You are on page 1of 17

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3721243
Dated/ दनांक : 26-07-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 16-08-2023 15:00:00

Bid Opening Date/Time/ बड खुलने क


16-08-2023 15:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


65 (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 Ahmedabad Asset

Total Quantity/कुल मा ा 373000

Item Category/मद केटे गर Industrial Toluene (Toluole) (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,Past Performance,Certificate (Requested


in ATC),OEM Authorization Certificate,Additional Doc 1
Document required from seller/ व े ता से मांगे (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

Past Performance/ वगत दशन 10 %

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 4 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

1 / 17
Bid Details/ बड ववरण

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- Yes
registered with GeM)

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

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 317050

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 :
F&A Officer
AHMEDABAD ASSET, Oil and Natural Gas Corporation Limited, Ministry of Petroleum and Natural Gas
(Ongc Ahmedabad Asset)

Splitting/ वभाजन

Splitting Applied Yes

Maximum No. Of Bidders Amongst Which Order


2
May Be Split

2 / 17
IN CASE ORDER IS PLACED ON 2 VENDORS VENDOR-1 (L-
Split Criteria based on which quantity will be
1):- 224 KL VENDOR-2 (AFTER MATCHING RATE WITH L-1):-
distributed
149 KL

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. 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. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

3. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.
4. 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.
5. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 10% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant

3 / 17
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.
6. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
authorized representatives

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

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

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

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

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

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

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

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

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

7. 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

Industrial Toluene (Toluole) (ONGC) ( 373000 liter )

4 / 17
(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

* 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

Description Item Industrial Toluene (Toluole)- ONGC

Requirements Conforming Specification ONGC/PC/36/2015 (As per attached sheet)


No of the product

Seen and understood Yes


ONGC/PC/36/2015

Test Procedure for the ONGC/ Test Procedure Vol-IV/PC/36 (As per attached
product sheet)

Seen and understood ONGC/ Yes


Test Procedure Vol-IV/PC/36

Seen and understood Yes


Destination sampling,
bonding and de-bonding of
bulk materials indigenous
chemicals (As per attached
sheet)

Test Reports Availability of Test Report Yes, No Or higher


from Central
Govt/NABL/ILAC accredited
lab to prove conformity to
specification

Test Report to be submitted Yes, NA Or higher


to the Buyer on Demand
(Select NA if Test report is
not available)

Packing and Marking Packing New M. S. Drums, Leak proof, sealed strong enough to
withstand rigours of transit and storage. Empty drum
weight should not be less than 21.5 Kg

Packing Size "200 L (net material) per drum. [Gross weight of filled
drum should not be less than 191.5 Kg. (200 liters net
material + 21.5 kg empty drum)]"

Marking "Following information should be marked on the


packing: 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. Hazard warnings (instructions for
handling/ immediate measures to be taken on
exposure), if any."

5 / 17
Additional Specification Documents/अित र विश द तावेज़

Verified and Signed Tp


View
document

Applicable Specification
View
Document

Applicable Drawing Document View

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

Consignee Delivery Schedule/ डलीवर अनुसूची (In


S.No./ . Reporting/Officer/ number of days from contract start
परे षती/ रपो टग Address/पता
सं. days/अनुबंध prarambh होने क तार ख से
अिधकार दन क सं या म )

Delivery to
Delivery to
be
start
Quantit completed
after/ ारं भ
y/मा ा by/ डलीवर
होने क तार ख
_____तक पूर
382721,I/c Receipt Kalol, से डलीवर
1 Sandeep Kumar
ONGC, Kalol Stores, Kalol, कर ली जाए

100000 0 30

150000 60 90

123000 120 150

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

1. Generic

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

2. Generic

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

ONGC CBPP Stores


I/c Receipt Kalol
ONGC
Kalol Stores
Kalol-382721
.

6 / 17
3. Generic

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.

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

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

6. 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.

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. Generic

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

10. Generic

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

12
%
Notification No.and date :
08/2022
dated
13/07/2022

11. Generic

7 / 17
Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

12. Generic

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.

13. Scope of Supply

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

14. 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):

NA

Post Receipt Inspection at consignee site before acceptance of stores:


Concerned ONGC Indentor

15. 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.

16. Forms of EMD and PBG

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

F&A Officer, ONGC Ahmedabad Asset


payable at
Ahmedabad
.
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.

17. 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

F&A Officer, ONGC Ahmedabad Asset


payable at
Ahmedabad
. 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.

18. Forms of EMD and PBG

8 / 17
Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

Oil and Natural Gas Corporation Limited


Account No.
00000010257776699
IFSC Code
SBINO005743
Bank Name
State Bank of India
Branch address
ONGC Chandkheda, IRS Complex, Chandkheda 380005
.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-
line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

19. Forms of EMD and PBG

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

Oil and Natural Gas Corporation Limited


Account No.
00000010257776699
IFSC Code
SBINO005743
Bank Name
State Bank of India
Branch address
ONGC Chandkheda, IRS Complex, Chandkheda 380005
. 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.

20. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

A. VITAL CRITERIA FOR ACCEPTANCE OF BIDS

Bidders are advised not to take any exception/deviations to the bid document. Exceptions/
deviations, if any, should be brought out during the Pre-bid conference. In case Pre-bid conf
erence is not held, the exceptions/ deviations along with suggested changes are to be com
municated to ONGC within the date specified in the NIT and bid document. ONGC after pro
cessing such suggestions may, through an addendum to the bid document, communicate t
o the bidders the changes in its bid document, if any.

However, during evaluation of bids, ONGC may ask the Bidder for Clarifications/ confirmations/defi
cient documents of its bid. The request for clarification and the response shall be in writing and no
change in the price or substance of the bid shall be sought or permitted. If the bidder still maintain
s exceptions/deviations in the bid, such conditional/ non-conforming bids shall not be considered a
nd may be rejected.

B. Technical rejection criteria: The following vital technical conditions should be strictl
y complied with, failing which the bid will be rejected:

Bid should be complete in all aspects covering entire scope of job/ supply and should co
nform to the technical specifications indicated in the bid document, duly supported wit
h technical catalogues/ literatures, wherever applicable. Incomplete and non-conformi
ng bids will be rejected outright

9 / 17
1. Manufacturer’s experience:- In case the bidder is a manufacturer of the offered item,
he should satisfy the following along with documentary evidence, which should be enclos
ed along with the techno-commercial bid:
(a) Minimum 02 years of experience of manufacturing of same or similar item.
(b) Should have manufactured and supplied minimum of 10% of same or similar item t
o any Central /State Govt. Organization /PSU /Public Listed/Private Company, during the las
t 05 years.
For meeting the requirement above at (a) & (b), the period reckoned shall be the period pri
or to the originally scheduled date of opening of the techno-commercial bid.

Documentary evidence in respect of the above should be submitted in the form of copies
of relevant Purchase Orders along with copies of any of the documents in respect of satisf
actory execution of each of those Purchase Orders, such as - (i) Satisfactory Inspection
report (OR) (ii) Satisfactory supply completion / Installation report (OR) (iii) Consignee Rec
eipted Delivery Challans (OR) (iv) Central Excise Gate Pass / Tax Invoices issued under rel
evant rules of Central Excise / VAT/GST (OR) (v) any other documentary evidence that can
substantiate the satisfactory execution of each of the purchase orders.

2. In case the bidder is not a manufacturer, then the bidder is required to submit documenta
ry evidence in respect of the above Manufacturing’s experience clause no. (a) & (b) of
the concerned manufacturer.
3. Bidders, who have successfully executed development order for Toluene placed by ONGC/
OIL pursuant to successful field trial testing would be considered as established source of
supply and in that case, documents for satisfying Manufacturing’s experience clause (
a) & (b) are not required to be submitted. However, such bidders shall submit the certifica
te towards satisfactory execution of development order pursuant to successful field trial te
sting along with the techno-commercial bid.

For Development Order issued by ONGC after 02.12.2020, such certificate should have be
en issued by Head INDEG only.

4. Bidders should have the required facilities for testing the quoted material as per Internati
onal standards at their premises and also agree to inspection by ONGC or any other agenc
y nominated by ONGC. In case the bidder is not the manufacturer, a certificate from the
manufacturer to the effect that the manufacturer possesses the required facilities for testi
ng the quoted material should be enclosed along with the techno-commercial bid.

5. Acceptance of Bulk Supplies:

(i) Testing of material shall be done as per corporate specification, however bidders are ad
vised to ensure superior quality product (better than as required in corporate specification)
so as to have sufficient tolerance for field applications.
(ii) Submission of test report along with bid shall not be required /mandatory. However in r
espect of performance chemicals, in case a bidder wishes to get their material tested in ON
GC Lab on payment basis before submission of their offer, then such facility on payment b
asis shall be available at RGL’s (Vadodara/Panvel/Chennai/Sivasagar/Rajahmundry). Test wi
ll be done as per ONGC corporate specification.
The testing charge of Toluene is as follows:
Year Testing charges per Sample
2023 Rs. 9,394/-*

*GST has to be added extra as applicable, the present rate is 18%.

6. The bidder will provide following document along with techno-commercial bid.

i) An under taking from the manufacturer/supplier that the product to be supplied in the ev
ent of an order on them shall be conforming to the tendered specifications with respect to t
he quality, packing and marking.
ii) Bidder should confirm to the effect that material will be of recent make and shelf life of t
he material offered will be minimum 12 months from the date of dispatch.
iii) Bidder should confirm that the Material will be supplied at destination as per delivery sc

10 / 17
hedule for sampling/ inspection as per ONGC sampling/ inspection and acceptance of bulk
supply procedure specified in the Terms & conditions.

iv) Bidder should submit an undertaking along with the techno-commercial bid that 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 materi
al is not lifted and replaced by the supplier within two weeks, ONGC may decide to return r
ejected material to supplier on freight to pay basis at risk and cost of the supplier.
7. ONGC reserves the right to place parallel orders on acceptable bidders who confirm to ma
tch their rates with lowest acceptable bidder (L-1) for each item. The distribution of the qu
antity shall be as under:

IN CASE ORDER IS PLACED ON 2 VENDORS

VENDOR-1 (L-1):- 224 KL

VENDOR-2 (AFTER MATCHING RATE WITH L-1):- 149 KL

LOT N TIME PERIOD WITHIN VENDOR-1 VENDOR-2


O.
QTY(KL) QTY(KL)

1 30 DAYS OF GeM CONTRA 50 50


CT

2 60-90 DAYS OF GeM CONT 100 50


RACT

3 120-150 DAYS OF GeM CO 74 49


NTRACT

TOTAL 224 149

In case there are two acceptable bidders, then Order for 60% quantity shall be placed on L-
1 and remaining 40% shall be placed on L-2 subject to matching rates with L-1. In case L2
declines to match rates with L-1 then order for entire quantity shall be placed on L-1.

In case there are more than two acceptable bidders and L2 bidder does not match, L3/L4/..
so on bidder will be asked to match the L1 rate and if none of the bidders agree to match t
he L1 rate, 100% quantity will be awarded to the L1 bidder.

Note: Preference to MSE/MII bidder will be given as per purchase preference guidelines (If
applicable) & Balance quantity will be divided as mentioned above.

8. The delivery schedule given may be modified depending upon the operational requiremen
t, accordingly intimation regarding modified delivery schedule shall be made.

9. Application of EC:

Supplier shall submit Proforma Invoice complete in all respect well in advance (minimum 2
1 days prior to schedule delivery / dispatch date of each lot) for processing of EC applicatio
n from DGH. After receiving confirmation of EC issuance from ONGC, the supplier shall deli
ver the material as per delivery schedule. Date of receiving of confirmation of EC from ON
GC will be treated as intimation to supplier for dispatch in all scenarios. In case, Supplier su
bmitted Proforma invoice within the stipulated time (minimum 21 days prior to schedule d
elivery/dispatch of that particular Lot) and EC gets delayed ONGC shall extend the DOD so
as the supplier gets time for 7 days from the date of intimation of EC, to deliver/dispatch th
e material without levy of LD.
10. Destination Sampling & testing of chemicals:

11 / 17
After placement of GeM Contract, the firm shall offer the material for inspection i.e. sampli
ng /bonding at destination i.e. CBPP Store, Kalol ONGC Ahmedabad under intimation to In-c
harge Surface Chemistry, ONGC Ahmedabad with a copy to In-charge MM, ONGC, Ahmeda
bad as per schedule detailed in the supply order.
The supplies will be tested and inspected on receipt before taking the material on charge T
he material shall be sampled by the representative of the In-charge Surface Chemistry, ON
GC, Ahmedabad.
Each drum will bear mark of the manufacturer as well as the name of the Chemical, lot no/
Batch No., Date of manufacture and supply order number. Lot will be sampled only if the p
acking is as per packing specification stipulated in the order. Representative of Chemistry
Department will inspect the packing material used and record it in sampling/bonding repor
t.
Sample shall be drawn from the offered lot and bonded jointly by a team consisting of Che
mist and In-charge warehouse or his authorized representative in the presence of firm’s re
presentative. Supplier shall depute its representative at its own cost for witnessing samplin
g of the chemical at destination, for which intimation shall be given by ONGC to the supplie
r. However in case supplier does not depute its representative within time specified in inti
mation, ONGC shall carry out sampling without supplier’s representative.
Further, in case material is not found conforming to specification, the supplier shall lift and
replace the material within two weeks. ONGC may decide to return rejected material to sup
plier on freight to pay basis at risk and cost to supplier.
The following Sampling and inspection procedure will be adopted:
Sampling will be carried out as per procedure given below:
a. Sampling will be done from each stack.
b. Each stack shall not exceed 250 drums.
c. Each stack will be placed properly and separately.
d. Sampling will be done to the extent of 10% (minimum) of the total number of drums offe
red at random.
e. The stack shall be accessible from all the sides for proper sampling.
f. The stack height should not exceed 2 meters.
g. The minimum quantity of the composite sample drawn should be 4 L. The material shall
be sampled by officers nominated by Surface Chemistry Section -ST & MM Section of Ahme
dabad Asset. The sample will be tested by RGL, Vadodara, Gujarat as per specification give
n in the tender.
Samples will be drawn by ONGC officers (jointly by Chemist and I/c warehouse or his autho
rized representative of minimum EO level) by adopting random sampling system as per exi
sting sampling procedure of ONGC.
Total Five bulk samples will be drawn during sampling / bonding. The sample taken from in
dividual drums shall be collected in the bucket, mixed thoroughly and approx. 500 ml pack
ed in suitable, unreactive, leak-proof, sealable five containers. These samples bottles will c
arry a label indicating identification details of the material and shall contain one seal each
of ONGC and supplier. However in case supplier does not depute its representative within t
ime specified in intimation, ONGC shall carry out sampling without supplier’s representativ
e and such bulk samples shall bear seal of ONGC only with signatures of both the Chemist
and I/c warehouse (or his authorized representative of minimum EO level). The sampling/b
onding certificate & label of sample shall indicate witness signatures of all the individual pa
rties involved in the exercise.
Two (2) samples will be sent to Regional Geoscience Laboratory, ONGC Vadodara for testin
g, one (01) sample will be given to supplier, one (01) sample will be retained with Chemistr
y Dept. and the fifth one (01) will be kept with I/c Warehouse. While taking out Samples fro
m the warehouse, entry in this regard portion shall be made in the register available with S
ecurity (who will put security stamp on the samples) at the Warehouse.
The material will be taken on ONGC account only if the material passes in lab test. Paymen
t will be released upon taking of material on charge after testing and acceptance.

12 / 17
Supplier has to provide MSDS with each dispatched lot.

11. Rejection of Bulk Sample:

In the event of bulk sample getting rejected, the supplier will be asked to reprocess it and
offer again. The material rejected by the inspection officer during this inspection shall be re
placed by the supplier immediately, latest within two weeks of such rejection. Any rejectio
n by Inspecting Officer shall be considered final and binding on the vendor.
In the event of bulk sample getting rejected the supplier is to reprocess it and offer again.
However, if the product fails even second time, the supplier will have the option to get it te
sted on payment basis in his presence from the same laboratory where it was tested earlie
r on following conditions:
a) ONGC will refund the testing fee if the earlier results are found faulty.
b) If earlier results are confirmed or if supplier does not resort to testing on payment basis,
Necessary action against the supplier will be taken as per the GeM GTC/GeM Contract.
c) Failure of two consecutive lots may result into cancellation of purchase order and forfeiture of P
BG.

12. Random Sampling:

ONGC reserves the right to carry out random sampling in view of the non-performance in fi
eld of the material supplied, in the presence of supplier’s representative. However, in case
supplier does not depute its representative within time specified in intimation by ONGC re
garding sampling, ONGC shall carry out sampling without presence of supplier’s represent
ative. The samples so collected shall be tested at designated ONGC Labs. Rejected/failed
materials shall be replaced by the supplier free of cost.

13. Packing & Marking:

Packing:
New MS drum, leak proof, sealed and strong enough to withstand rigours of transit & stora
ge. Empty drum weight should not be less than 21.5 Kg.
200 L (net material) per drum. [Gross weight of filled drum should not be less than 191.5 K
g. (200 liters net xylene + 21.5 kg empty drum)]
Marking:
Each drum should have clear identification mark duly printed as
i) Name of the product:
ii) PO no./ date:
iii) Name of the supplier/ Manufacturer with Address:
iv) Month/ Year of Manufacture:
v) Net weight in Kg/ Gross weight in Kg:
vi) Lot number/Batch number:
viii) Hazard colour code as per international practice:
14. Tax Collectible at Source (TCS):

Tax Collectible at Source (TCS) applicable under the Income-tax Law and charged by the SUPPL
IER shall also be payable by the CORPORATION along with consideration for procurement of go
ods/materials/equipment. If TCS is collected by the SUPPLIER, a TCS certificate in prescribed Fo
rm shall be issued by the SUPPLIER to the CORPORATION within the statutory time limit.

Payment towards applicable TCS u/s 206C (1H) of Income Tax Act,1961 will be made to the sup
plier provided they are claiming it in their invoice and on submission of following undertaking a
long with the invoice stating that:

a. TCS is applicable on supply of goods invoiced to ONGC as turnover of the supplier in previous year

13 / 17
was more than Rs. 10 Cr. and

b. Total supply of goods to ONGC in FY … exceeds Rs. 50 Lakh and

c. TCS as charged in the invoice has already been deposited (duly indicating the details such as chall
an No. and date) or would be deposited with Exchequer on or before the due date and

d. TCS certificate as provided in the Income Tax Act will be issued to ONGC in time.

However, Security deposit will be released only after the TCS certificate for the amount of tax c
ollected, is provided to ONGC. Supplier will extend the performance bank guarantee (PBG), wh
erever required, till the receipt of TCS certificate or else the same will be forfeited to the extent
of amount of TCS, if all other conditions of Purchase order are fulfilled.

The above payment condition is applicable only for release of TCS amount charged by supplier
u/s 206C (1H) of Income tax Act, 1961.

15. Clause Purchase Preference linked with Local Content (PPP(MII) Policy of Bid Sp
ecific Additional Terms and Conditions of Bid:

With reference to Public Procurement (Preference to Make In India) (PPP-MII) order, dated 15th Jun
e 2017 issued by DPIIT and amended from time to time, only Class-I and Class-II local suppliers ar
e allowed to submit their bids against the tender. Select and fill one of the following certificates, a
s applicable for the bidder:

i) Applicable in case of Class-I local supplier)

“We_________ (Name of Manufacturer) undertake that we meet the mandatory minimum Lo


cal Content (LC) requirement i.e. equal to or more than 50% for qualifying as “Class-I local
supplier‟ as per the PPP-MII policy, for claiming purchase preference linked with Local Cont
ents under the PPP-MII policy against GeM Bid. No. GEM/2023/B/3721243. The percentage o
f local content in the bid is ______%.”

OR

ii) (Applicable in case of Class-II local supplier)

“We_________ (Name of Manufacturer) undertake that we meet the mandatory minimum Lo


cal Content (LC) requirement i.e. more than or equal to 20% but less than 50% for qualifyi
ng as ‘Class-II local supplier’ as per the PPP-MII policy for participating against GeM Bid No.:
GEM/2023/B/3721243. The percentage of local content in the bid is ______%.”

16. Purchase Preference linked with Local Content (PPP(MII)) Policy:

The bid clause regarding? Preference to Make In India products stands modified in this bid
and shall be governed by the order, dated 15th June 2017 issued by DPIIT and amended from ti
me to time. Accordingly, bidders with Local Content less than or equal to 20% will be treate
d as? Non Local Supplier. The prescribed LC shall be applicable on the date of Bid opening.
Sanctions on the bidders for false / wrong declaration or not fulfilling the Local Content req
uirement shall be as per the PPLC policy. Further following additional provisions are added
in the certification and verification of local content provision of the Preference to Make in I

14 / 17
ndia clause:

(i) In case of foreign bidder, certificate from the statutory auditor or cost auditor of their o
wn office or subsidiary in India giving the percentage of local content is also acceptable. In
case office or subsidiary in India does not exist or Indian office/subsidiary is not required to
appoint statutory auditor or cost auditor, certificate from practicing cost accountant or pra
cticing chartered accountant giving the percentage of local content is also acceptable.

(ii) Along with Each Invoice: The local content certificate (issued by statutory auditor on be
half of procuring company) shall be submitted along with each invoice raised. However, the
% of local content may vary with each invoice while maintaining the overall % of local cont
ent for the total work/purchase of the pro-rata local content requirement. In case, it is not s
atisfied cumulatively in the invoices raised up to that stage, the supplier shall indicate how
the local content requirement would be met in the subsequent stages.

(iii) The bidder shall submit an undertaking from the authorized signatory of bidder having the Po
wer of Attorney along with the bid stating the bidder meets the mandatory minimum LC requireme
nt and such undertaking shall become a part of the contract.

17. PAYMENT AND BILLING: Vendor invoice management system (VIMS) is implemented in ON
GC for submission and processing of invoices. As such, the contractor shall submit digitally
signed invoice/GeM invoice through VIMS Portal (https://vims.ongc.co.in/) in addition to Ge
M portal, which is the preferred mode of submission of Invoice along with other supporting
documents viz. delivery challan, QCC, warranty/guarantee certificate, E- way bill & any oth
er document as applicable. Bills/documents received without digital signature & supportin
g documents shall not be entertained / considered for payment. To facilitate processing of
the invoices the invoice should include following details: a) Vendor No. b) PO/Contract No.
(if applicable) c) Invoice No.(s) and date(s) d) Invoice value and currency e) Mobile no. and
E-mail ID.

Invoice (PDF digitally signed with class II/ III signature) and supporting documents can be u
ploaded in VIMS Portal by logging-in with the help of Vendor Code.

However, in case supplier/contractor is not able to submit/upload the Invoice through VIM
S portal as mentioned above, Invoice along with supporting documents can also be submitt
ed/uploaded in any of the following 2 ways:-
1. EMAIL channel: Invoice (PDF digitally signed with class II/ III signature) and supporting
documents can be submitted by sending these documents to a designated email-id: ap_inv
oices@ongc.co.in.
2. Submission in Physical form at existing IMS Desk for scanning: Supplier/Contractor can
also submit the invoice and supporting documents at existing IMS desk at ONGC Ahmedab
ad Asset.
Ten (10) digit PO or Contract number should be clearly mentioned in the invoice. For submi
tting the invoices through VIMS Portal and Email channel, following must be ensured:
i) Invoices should be system generated and no hand written invoices shall be allowed.
ii) Invoices need to be scanned at a minimum of 300 dpi, preferably in color.
iii) Invoices should be in PDF format only.
iv) For invoices, file name should be kept as "INVxxxxxxx.pdf" (INV must be prefixed for
correct categorization of invoice and differentiation from supporting document).
v) A regular format must be maintained in which invoices are being submitted in ONGC.
vi) Invoices should be digitally signed with Class - II /III Digital Certificate issued by any li
censed CAs.

vii) In case, Email channel is being followed, separate mail should be sent for each invoice
.

In case the vendor is enabled for e-invoice as per GST portal of govt. of India, vendor must
submit a copy of the e-invoice as main invoice or supporting document.

15 / 17
18. The Bidder should submit the Bid Security and the value of EMD is INR 3,17,050/-.

21. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

16 / 17
---Thank You/ ध यवाद---

17 / 17

You might also like