You are on page 1of 13

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3133324
Dated/ दनांक : 16-02-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 09-03-2023 14:00:00

Bid Opening Date/Time/ बड खुलने क


09-03-2023 14:30:00
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 394518

Total Quantity/कुल मा ा 34

DIGITAL PRESSURE GAUGE RANGE: 0-2 BAR (Q3) , DIGITAL


PRESSURE GAUGE RANGE: 0-60 KG/CM2 (Q3) , DIGITAL
PRESSURE GAUGE RANGE: 0-200 KG/CM2 (Q3) , DIGITAL
Item Category/मद केटे गर
PRESSURE GAUGE 0-150 PSI (Q3) , Pneumatic Hand Pump
Calibrator Of PG, PS (Q3) , Hydraulic Hand Pump 0-500 Bar
(Q3)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 1 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years of


Experience/अनुभव के वष से एमएसई छूट/ and No
Turnover

Startup Exemption for Years Of


Yes
Experience/अनुभव के वष से टाटअप छूट/

Experience Criteria,Past Performance,Certificate (Requested


in ATC),OEM Authorization Certificate,Additional Doc 1
(Requested in ATC),Additional Doc 2 (Requested in
Document required from seller/ व े ता से मांगे ATC),Additional Doc 3 (Requested in ATC),Additional Doc 4
(Requested in ATC)
गए द तावेज़ *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Past Performance/ वगत दशन 30 %

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

1 / 13
Bid Details/ बड ववरण

Type of Bid/ बड का कार Two Packet Bid

Primary product category DIGITAL PRESSURE GAUGE RANGE: 0-2 BAR

Time allowed for Technical Clarifications


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

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- Yes
registered with GeM)

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Pre Dispatch

Name of the Empanelled Inspection


CONCERNED ONGC QUALITY ASSURANCE DEPARTMENT
Agency/ Authority

Evaluation Method/मू यांकन प ित Group wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

Group 1 EMD Amount/ईएमड रािश (In INR) 29885

Group 2 EMD Amount/ईएमड रािश (In INR) 4236

ePBG Detail/ईपीबीजी ववरण

Advisory Bank State Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 3.00

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

(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 :
MANAGER(MM)

2 / 13
Oil and Natural Gas Corporation Limited, HAZIRA Plant, Surat-394518, GUJARAT
(Pathan Shakilahemad Ibrahimkhan)

Splitting/ वभाजन

Bid splitting not applied.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता No

Details of the Competent Authority for MII

Name of Competent Authority MoPN&G

Designation of Competent Authority MoPN&G

Office / Department / Division of Competent


MoPN&G
Authority

CA Approval Number FP20013/2/2017-FP-PNG

Competent Authority Approval Date 26-04-2022

Brief Description of the Approval Granted by Exemption under para 4 of PPP-MII order 2017 and
Competent Authority modification dated:26.04.2022.

Competent Authority Approval for not opting Make In India Preference : View Document

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of
quality and technical specifications. In case any bidder is seeking exemption from Turnover / Experience Criteria,
the supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
2. 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.
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.
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.

3 / 13
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 30% 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
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.

Evaluation Method ( Group 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:

4 / 13
Evaluation Consignee/Reporti Quan
Item/Category Consignee Address
Schedules ng Officer tity

Digital Pressure Gauge Cherukalath ONGC, HAZIRA PLANT,


6
Range: 0-2 Bar Lonakutty Varghese BHATPORE, SURAT 394518

Digital Pressure Gauge Cherukalath ONGC, HAZIRA PLANT,


6
Range: 0-60 Kg/cm2 Lonakutty Varghese BHATPORE, SURAT 394518
Group 1
Digital Pressure Gauge Cherukalath ONGC, HAZIRA PLANT,
6
Range: 0-200 Kg/cm2 Lonakutty Varghese BHATPORE, SURAT 394518

Digital Pressure Gauge 0- Cherukalath ONGC, HAZIRA PLANT,


6
150 Psi Lonakutty Varghese BHATPORE, SURAT 394518

Pneumatic Hand Pump Cherukalath ONGC, HAZIRA PLANT,


5
Calibrator Of Pg, Ps Lonakutty Varghese BHATPORE, SURAT 394518
Group 2
Hydraulic Hand Pump 0-500 Cherukalath ONGC, HAZIRA PLANT,
5
Bar Lonakutty Varghese BHATPORE, SURAT 394518

DIGITAL PRESSURE GAUGE RANGE: 0-2 BAR ( 6 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

Cherukalath 394518,ONGC, HAZIRA PLANT,


1 6 140
Lonakutty Varghese BHATPORE, SURAT

DIGITAL PRESSURE GAUGE RANGE: 0-60 KG/CM2 ( 6 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

5 / 13
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

Cherukalath 394518,ONGC, HAZIRA PLANT,


1 6 140
Lonakutty Varghese BHATPORE, SURAT

DIGITAL PRESSURE GAUGE RANGE: 0-200 KG/CM2 ( 6 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

Cherukalath 394518,ONGC, HAZIRA PLANT,


1 6 140
Lonakutty Varghese BHATPORE, SURAT

DIGITAL PRESSURE GAUGE 0-150 PSI ( 6 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

6 / 13
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

Cherukalath 394518,ONGC, HAZIRA PLANT,


1 6 140
Lonakutty Varghese BHATPORE, SURAT

Pneumatic Hand Pump Calibrator Of PG, PS ( 5 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

Cherukalath 394518,ONGC, HAZIRA PLANT,


1 5 140
Lonakutty Varghese BHATPORE, SURAT

Hydraulic Hand Pump 0-500 Bar ( 5 pieces )

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

7 / 13
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

Cherukalath 394518,ONGC, HAZIRA PLANT,


1 5 140
Lonakutty Varghese BHATPORE, SURAT

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

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 %.

3. 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.

4. Generic

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

5. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
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

8 / 13
Purchase Order on the Seller.

6. 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.

7. Scope of Supply

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

8. Purchase Preference (Centre)

Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated
23.03.2012 issued by Ministry of Micro, Small and Medium Enterprises and its subsequent
Orders/Notifications issued by concerned Ministry. If the bidder wants to avail the Purchase preference,
the bidder must be the manufacturer of the offered product in case of bid for supply of goods. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises. In respect of bid
for Services, the bidder must be the Service provider of the offered Service. Relevant documentary
evidence in this regard shall be uploaded along with the bid in respect of the offered product or service. If
L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15% of margin of purchase
preference /price band defined in relevant policy, such Seller shall be given opportunity to match L-1
price and contract will be awarded for percentage of 25% of total value.

9. 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.

10. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of F&AO, ONGC HAZIRA
payable at SURAT.
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.

11. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name Oil and Natural Gas Corporation Limited Account No. 10395064481 IFSC Code SBIN0001947 Bank
Name State Bank of India Branch address BHATPORE.
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.

12. 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&AO, ONGC HAZIRA
payable at SURAT. 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.

13. 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. 10395064481 IFSC Code
10395064481 Bank Name State Bank of India Branch address BHATPORE. 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.

9 / 13
14. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

A. Input Tax Credit

Bidders must also consider benefits of input tax credit under the GST legislations, as amended

from time to time on Input goods, while quoting the prices.

Bidder should submit Undertaking to provide necessary compliances/Invoices/documents, for enabling


ONGC to avail Input tax credit benefits under GST legislation (Not applicable) for bidder under composition
levy of the GST legislation).

Further, the Bidders shall undertake to provide all the necessary compliances / invoice/documents

for enabling ONGC to avail Input tax credit benefits, in respect of the payments of GST which are payable
against the contract (if awarded). The Supplier should provide tax invoice issued under GST legislations.

The Bidders should upload the details of the invoices raised on ONGC on the GST Network within the
prescribed time limits and undertake to adhere to all other compliances under the GST regulations/
legislations.

In case any credit, refund or other benefit is denied or delayed to ONGC due to any noncompliance of GST
legislation by the bidder such as failure to upload the details of the supply on the GSTN portal, failure to
pay GST to the Government or due to non-furnishing or furnishing of incorrect or incomplete documents/
information by the bidder, the bidder would reimburse the loss to ONGC and/ or ONGC may recover the
same, but not limited to, the tax loss, interest and penalty.

B. The following experience criteria and past performance clause shall be applicable for this tender and
shall supersede any other clause regarding the subject matter in the bid document:

C. Technical rejection criteria

The following vital technical conditions should be strictly complied


with failing which the bid shall liable to be rejected.
1. Bid should be complete in all aspects covering entire scope of job / supply for
the quoted items and should conform to the technical specifications indicated
in the bid document, duly supported with technical catalogues/ literatures,
wherever applicable. Incomplete and non-conforming bids will be rejected
outright.
2. Manufacturer’s experience: - In case the bidder is a manufacturer of the
offered items, he should satisfy the following along with documentary evidence
for each offered , which should be enclosed along with the techno-commercial
bid:
(A): For Quoted items Digital Pressure Gauge
(a) Minimum 01 (One) year of experience of manufacturing of Digital Pressure
Gauge.
(b) Should have manufactured and supplied minimum 30% of quoted
quantity of Digital Pressure Gauges to various companies, during the last
05 years.
(B): For Quoted items either Hydraulic Pump or Pneumatic
Pump
(a) Minimum 01 (One) year of experience of manufacturing of either
Hydraulic Pump or Pneumatic Pump.
(b) Should have manufactured and supplied minimum 30% of quoted
quantity of either Hydraulic Pump or Pneumatic Pump to various

10 / 13
companies, during the last 05 years.
For meeting the requirement above at (A) & (B), the period reckoned shall
be the period prior 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 satisfactory execution of each of those Purchase
Orders, such as - (i) Satisfactory Inspection report (OR) (ii) Satisfactory supply
completion / Installation report (OR) (iii) Consignee Receipted Delivery Challans
(OR) (iv) Central Excise Gate Pass / Tax Invoices issued under relevant rules of
Central Excise / VAT / GST (OR) (v) any other documentary evidence that can
substantiate the satisfactory execution of each of the purchase orders cited
above.
3. In Case the Bidder is not a Manufacturer, then the bidder is required to
submit documentary evidence in respect of the above said 2(A) and 2(B) of the
concerned manufacturer (having supplied such items either by the
manufacturer himself or by his distributor or by the bidder himself) along with
the Techno-commercial bid.
4. Bidders, who have successfully executed development order for
Digital Pressure Gauge & either Hydraulic Pump or Pneumatic Pump 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 of the
above said 2(A) and 2(B) are not required to be submitted as applicable for
each item (A) & (B). However, such bidders shall submit the certificate towards
satisfactory execution of development order pursuant to successful field trial
testing along with the techno-commercial bid.
For Development Order issued by ONGC after 02.12.2020, such certificate
should have been issued by Head INDEG only.
5. Bidders submitting their Bid as Start-up: In case Start-up bidder has
supplied any quantity of Digital Pressure Gauge & either Hydraulic Pump or
Pneumatic Pump during the last 05 years, they will be considered meeting
experience criteria as per above said 2(A) and 2(B) as applicable for each item
(A) & (B).
The above relaxation is subject to submission of following documents:
(i) Registration Certificate issued by Department for Promotion of Industry and
Internal Trade (DPIIT), earlier known as Department of Industrial Policy and
Promotion (DIPP), Ministry of Commerce, certified by Start-up
Director/Partner.
(ii) A declaration from the Directors/Partner of the start-up stating that bid is
submitted by Start-up as Manufacturer of the quoted item and not as a
trader/dealer/distributor.
(Note: In case Start-up does not meet the Experience Criteria as per BEC,
Start-up can submit their proposal separately [not against the instant
tender requirement] for Development Order to INDEG Cell, ONGC ).
6. Bidders should have the required facilities for testing the quoted item as per
International standards at their premises and also agree to inspection by ONGC
or any other agency 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 testing the quoted item

11 / 13
should be enclosed along with the techno-commercial bid.

D. INVOICE SUMISSION: GST invoice and other supporting documents after delivery
of material to be submitted through following two online modes:
(i) VIMS Internet Portal: Vendors to upload GST invoice and supporting documents at
portal https://vims.ongc.co.in. Upload every invoice in portal independently or
(ii) E-MAIL Channel: Vendors may send the invoices to designated email
ID: ap_invoices@ongc.co.in and mention the key word “INVOICE” anywhere in
E-mail subject line.

E. Purchase Preference shall be applicable To Micro and Small Enterprises


Possessing Valid Udyam Registration Certificate as Notified Vide Gazette
Notification No. S.O. 2119(E) dated
26.06.2020 (as amended) issued by ministry of micro, small and medium
enterprises.
.

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

12 / 13
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---

13 / 13

You might also like