You are on page 1of 9

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3766424
Dated/ दनांक : 01-08-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 11-08-2023 11:00:00

Bid Opening Date/Time/ बड खुलने क


11-08-2023 11:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

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

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम Rashtriya Ispat Nigam Ltd

Office Name/कायालय का नाम Visakhapatnam Steel Plant

Total Quantity/कुल मा ा 3500

Item Category/मद केटे गर ULTRASONIC TRANSMISSION GEL - RINL-FWP (Q3)

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

Additional Doc 1 (Requested in ATC)


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

Bid to RA enabled/ बड से रवस नीलामी स य कया 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 2 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

EMD Detail/ईएमड ववरण

1/9
Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

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

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
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 33%(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.

2. 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

ULTRASONIC TRANSMISSION GEL - RINL-FWP ( 3500 liter )

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

2/9
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

229121,RINL-VSP FORGED
WHEEL PLANT, FORGED WHEEL
1 Ayush Ashu 3500 30
PLANT, LALGANJ, RAEBARELI-
229120

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. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1. TEST & GUARANTEE CERTIFICATE:

The Seller should submit Test certificate along with every consignment,
clearly indicating the relevant Parameters and batch no. and other identif
ication marks, if any and give guarantee for replacement in case of an
y deviations / manufacturing defects.

Replacement of defective materials shall be made free of cost (includin


g duties in India to Seller's account) at Purchaser's site by the Suppli
er and the collection of the defective material to the Supplier's works s
hall be the Supplier's responsibility and shall be made at their expen
ses.

3/9
2. DELIVERY SCHEDULE:

The Tenderers should confirm the delivery schedule given in the tender do
cuments or as indicated by RINL-VSP in Purchase Order (PO) / LOI. The success
ful tenderers should commence delivery of material within 15 Days from th
e date of placement of LOI/Purchase Order/ A/T(Acceptance to Tender).

In case a tenderer cannot confirm the above delivery schedule due to any r
eason, the possible delivery schedule shall be quoted. VSP has the sole dis
cretion to accept or reject such offers deviating from the delivery
schedules given in the tender documents.

In the event of any failure to supply the required quantity by the suppli
er which is sought to be made good after the contract period is over will b
e at RINL’s option.

3. GENERAL INFORMATION/DOCUMENTS TO BE FURNISHED BY TENDERERS:

The Letter of Authority/ Assurance should be submitted along with Techno-


Commercial bid.

If it comes to notice of RINL/VSP at any stage during the finalization of the t


ender or after placement of order/execution of the contract that offers have
been made by the companies using same equipment/facilities/address then
such offers/orders shall be rejected/cancelled forthwith and business dealing
s with such Firms/Contractors shall be banned for a period of 2 years. Securi
ty deposit etc. if any shall be forfeited. Decision of RINL/VSP in this regard
shall be final and binding.

4. QUOTING OF PRICES:

The prices to be quoted per Metric Ton should be on FOR VSP SITE basis (On Landed Cost basis) i.e.
, inclusive of all Taxes & Freight. The tenderers have to upload the Blank Price Bid indicating Taxes,
Duties & Cesses etc. (applicable as on offer submission date) without mentioning the BASIC PRICE.

The Basic Price quoted by the Tenderer shall remain firm and fixed during the period of the contract a
nd till completion of supplies and shall not be subject to any variation on any account. However, any

4/9
change in statutory taxes, Cesses and duties etc., shall be reimbursed at actuals based on document
ary evidence, during the original contractual delivery period. Any change in taxes and duties etc., bey
ond the original contractual delivery period is to be borne by the Seller.

RINL reserves the right to negotiate with the tenderers without prejudice to their quoted price.

5. CONDITIONS FOR AVAILING MSE BENEFITS:

The stipulated MSE benefits like, Purchase Preference and shorter credit Payment terms can be
availed only by Manufacturers of tendered item / ‘item category’, and not by Traders / Dealers.
Documents as prescribed by Govt. of India from time to time are to be submitted by the eligible M
SEs for availing MSE benefits.

The criteria for classification of Micro, Small and Medium enterprises shall be as per the
Gazette Notification dtd: 26.06.2020 from Ministry of MSME, Govt. of India, as may be amen
ded from time to time.

The MSE Unit shall get themselves registered with MSME Data Bank, being operated by NSIC, unde
r SME Division, M/o MSME and submit Notary attested copy of valid SSI/MSE Registration Certific
ate /Entrepreneur Memorandum (EM) Part-II Acknowledgement/UdyogAadhar Memorandum for th
e tendered item/‘item category’ for which they are registered, for availing the relevant benefit
s as stipulated.

Documents to be submitted from the following to avail benefits by Local MSEs near to RINL:

i) District Industries Centre of Visakhapatnam.

ii) District Industries Centre of units located within 100 km of road distance of Visakhapat
nam Steel Plant and falling under the Jurisdiction of respective District Industries Centers
.

iii) NSIC registered units and other MSEs falling within the above jurisdictions i.e., in (i) or (ii)
above.

6. Terms Of Payment:

100% payment of the value of each consignment shall be made against submission of bills along with VSP’
s acceptance GARN (Goods Acceptance / Rejection Note) or CRAC whichever is earlier. Payment shall be r
eleased on 60 th day (21st day for Local Micro and Small enterprises and 45th day for non-local MSEs, subj
ect to submission of documents for availing MSE benefits) from the date of acceptance of material at VSP (
i.e. GARN date).

7. ORDER QUANTITIES: VSP reserves the option to order full tender qu


antity on one tenderer or on more than one tenderer from the lowest eval
uated tenderer onwards, based on the response. The tenderer should quo
te for the full tendered quantity and should accept to supply full quantity.

5/9
Not-withstanding anything specified in this Tender Document, RINL at its so
le discretion, unconditionally and without having to assign any reason, rese
rves to itself the right:
a) To accept or reject the lowest priced Offer or any other Offer or a
ll the Offers;
b) To accept any tender/Offer in full or in part;
c) To reject the Offers not conforming to the tender terms and
d) To give Purchase preference to Public Sector Undertakings wherever
applicable as per Government policy/ Guidelines.
e) To extend Purchase Preference to SSIs/MSEs (Micro and Sma
ll Enterprises) as above, subject to submission of documents as p
er prevailing guidelines of Govt of India.

8. RIGHT TO ACCEPT/REJECT OFFERS:

RINL/VSP does not pledge itself to accept the lowest priced Offer or any
other Offer and reserves to itself the right of accepting the whole or any p
art of the tender/Offer or portion of the quantity tendered and the tendere
rs (bidders) shall supply the same at the rate quoted.

9. TOTAL REJECTION: Any lot deviating beyond the limits specified shall be rejected and shall not be paid f
or. All deviations/rejections shall be informed to the Seller. The Seller has to ensure lifting of the material
s within 15 days from the date of issue of such notice to the Seller or otherwise 1% of material value
per month or part thereof as storage cost will be leviable by VSP till such time the material is lying at
VSP stores at Seller’s risk. The Seller also has to ensure immediate supply of equivalent quantity of materi
al as per the order specifications to maintain material availability at plant.

10. PRICE FIRMNESS: Price quoted shall be on Landed Cost basis (inclusive of applicable GST & Freight)
for supply on “FOR VSP STORE” basis and the price finalized shall remain firm till completion of supplies
.

“GST shall be applicable on all penalties (like Liquidated Damages, shortages, penalty for late liftin
g/ delivery,etc.) if levied by the Purchaser on the Seller/Supplier and Shall be recovered along
with GST applicable thereon. The Purchaser shall issue Tax Invoice in favour of the Seller/Suppli
er for such recoveries.”

11. DEFAULT:
Should the SELLER fail to provide the MATERIAL for delivery by the time
or times agreed upon or should the SELLER in any manner or otherwise fail
to perform the Contract / Purchase Order or should a receiver be appointed
on its assets or make or enter into any arrangements or composition with
Creditors or suspend payments (or being a company should enter into liquidati
on either compulsory or voluntary), the PURCHASER shall have power to decla
re the Contract / Purchase Order as at an end at the risk and cost of the SELL
ER in every way. In such a case, the SELLER shall be liable for any expense

6/9
s, damages or losses which the PURCHASER may incur, sustain or be put to
by reason of or in connection with SELLER's default. This Clause is however
subject to Force Majeure Clause.

12. GENERAL: The Seller/Contractor shall be entirely responsible for the execution of t
he Contract in all respects in accordance with the terms and the conditions as specifi
ed in the Contract/ Purchase Order.

13. DOCUMENTS TO BE UPLOADED: Bidder/Seller during bid part


icipation in GeM:
i) This Bid ATC duly signed and stamped by bidder on all pages, confirm
ing acceptance. - VITAL
ii) Documents for claiming MSE benefits, in case of MSEs, as per ter
ms & conditions of this Bid.

14. PUNITIVE ACTIONS:

If it comes to the notice of VSP at any stage from request for


enlistment / tender document that any of the certificates / documents sub
mitted by applicants for enlistment or by bidders are found to be false/ fa
ke/ forged/ doctored, the party will be debarred from participation in all V
SP tenders for a period of 5 years including termination of contract, if a
warded. Security Deposit etc. if any will be forfeited. The contracting Age
ncy in such cases shall make good to VSP any loss or damage resulting fro
m such termination. Contracts in operation anywhere in VSP will also be t
erminated with attendant fall outs like forfeiture of EMD/ Security Deposit,
if any, and recovery of risk and cost charges etc. Decision of VSP Manage
ment will be final and binding.

In case where RINL/VSP decides to procure the material from one or mor
e than one source, (Only one offer shall be submitted by Companies using
same equipment / facilities/ address), and if it comes to the notice of RIN
L/VSP at any stage during the finalization of the tender or after placement
of order/execution of the contract that Offers have been made by Compan
ies using same equipment/ facilities/ address, then such offers/orders shal
l be rejected/cancelled forthwith and business dealings with such Firm
s/ Contractors shall be banned for a period of 2 years. Bid money/
EMD Security Deposit etc. if any shall be forfeited. Decision of RINL/VSP in
this regard shall be final and binding.

If any tenderer backs out after opening of the techno commercial bids wi
thin the offer validity period, but prior to Reverse e-auction and opening o
f the sealed price bids, they shall be kept under hold, barring participation
for the next one tender or three months, whichever is later.

7/9
If the L1 tenderer backs out after opening of the tenders in case of
single bid cases (or) after the reverse e-auction/ opening of the sealed pri
ce bids in case of two bid cases within the validity period, they shall be ke
pt under hold, barring participation for the next three tenders or six mont
hs, whichever is later.

If the tenderer(s) back out after award of contract, they shall be kept unde
r hold, barring participation for the next three tenders or six months
whichever is later.

This Bid ATC supplements/supersedes GeM GTC.

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.

8/9
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---

9/9

You might also like