Copy of PAN Card.

c. Copy of GSTIN.

d. Copy of Cancelled Cheque.

e. Copy of EFT Mandate duly certified by Bank.


2. Successful Bidder can submit the Performance Security in the form of Payme
nt online through RTGS / internet banking also (besides PBG which is allowed
as per GeM GTC). On-line payment shall be in Beneficiary name ONGC Accou
nt No. 10210868032 IFSC Code SBIN0002675 Bank Name State Bank of India
Branch address ONGC Ankleshwar Branch. Successful Bidder to indicate Cont
ract number and name of Seller entity in the transaction details field at the ti
me of on-line transfer. Bidder has to upload scanned copy / proof of the Onlin
e Payment Transfer in place of PBG within 15 days of award of contract.

3. Successful Bidder can submit the Performance Security in the form of Accoun
t Payee Demand Draft also (besides PBG which is allowed as per GeM GTC).
DD should be made in favour of ONGC payable at ONGC Ankleshwar Asset. A
fter 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 ofcontract.

4. Purchase preference to Micro and Small Enterprises (MSEs): Purchase prefer

8 / 15
ence 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 Minist
ry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifica
tions issued by concerned Ministry. If the bidder wants to avail the Purchase
preference, the bidder must be the manufacturer of the offered product in ca
se 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 Servi
ces, 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 r
espect 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% of margin of purchase preference /
price band defined in relevant policy, such Seller shall be given opportunity t
o match L-1 price and contract will be awarded for percentage of 25% of
total value.
· Following Buyer Added text based ATC clauses are proposed to be inco
rporated in the Bid:

1) The date of receipt of complete lot of material at destination i.e. at ONGC


STORE, CPF GANDHAR, NEAR VILLAGE CHANCHVEL, GANDHAR - 392140 D
ISTRICT – BHARUCH, GUJARAT will be consider as date of delivery for all p
urposes provided the material conforms to the tender specification.
2) Delivery Schedule: 22.00 MT of Ammonium Bisulphite Solution (ABS) is
to be supplied at ONGC Stores, CPF, Gandhar in two lots as per delivery sc
hedule as under:
a) First lot: 11.0 MT within 30 days from GeM Contract Date.
b) Second lot: 11.0 MT within 90 days to 120 days from GeM contract date
.

The delivery date in the GeM bid/contract is entered based on last date o
f second (i.e. last) lot. However, for the purpose of delivery, the bidder/ve
ndor is required to supply the material as per the lot wise delivery sched
ule as mentioned above.
3) Wherever Essentiality Certificate is applicable (PEL/ML), ONGC shall provid
e the Essentiality Certificate (EC). Only after confirmation of EC, the suppli
er shall dispatch the material to ONGC store, Gandhar so that the material
is received within due date as per the delivery schedule or within 10 days
from the date of intimation from ONGC regarding confirmation of Essential
ity Certificate, whichever is later. In case there is a delay on supplier’s par
t for submission of Proforma invoice to ONGC, the delay in EC application
approval will be attributable to the supplier’s account and schedule date o
f delivery in such cases shall be the date of delivery mentioned in PO. LD
shall be applicable as per delivery schedule.
4) If the material fails in lab test, the actual date of receipt of complete lot of
re-offered material at destination, i.e. ONGC stores, CPF Gandhar will be c
onsidered as date of offering/ date of delivery.
5) Supplier is required to enter the dispatch details in GeM portal at the time
of dispatch of the lot. However, delivery details shall be entered by the su
pplier only after result of the lab test is out.

9 / 15
6) Manufacturer Experience:
In case the bidder is a manufacturer of the Ammonium Bisulphite Solutio
n (ABS), he should satisfy the following along with documentary evidence,
which should be uploaded along with the bid at GeM portal.
(a) Minimum 2 years of experience of manufacturing of Ammonium Bisulphit
e Solution (ABS).
(b) Should have manufactured and supplied minimum of 10% quantity of Am
monium Bisulphite Solution (ABS) – 2200 Kg to various companies during t
he last 3 years.
For meeting the requirement above at (a) & (b), the period reckoned shal
l be the period prior to the originally scheduled date of opening of the tech
no-commercial bid.
Documentary evidence in respect of the above (a) and (b) should be sub
mitted in the form of copies of relevant Purchase Orders along with copies
of any of the documents in respect of satisfactory execution of each of tho
se Purchase Orders, such as - (i) Satisfactory Inspection report (OR) (ii) Sat
isfactory supply completion / Installation report (OR) (iii) Consignee Receip
ted Delivery Challans (OR) (iv) Central Excise Gate Pass / Tax Invoices issu
ed under relevant rules of Central Excise / VAT/GST (OR) (v) any other doc
umentary evidence that can substantiate the satisfactory execution of eac
h of the purchase orders cited above.
In case the bidder is not a manufacturer, then the bidder is required to up
load documentary evidence in respect of the above (a) and (b) of the co
ncerned manufacturer (having supplied such items either by manufacture
r himself or through his distributor), along with the bid at GeM portal.
FOR EXAMPLE, IF BID WILL OPEN ON 01.08.2023 THEN
For part (a), Minimum 2 years of experience of manufacturing of Ammoni
um Bisulphite Solution (ABS) means bidder had manufactured and supplie
d some quantity of Ammonium Bisulphite Solution (ABS) before 01.08.202
1 (Supply Order & Execution proof both are to be uploaded along with bid
documents at GeM Portal).
For part (b), bidder should have manufactured and supplied minimum of
10% quantity of Ammonium Bisulphite Solution (ABS) – 2200 Kg during las
t 3 years means between 01.08.2020 to 01.08.2023 (Supply Order & Exec
ution proof both are to be uploaded along with bid documents at GeM Port
al).

7) Applicable for bidders submitting their bid as Start-up:


Bidders, who have successfully executed development order for AMMONIU
M BISULPHITE SOLUTION (ABS). placed by ONGC/OIL pursuant to successf
ul field trial testing would be considered as established source of supply a
nd in that case, documents for satisfying manufacturer experience clause
are not required to be submitted. However, such bidders shall submit the
certificate towards satisfactory execution of development order pursuant t
o successful field trial testing along with the techno commercial bid.
For Development Order issued by ONGC after 02.12.2020, such certificat
e should have been issued by Head INDEG only.
8) Destination Sampling and Testing
The supplies will be tested and inspected at destination on receipt before
taking the material on charge by ONGC. Samples shall be drawn jointly by
a team consisting of Chemist and In-charge warehouse (or his authorized r
epresentative of minimum E0 level) from ONGC. Supplier shall depute its r
epresentative at its own cost for witnessing sampling of chemicals at desti
nation, for which an intimation shall be given by ONGC to the supplier. Ho
wever, in case suppliers do not depute its representative within time speci
fied in intimation, ONGC shall carry out sampling without presence of supp

10 / 15
lier's representative.
Further, in case material is not found conforming to the specification, the
supplier shall lift and replace the material within two weeks from the date
of intimation at supplier’s cost. In case the material is not lifted and replac
ed by the supplier within two weeks, ONGC may decide to return rejected
material to supplier on freight to pay basis at risk and cost of the supplier.
Supplier shall provide an undertaking to this effect along with bid.
Sampling of material at destination:
Total Five bulk samples will be drawn during sampling / bonding. The bulk
samples taken at destination will have the seal and signatures of the part
y and ONGC {both Chemist and I/c warehouse (or his authorized represen
tative of minimum E0 level)}. However, in case supplier do not depute its
representative within time specified in intimation by ONGC regarding sam
pling, ONGC shall carry out sampling without presence of supplier's repres
entative and such bulk samples shall bear seal of ONGC only with signatur
es of both the Chemist and I/c warehouse (or his authorized representativ
e of minimum E0 level).
Two (2) samples will be sent to ONGC Lab for test. One (01) sample will b
e given to supplier, one (01) sample will be retained with Chemistry Dept.
and the fifth one (01) will be kept with I/c warehouse. Chemistry Dept. sha
ll forward the samples directly to the laboratory and send intimation to th
e Purchase Dept. regarding forwarding of samples to the laboratory for te
sting.
While taking out Samples from the warehouse, entry in this regard shall b
e made in the register available with Security (who will put security stamp
on the samples) at the Warehouse.
In all cases where sample has passed the test and there is no dispute, th
e sample will be destroyed after six months from the date of receipt of cor
responding bulk consignment at the Project. In case of any dispute, these
samples shall be retained till resolution of said dispute. Destruction / non-
destruction of such samples shall not override the supplier's obligations u
nder warranty / shelf life or any other supply order conditions.
Rejection of Sample:
The materials rejected by the Inspection Officer during this inspection wil
l be replaced by the vendor immediately, latest within two weeks of such r
ejection. Any rejection by Inspection Officer shall be considered final and
binding on the vendor and such terms should be included in the contract
In the event of bulk sample getting rejected, the supplier will be asked to
reprocess it and offer again. However if the product fails even second tim
e, the supplier will have the option to get it tested on payment basis in his
presence from the same laboratory where it was tested earlier on followin
g conditions:-
(a) ONGC will refund the testing fee if the earlier results are found faulty.
(b) The supplier on his part will be debarred from participating in ONGC Tend
ers for a period of one year if earlier results are confirmed. If supplier does
not resort to testing on payment basis, sample shall be rejected and the s
upplier on his part will be debarred from participation in ONGC tenders for
a period of one year.
(c) Failure of two consecutive lots may result into cancellation of purchase o
rder and forfeiture of PS.
ix) Successful bidder should either upload material safety data sheet (MSDS)
along with the bid or confirm that they will furnish MSDS of the product at
the time of first supply.
x) Supplier has to submit the duly signed and stamped bid documents and th
e following undertaking on the GeM portal;

11 / 15
9) Packing & Marking:

PACKING
New HDPE carboys with handle having leak tight stopper & screwed cap,
strong enough to withstand rigours of transit and storage. Carboy should not
be manufactured from recylcled material.
CAPACITY
100 Kg net per carboys.
MARKING
The following legible marking shall be printed on each drum;
1. Name of the product
2. Name of the supplier
3. Month / Year of manufacture
4. Purchase Order No. with date against which supplies are made
5. Lot No. if any
6. Gross Weight & Net Weight
7. Name of the manufacturer in case bidder not the manufacture.
8. Hazard warnings (instructions for handling/ immediate measures to be take
n on exposure), if any.

10) Intended items will be used in the PEL/ML area. EC be applicable aga
inst the subject case. Bidder to quote considering GST rates according
ly.

11) Quantity may be split between bidders as per prevailing guidelines.

12) Testing of products developed/supplied by vendors prior to dispatch of bulk su


pply helps vendors/suppliers to check performance against ONGC Specification
s. Vendors/suppliers may get their products tested at RGLs on payment basis p
rior to dispatch of bulk supply. The charges for testing of samples have been ca
pped at Rs. 15000.00 + GST.

13) Supplier is required to enter the dispatch details in GeM portal at the time of d
ispatch of the lot. However, delivery details shall be entered by the supplier onl
y after successful post receipt inspection of material at destination.

14) The bidder shall submit following undertakings to be issued by bidder


on their Letterhead:

a) Declare that neither the bidders themselves, nor any of its allied concerns, pa
rtners or associates or directors or proprietors involved in any capacity, are c
urrently serving any banning orders issued by ONGC debarring them from carr
ying on business dealings with ONGC.”

b) Accept all conditions as contained in the tender document unconditionally.

c) Undertake that all the documents / certificates / information submitted by us


against the tender are genuine. In case any of the documents / certificates / in
formation submitted are found to be false or forged, action as deemed fit may
be initiated by ONGC at its sole discretion.

d) This has reference to our proposed contract regarding


....................................................... to be entered into with Oil and Natural Gas
Corporation Ltd. (ONGC).

12 / 15
For the purpose of Section 297/299 of the Companies Act, 1956, we certify tha
t to the best of my/our knowledge:

(i) I am not a relative of any Director of ONGC;

(ii) We are not a firm in which a Director of ONGC or his relative is a partner;

(iii) I am not a partner in a firm in which a Director of ONGC or his relative is a p


artner;

(iv) We are not a private company in which a Director of ONGC is a Member or Di


rector;

(v) We are not a company in which Directors of ONGC hold more than 2 % of the
paid-up share capital of our company or vice-versa.

e) The bidder shall also submit following undertaking as per restrictions under R
ule 144 (XI) of the General Finance Rule (GFRs), 2017:

“We have read the clause regarding restrictions on procurement from a bidde
r of a country which shares a land border with India. We certify that bidder M/
s. _____________(name of the bidder) is not from such a country or if from such
a country, has been registered with the Competent Authority. We certify that
bidder M/s. _____________(name of the bidder) fulfils all requirements in this re
gard and is eligible to be considered.”

(Wherever applicable bidder must submit evidence of valid registration by C


ompetent Authority).

f) I ……………………………………… hereby undertake that “ in case material is


not found conforming to the specification, We shall lift and replace the mater
ial within two weeks from the date of intimation by ONGC at our own cost. In
case the material is not lifted and replaced within two weeks, ONGC may de
cide to return rejected material to supplier on freight to pay basis at risk and
cost of the supplier.”

15) Bidders are required to follow the technical specifications as uploaded in the B
uyer defined ATC document. The document uploaded in Buyer defined ATC doc
ument shall supersede all other contradicting or missing conditions in the bid d
ocument.

16) Loading and Unloading at yard will be under the scope of the supplier.

17) Bid should be complete in all aspects covering entire scope of supply and shou
ld conform to the technical specification indicated in the bid document, duly su
pported with technical catalogues/literatures, wherever applicable. Incomplete
and nonconforming bids will be rejected outright.

18) ONGC shall not bear any additional charges while participation on GeM portal,
during execution of order or any other GeM related charges/fee. Bidder has to b
ear it on their own expense.

19) Successful L-1 Bidder may be asked to send a detailed price breakup (indicatin
g GST) during award of contract to the buyer for issuance of Purchase order in t
he system while awarding the contract.

13 / 15
20) The supplier has to upload invoices in GeM system and VIMS Portal after publis
hing test report for payment process. The supplier is required to enter the dispa
tch details in GeM portal at the time of dispatch of lot. However, delivery detail
s shall be entered by supplier only after successful inspection/testing at destina
tion. The delay for uploading invoices is liable to supplier only.

21) Payment against each lot is acceptable. However, part delivery and part paym
ent within a lot is not acceptable.

22) For the Past Performance and experience criteria, the terms in buyer added Ter
ms & Conditions will prevail.
.

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

14 / 15
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---

15 / 15

You might also like