You are on page 1of 21

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3907551
Dated/ दनांक : 07-09-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 23-09-2023 12:00:00

Bid Opening Date/Time/ बड खुलने क


23-09-2023 12:30:00
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 Power

Department Name/ वभाग का नाम Contracts And Materials

Organisation Name/संगठन का नाम Damodar Valley Corporation

Office Name/कायालय का नाम Damodar Valley Corporation

Total Quantity/कुल मा ा 490

Telescopic Chute 1 , Telescopic Chute 2 , Telescopic Chute 3


, Telescopic Chute 4 , Telescopic Chute 5 , Telescopic Chute
Item Category/मद केटे गर 6 , Telescopic Chute 7 , Telescopic Chute 8 , Telescopic
Chute 9 , Telescopic Chute 10 , Telescopic Chute 11 ,
Telescopic Chute 12

BOQ Title/बीओ यू शीषक TELESCOPIC CHUTE AND ACCESSORIES AT RTPS DVC

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

Certificate (Requested in ATC),Compliance of BoQ


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

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

Primary product category Telescopic Chute 7

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 3 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

1 / 21
Bid Details/ बड ववरण

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Item wise evaluation/

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

Schedule 1 EMD Amount/ईएमड रािश (In INR) 713

Schedule 2 EMD Amount/ईएमड रािश (In INR) 547

Schedule 3 EMD Amount/ईएमड रािश (In INR) 1158

Schedule 4 EMD Amount/ईएमड रािश (In INR) 2096

Schedule 5 EMD Amount/ईएमड रािश (In INR) 602

Schedule 6 EMD Amount/ईएमड रािश (In INR) 429

Schedule 7 EMD Amount/ईएमड रािश (In INR) 1600

Schedule 8 EMD Amount/ईएमड रािश (In INR) 1545

Schedule 9 EMD Amount/ईएमड रािश (In INR) 1545

Schedule 10 EMD Amount/ईएमड रािश (In INR) 1602

Schedule 11 EMD Amount/ईएमड रािश (In INR) 3557

Schedule 12 EMD Amount/ईएमड रािश (In INR) 1380

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


20
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). The EMD Amount will be applicable for each schedule/group selected during Bid creation.

2 / 21
(c). 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 :
Senior Manager (C&M)
Raghunathpur Thermal Power Station, Contracts and Materials, Damodar Valley Corporation, Ministry of Power
(Senior Manager)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. 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.

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.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. 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

3 / 21
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. 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

Excel Upload Required/ए सेल म अपलोड कए जाने क आव यकता :

TECHNO-COMMERCIAL SHEET - 1693651923.xlsx

Evaluation Method ( Item Wise Evaluation Method )

Contract will be awarded schedulewise and the determination of L1 will be done separately for each schedule.
The details of item-consignee combination covered under each schedule are as under:

Evaluation Schedules Item/Category Quantity

Schedule 1 Telescopic Chute 1 24

Schedule 2 Telescopic Chute 2 24

Schedule 3 Telescopic Chute 3 24

Schedule 4 Telescopic Chute 4 48

Schedule 5 Telescopic Chute 5 24

Schedule 6 Telescopic Chute 6 4

Schedule 7 Telescopic Chute 7 12

Schedule 8 Telescopic Chute 8 30

Schedule 9 Telescopic Chute 9 30

Schedule 10 Telescopic Chute 10 30

Schedule 11 Telescopic Chute 11 180

Schedule 12 Telescopic Chute 12 60

Telescopic Chute 1
(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

Specification Document View File

BOQ Detail Document View File

4 / 21
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 24 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 2
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 24 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 3

5 / 21
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 24 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 4
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

6 / 21
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 48 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 5
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 24 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 6
(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

Specification Document View File

BOQ Detail Document View File

7 / 21
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 4 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 7
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 12 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 8

8 / 21
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 30 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 9
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

9 / 21
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 30 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 10
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 30 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 11
(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

Specification Document View File

BOQ Detail Document View File

10 / 21
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 180 90
Technical Building, Dumdumi,
District- Purulia

Telescopic Chute 12
(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

Specification Document View File

BOQ Detail Document View File

Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

723133,Raghunathpur Thermal
Power Station (RTPS)- DVC,
1 Vinod Kumar Sehra 60 90
Technical Building, Dumdumi,
District- Purulia

11 / 21
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

Senior Manager (Mech.)


Store Section
Raghunathpur Thermal Power Station, DVC
Dumdumi, PO- Nildih
Purulia- 723133, WB.
.

3. Generic

Bidders shall quote only those products (Part of Service delivery) in the bid which are not obsolete in the
market and has at least 2 years residual market life i.e. the offered product shall not be declared end-of-
life by the OEM before this period.

4. Generic

Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.

5. Generic

Bidder shall submit the following documents along with their bid for Vendor Code Creation:

a. Copy of PAN Card.

b. Copy of GSTIN.

c. Copy of Cancelled Cheque.

d. Copy of EFT Mandate duly certified by Bank.

6. Generic

Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.

7. Generic

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

8. Generic

The successful bidder has to supply all essential accessories required for the successful installation and
commissioning of the goods supplied. Besides standard accessories as per normal industry practice,
following accessories must be part of supply and cost should be included in bid price:

12 / 21
All accessories included.
.

9. 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.

10. Inspection

Materials shall be guaranteed for 12 months from the date of commissioning or 18 months from the date
of supply whichever is earlier.

11. Forms of EMD and PBG

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

Raghunathpur Thermal Power Station, Damodar Valley Corporation


payable at
Canara Bank (Branch Code: 6777)
.
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.

12. Forms of EMD and PBG

Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). The bank should certify on it that the deposit can be withdrawn only on the demand
or with the sanction of the pledgee. For release of EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date

13. Forms of EMD and PBG

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

Raghunathpur Thermal Power Station, Damodar Valley Corporation


Account No.
3402201000028
IFSC Code
CNRB0006777
Bank Name
Canara Bank
Branch address
Dumdumi, PO -Nildih, Purulia, West Bengal, Pin code: 723133.
.
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.

14. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of

Raghunathpur Thermal Power Station, Damodar Valley Corporation


payable at
Canara Bank
. After award of contract, Successful Bidder can upload scanned copy of the DD in place of PBG and has to
ensure delivery of hard copy to the original DD to the Buyer within 15 days of award of contract.

15. Forms of EMD and PBG

13 / 21
Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of

Raghunathpur Thermal Power Station, Damodar Valley Corporation


A/C (Name of the Seller). The bank should certify on it that the deposit can be withdrawn only on the
demand or with the sanction of the pledgee. For release of Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

16. 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

Raghunathpur Thermal Power Station, Damodar Valley Corporation


Account No.
3402201000028
IFSC Code
CNRB0006777
Bank Name
Canara Bank
Branch address
Dumdumi, PO -Nildih, Purulia, West Bengal, Pin code: 723133.
. 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.

17. Scope of Supply

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

18. 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.

19. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Bidder must ensure compliance of document attached in "Buyer Added Specific Bid Document" and accept
all terms & conditions of bid.

PMI Test in respect of Composition is to be carried out for wedges and slide gates at site after Supply of t
he items.

The drawing and pics attached are for estimation purpose only. The successful vendor will collect the sa
mples from site and develop drawing for final approval before supply.

Manufacturer standard Guarantee/Warranty Certificate of 18 months from the date of supply or 12 mont
hs from the dated of installation whichever is earlier to be provided during supply of supply.

14 / 21
1:1 interchangeability & fitment certificate are to be furnished during supply of finished product.

For clarification regarding technical specification please contact: Sr. Manager (Mech.), AHP, Raghunathp
ur Thermal Power Station, DVC, Dumdumi, PO- Nildih, Purulia- 723133. Email: alok.kumar1@dvc.gov.in,
nirakar.parida@dvc.gov.in.

For clarification regarding payment please contact: Sr. Manager (Finance),Finance deptt., Raghunathpur
Thermal Power Station, DVC, Dumdumi, PO- Nildih, Purulia- 723133. Email: rajasagar.singh@dvc.gov.in, i
ndraneel.roy@dvc.gov.in.

____________________________________________________________________

LIST OF DOCUMENTS TO BE ENCLOSED WITH BID DOCUMENTS:

EMD (Not applicable in case of manufacturer of tendered items having valid MSME/NSIC certi
ficate) -Mandatory with initial offer and should be present on opening of tender otherwise bi
d will be rejected straightway. Offline EMD documents in original must reach to RTPS before
opening of tender for acceptance of bid.

Kindly note that Vendor having MSME/NSIC certificate with manufacturing of items other tha
n current indented items shall not be considered for EMD exemption. Hence necessary proof
shall be provided, else bid shall be straightway rejected.

PAN

GST

Bank detail

Techno-commercial sheet duly filled up (Format attached in ATC)

QAP acceptance (Format attached in ATC)

No relation declaration with DVC otherwise detail in letter head

Form-A

Letter of Bid

Affidavit duly notarized in non-judicial stamp paper for genuineness of furnished


data in offer

Certificate (Format attached in ATC)

Acceptance of scope of work.

Valid authorization certificate if required containing GeM bid no.

Specification of offered materials.

Power of Attorney or authorization of signatory who is signing the bid.

All necessary formats and documents are attached in SPECIFICATION SHEET, TECHNO-COMM
ERCIAL SCHEDULE & BUYER UPLOADED ATC DOCUMENT as described below:

Specification of materials

Form-A

15 / 21
Letter of Bid

Affidavit

DVC’S GCC

Quality Assurance Plan

Bank detail format

Certificate

____________________________________________________________________

SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE/e-PBG:

(a)To ensure due performance of the contract, the Supplier receiving the LOA/Purchase Order is required to
furnish the required performance security, in the prescribed form by the specified date as mentioned here.
(b) In the case of a JV, wherever applicable, performance security shall be provided by all partners in prop
ortion to their participation in the project. (c) Submission of Performance Security is not necessary for a co
ntract value up to Rupees 5 (Five) lacs.

(d) Performance security may be furnished in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit receipt of 10% ordered value from a commercial bank, Bank Guarantee (including e-b
ank guarantee) issued /confirmed from any of the commercial bank in India or Online payment in an accep
table form, safeguarding DVC's interest in all respects. (e) Performance security is to be furnished by a sp
ecified date [generally 21 days after issuance of LOA for Works Contract or generally 14 days after issuanc
e of PO/LOA for Goods/Services Contract] and it should remain valid for the entire Guarantee/Warranty peri
od plus 60 (sixty) days beyond the date of completion of all contractual obligations of the contractor, inclu
ding Defect Liability Period (DLP)/ warranty period as applicable.

(f) In case the contractor fails to submit the performance security within 30 days of the date of issuance of
LOA/PO, DVC without prejudice to any other rights or remedies it may possess under the contract, may for
feit the bid security (wherever applicable) and shall short close the Contract and retender and in this reten
der such defaulting bidder will not be allowed to participate.

(g) Performance security should be refunded to the contractor without interest after he duly performs and
completes all obligations under the contract but not later than a specified date [“365 days for works Contr
act" or “60 days for Good/Services Contract”] of completion of the Defect Liability Period (DLP) / Warranty
Period as applicable. (h)The performance security will be forfeited and credited to DVCs account in the eve
nt of a breach of contract by the contractor /supplier/Service provider.

DETAILS OF OUR BANKER:

Name of Bank: CANARA BANK Branch

Name: Raghunathpur Thermal Power Station Branch

IFSC: CNRB0006777

Account No.: 3402201000028

Account Type: Current Branch Code: 6777

Address: Dumdumi, PO -Nildih, Purulia, West Bengal, Pin code: 723133.

Confirmation of Bank Guarantee shall be issued on the SFMS (Structured Financial Messaging

16 / 21
System) mode by Issuing Bank to our bank as mentioned above.

PRICE BASIS: FOR- RTPS, DVC.

COMPLIANCE OF RULES & REGULATIONS: (a) The Staff engaged by the bidder should not be under a
ddiction of drug / liquor while on duty. It would be obligatory on the part of the Bidder to remove any suc
h worker /workers from the job whose act ion or conduct in the opinion of DVC management is detriment
al to the interest of the Corporation. (b) No child labour shall be engaged for the work by the Bidder as p
er statutory rule of Govt. of India. (c) The bidder shall abide by the legal provision with regard to health,
Welfare & safety of workers engaged by him as per factory act and rules. The bidder shall also be respon
sible for medical care of personnel engaged. (d) The bidder shall have to follow all safety rules at the tim
e of execution of work. All safety equipment as required during execution of the contract shall be supplie
d by the bidder to the workmen without any extra cost to DVC.

The Bidder shall be responsible for compliance of following prevailing acts: Factory Act, Minimum Wages
Act, Payment or Wages Act, Bonus Act, Contract Labour Act as prevalent time to time. (The Bidder shall
obtain necessary certificate, as may be required from Govt. Labour Officer and shall ensure that all legal
formalities of the prevalent Contract Labour (R&A) Act have been completed.

EPF & ESI PROVISION: EPF & ESI provision shall have to be made by the bidder. Provident Fund Regist
ration details with name of staffs & code Nos. must be submitted to the competent authority of DVC.

Safety: The bidder shall have to strictly follow all safety rules at the time of execution of work. All safety
equipment as required during execution of the contract shall be supplied by the bidder to the workmen
without any extra cost to DVC. The bidder shall abide by the legal provision with regard to health, Welfar
e & safety of workers engaged by him as per factory act and rules. The bidder shall also be responsible f
or medical care of personnel engaged. The bidder has also to provide Safety/PPE Kit and To ols and Tackl
es etc. to workers engaged.

BIDDERS PERFORMANCE EVALUATION:

In order to have smooth progress of the work, there is a need for bidders who will execute the job in ti me
and as per stipulated specification quality in the Contract. The Project Manager of DVC/Engineer-In-Charge
will evaluate the performance of the bidder which is to be signed by the authorized representative of the B
idder (Owner/proprietor/site in Charge). If the bidder refuses to sign, the evaluation of DVC Engineer in Ch
arge will be final. The performance rating as emerged out will be kept in the system. In case Performance
Rating obtained above is "Unsatisfactory" twice consecutively, the Bidder shall no t be recommended for i
ssue of tender enquiry for a period as deemed fit not more than 2 years. In case performance of any Bidder
in any of the previous Contract of the Employer during the last 2 years i s found "Unsatisfactory", the Empl
oyer (i.e. DVC) reserve the right to considered the bidder ineligible for participating in this tender and in su
ch case no bidder/intending bidder shall have any claim arising out of such action.

CONTRACT AGREEMENT: (a) On receipt of Work Order (applicable for contract value of Rs.250 000/- or
more), the vendor must submit contract agreement (Format to be supplied by DVC) in non- judicial stam
p paper of Rs.100/- (One Hundred Rupees) or more value duly filled in all respect to the order issuing aut
hority/ C&M Section within 14 days from the date of issuance of Work Order/Contract. The said agreemen
t will be duly signed by both authorized representative of DV C (Signing authority as per DFP) and author
ized representative of vender/bidder. (b) Non- execution of Contract Agreement by the Supplier/ Bidder/
Service Provider within 30 days from the date of issue of LOA/PO/ Work Order, will constitute sufficient gr
ound for forfeiture of its EMD (wherever applicable) and shall short close the Contract and retender and i
n this re-tender such defaulting Bidder will not be allowed to participate. In exceptional cases, where in
place of a Bid security, DVC considered "Bid securing declaration" from the bidder, accepting that if they
are awarded the contract and they fail to sign the contract, before the deadline defined in the tender doc

17 / 21
uments, they will be suspended for a period up to 2 years from being eligible to submit Bids/ Proposals f
or contracts with DVC. The Contract shall be short closed and retendered.

PRICE BID DISCLOSURE: If any price component related to subject NIT in full or in part is exposed and fo
und with its techno commercial offers, the offer shall out rightly be rejected and will not be considered furt
her. Offers should invariably be kept open for acceptance for 90 days from the date of opening of the tend
er.

PAYMENT TERM: 100% payment along with applicable Taxes & duties will be released within ten (10) da
ys of issuance of consignee receipt-cum-acceptance certificate (CRAC) and online submission of bills.

TAXES AND DUTIES: Taxes and duties will be inclusive of quoted prices.

LD CLAUSE: For procurement through GeM, LD shall be 0.5% per week or part of the week of delayed peri
od as pre-estimated damages not exceeding 10% of the contract value.

RISK PURCHASE CLAUSE:


Alternatively in connection of LD clause, the Purchaser reserves the right to purchase the material from
elsewhere at the sole risk and cost of the Vendor and recover all such extra cost incurred by the Purchas
er in procuring the material by the above procedure.
Alternatively, the Purchaser may cancel the Order completely or partly without prejudice to his right und
er the alternatives mentioned above.
In the event of recourse to alternative (1) and (2) above, the Purchaser will have the right to repurchase
the stores, to meet urgency in requirement caused by Vendor failure to comply with the schedule of deli
very irrespective of the fact whether the materials are similar or not.

Supplies must be strictly in accordance with specifications etc. furnished or approved by the DVC.

Suppliers will be responsible for deviation in respect of technical specifications and commercial terms and
conditions whatsoever.

Bidders are requested to go through the GeM GTC and DVC GCC- 2016 before submitting their offer.

INSPECTION: Goods supplied will always be subject to our inspection on arrival at the destination. The su
pplier will be held responsible for the stores not being sufficiently and properly packed at his expenses for
transport by to be quoted by the Bidder; so as to ensure them being free from loss or injury at their destin
ation. In accepting the order, you are understood to accept to all responsibilities for any infringement in re
gistered design, trademark, patent rights etc.

TRANSIT INSURANCE: Arrangements for transit insurance can be made by DVC as per Mega Risk Policy
arranged with existing underwriter as per time being imposed. Goods are to be delivered at consignee's st
ore.

18 / 21
FORCE MAJEURE: It will be guided as per GeM GTC and Clause No. 16 of GCC 2016.

LIMITATIONS OF LIABILITY: Except in cases of Criminal Negligence or wilful misconduct, the Bidder and
The Employer shall not be liable to the Other Party for any indirect or consequential loss or damage, loss o
f use, loss of production, or loss of profits or Interest costs, provided that this exclusion shall not apply to a
ny obligation of the Bidder to pay liquidated damages to the Employer AND The aggregate liability of the B
idder to the Employer, whether under the Contract, in tort or otherwise, shall not exceed the total Contract
Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment,
or to any obligation of the Bidder to indemnify the Employer with respect to patent infringement, copy righ
t, workman compensation.

DELIVERY POINT: DVC RTPS Store.

DVC GENERAL CONDITIONS OF CONTRACT (GCC) & GeM GTC: The terms and conditions not mention
ed herein shall be as per DVC GCC and GeM GTC as applicable. For DVC GCC please visit https://www.dvc.
gov.in/dvcwebsite_new1/conditions-of-contract/ and for GeM GTC, please visit www.gem.gov.in. If any cont
radiction arises between the conditions mentioned herein GeM GTC shall prevail.

PUBLIC PROCUREMENT CLAUSE: Public Procurement (Preference to Make in India), Order 2017 of GOI,
Ministry of Commerce and Industry, Department of Industrial Policy and Promotion, Udyog Bhawan, New D
elhi, No.- P45021/2/2017 -B.E.-II dated 15.06.2017 as amended by Order No.- P-45021/2/2017-B.E.-II dated
28.05.2018 and Order No.- P- 45021/2/2017-B.E.-II dated 29.05.2019 and finally revised on 04.06.2020 is a
pplicable for the subject procurement.

PURCHASE PREFERENCE: All the small manufacturing & NSIC registered firms quoting rates within +15
% of the L1 offer may be offered up to 25% of the tendered quantity provided that they are willing to matc
h the price of L1. In case more than one MSME tenderer falls within this purview, the total quantity of 25%
may be split amongst them proportionately. They should also meet qualification criteria specified in the te
nder documents. A further 4% within this 25% will be reserved for MSME firms owned by SC/ST entreprene
ur.

CANCELLATION/SHORT CLOSURE: The Owner may terminate/short close the contract, by not less than
30 days’ written notice to the bidder, to be given after occurrence any of the events specified in the Sl. No.
(a) to (e) of this clause and 60 days in the case of the event referred to Sl. No. (g), (h) & (f) below : a) The
Vendor fails to comply with any of the terms of the Order or the bidder do not remedy a failure in the perfo
rmance of their obligations under the Contract, within thirty (30) days after being notified or within any furt
her period as the Owner may have subsequently approved in writing. b) The Vendor becomes bankrupt or
goes into liquidation. c) If as a result of Force Majeure, the Bidder is unable to supply a material for a perio
d of not less than 60 days. d) If the Bidder, in the judgment of the Owner has engaged in corrupt or fraudul
ent practices in competing or in executing the Contract. For the purpose of this clause: e) “Corrupt Practic
e” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public
official in the selection process or in contract execution. f) “Fraudulent Practice” means a misrepresentatio
n of facts in order to influence a selection process or the execution of a contract to the detriment of the O

19 / 21
wner. g) The vendor is otherwise precluded from complying with any of the terms of the order on account
of any directives of any lawful authority. h) If the Owner, at its sole discretion, decides to terminate this Co
ntract.

Bill Tracking System: It has been advised that all the bill/invoice related to P.O./W.O. must be processed
through DVC Portal with following link https://application.dvc.gov.in/Vendor/ Detailed guidelines related to
Vendor Registration & Processing of Bill for Vendor Bill Tracking are available in the DVC portal under
PROCUREMENT.

VERIFICATION OF DOCUMENTS: Scanned copies of all the required documents for meeting the qualifyin
g criteria of the tender along with the bid documents shall have to be uploaded in GeM portal during submi
ssion of bid online for techno-commercial evaluation & compliance thereof. Tenders will be processed on t
he basis of scan copy of the documents submitted by the bidders.

INTRASTATE E-WAY BILL: As per latest Government Notification no 13/2018 -C.T/GST dtd 06/06/18 for
movement of Goods (more than Rs 1 Lakh ) within W.B intrastate e-way bill is required.

FIELD QUALITY PLAN (FQP) / QUALITY ASSURANCE PLAN (QAP): Vendor should adhere to the FQP/Q
AP format as attached. Kindly accept, sign, stamp and send along with offer.

GST: Valid copy of GST Registration certificate is to be furnished along with the quotation. GST shall be rei
mbursed/ paid extra at actual as per prevailing rate limited to as quoted against submission of documenta
ry evidence. The prevailing rate of GST shall be verified from relevant Govt. of India portal.

SETTLEMENT OF DISPUTES & ARBITRATION: Any dispute(s) or difference(s) arising out of or in connec
tion with the contract shall, to the extent possible, be settled amicably between the owner and supplier.
In the event of any dispute or difference whatsoever arising under the contract or in connection there
with including any question relating to existence, meaning and interpretation of the contract or any alleged b
reach thereof, the same shall be referred to the Chairman of Damodar Valley Corporation, Kolkata-54 or to a
person nominated by him for arbitration. The Arbitration shall be conducted in accordance with the provisions
of arbitration and conciliation law 1996 or latest and the decision/ judgment of Arbitrator/Arbitrators shall be f
inal and binding on both the parties.

However, in case the contractor is a Central Public Sector Enterprise/ Govt. Department, the dispute a
rising between the ‘Owner’ and the ‘Contractor’ shall be settled through Permanent Arbitration Machinery (PA
M) of the Department of Public Enterprise, Govt. of India as per prevailing rules.

All suits arising out of this enquiry and subsequent purchase order/contract, If any, are subject jurisdic
tion of Court in the City of Kolkata {South 24- Parganas, New Aliproe Court (India)} only and no other Court,
when resolution/settlement through mutual discussion and arbitration fails.

CONSIGNEE: SE(Stores)(vinod.sehra@dvc.gov.in), RTPS Stores, RTPS, DVC, Raghunathpur, Vill.- Dumdumi


, P.O.-Nildih, Distt.- Purulia, West Bengal-723133. For Road Permit contact SDE(M), Stores, RTPS, DVC. E-m
ail: vikas.kumar@dvc.gov.in,Ph-9002766691

1. Fill up the ATC in your letterhead with the signature of authority & stamp.

2. Submission of documents as per bid documents is required.

3. Read bid documents carefully

20. Buyer Added Bid Specific ATC

20 / 21
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।

---Thank You/ ध यवाद---

21 / 21

You might also like