You are on page 1of 9

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4087557
Dated/ दनांक : 16-10-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 13-11-2023 16:00:00

Bid Opening Date/Time/ बड खुलने क


13-11-2023 16:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (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

Custom Bid for Services - Biennial contract of Oil filtration of


Item Category/मद केटे गर lube oil system of ID FD PA Fan lube oil system and Coal Mill
gear box lube oil system of RTPS DVC

Contract Period/अनुबंध अविध 2 Year(s)

Past Experience of Similar Services


required/इसी तरह क सेवाओं का पछला आव यक Yes
अनुभव है

MSE Exemption for Years Of


Experience/अनुभव के वष से एमएसई छूट/ and Yes
Turnover/टनओवर के िलए एमएसई को छूट ा है

Startup Exemption for Years Of


Experience/अनुभव के वष से टाटअप छूट/ and Yes
Turnover/ टनओवर के िलए टाटअप को छूट ा है

Experience Criteria,Bidder Turnover,Certificate (Requested


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

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

RA Qualification Rule H1-Highest Priced Bid Elimination

Type of Bid/ बड का कार Two Packet Bid

1/9
Bid Details/ बड ववरण

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 7 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Estimated Bid Value/अनुमािनत बड मू य 833854.08

Evaluation Method/मू यांकन प ित Total value wise evaluation

Financial Document Indicating Price


Breakup Required/मू य दशाने वाला व ीय द तावेज Yes
ेकअप आव यक है

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 14133

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


26
अपे त अविध (मह ने).

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
Senior Manager Finance
RAGHUNATHPUR THERMAL POWER STATION (2x600MW), Village-Dumdumi, P.O.-Nildih, District-Purulia, State –
West Bengal, PIN-72313
(Senior Manager Finance)

Splitting/ वभाजन

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

MII Compliance/एमआईआई अनुपालन

2/9
MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to 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. 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.
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 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 service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price
within L-1+ 15% of margin of purchase preference /price band defined in relevant policy, then 100% order
quantity will be awarded to such MSE bidder subject to acceptance of L1 bid price.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.
4. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
5. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services
over the last three years i.e. the current financial year and the last three financial years(ending month of March
prior to the bid opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the
estimated cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated
cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated
cost.

6. 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 :

BOQ - 1697255896.xlsx

3/9
Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

Introduction about the project /services being proposed for procurement using custom bid
functionality:1697205693.pdf

Instruction To Bidder:1697205703.pdf

Pre Qualification Criteria ( PQC ) etc if any required:1697255920.pdf

Scope of Work:1697255934.pdf

Special Terms and Conditions (STC) of the Contract:1697205758.pdf

Service Level Agreement (SLA):1697205762.pdf

Payment Terms:1697205995.pdf

GEM Availability Report ( GAR):1697206009.pdf

Any other Documents As per Specific Requirement of Buyer -1:1697206021.pdf

Any other Documents As per Specific Requirement of Buyer -2:1697206028.pdf

Custom Bid For Services - Biennial Contract Of Oil Filtration Of Lube Oil System Of ID
FD PA Fan Lube Oil System And Coal Mill Gear Box Lube Oil System Of RTPS DVC ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Description /Nomenclature of Service Biennial contract of Oil filtration of lube oil system of ID FD PA
Proposed for procurement using custom bid Fan lube oil system and Coal Mill gear box lube oil system of
functionality RTPS DVC

Regulatory/ Statutory Compliance of Service YES

Compliance of Service to SOW, STC, SLA etc YES

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

The quantity
of
Consignee procurement
S.No./ . Reporting/Officer/ Additional
"1" indicates
परे षती/ रपो टग Address/पता Requirement/अित र
सं. Project
आव यकता
अिधकार based or
Lumpsum
based hiring.

723133,Damodar Valley
1 Sunil Kumar Corporation PO : Nildih, 1 N/A
Dumdumi, Purulia

4/9
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised
quantity or duration

2. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1. PRICE BASIS: (a) Rate shall remain firm throughout the contract period. (b) Estimated Price shown un
der the Bid document & BOQ is inclusive of 18% GST. Bidders are to quote the price including GST and furn
ish SAC code & rate of GST applicable.

2. Bid Evaluation Process: Bid will be evaluated summary wise i.e on the basis of gross amount quoted
by bidders for all the tasks.

3. PRICE BID DISCLOSURE: If any price component related to subject NIT in full or in part is exposed and
found with its techno-commercial offers, the offer shall out rightly be rejected and will not be considered fu
rther.

4. Contract Period: 730 days from date of commencement of work.

5. DOCUMENTS TO BE SUBMITTED IN HARD COPY: Hard copy of following documents are to be submi
tted by every bidder to the Contracts & Materials Section, RTPS, DVC, Raghunathpur thermal Power Statio
n (2x600MW), Village-Dumdumi, P.O.-Nildih, District-Purulia, West Bengal-723133] within scheduled date
& time of Tender submission: (i) Original instrument of Earnest Money Deposit (EMD). (ii) Bidders seeking f
or exemption from submission of EMD must furnish Self-attested copy of relevant document for seeking su
ch exemption. Note: If any bidder fails to submit above mentioned documents in hard copy within schedul
ed date & time of Tender submission, their bids shall be rejected straightaway.

6. EARNEST MONEY DEPOSIT: Bidders for this Tender are required to furnish Earnest Money deposit for
this tender. EMD Amount for this tender is Rs.14,133.00/- only. Please refer detailed instruction for furnishi
ng EMD, mentioned under Instruction to bidders. Participating Bidders are advised to take care that EMD is
correctly drawn and reaches to the office of the DGM (C&M), C&M Section, Raghunathpur Thermal Power S
tation, DVC, Village-Dumdumi, P.O.-Nildih, District-Purulia, West Bengal, PIN-723133 well before the due d
ate and time of tender opening as detailed in the NIT and any relaxation in this regard will not be allowed.
The envelope containing the EMD instrument should be super scribed "Earnest Money Deposit for GEM BI
D No: GEM/2023/B/4087557 ". Bids received without EMD shall be rejected out rightly for non submission o
f EMD.

Note: Micro and Small Enterprises registered with any National Small Industries Corporation(NSIC) / Khadi
& Village Industries Commission/ District Industries Centre/ Khadi & Village Industries Board /Coir Board /Di
rectorate of Handicraft s and Handloom or any other Body specified by Ministry of Micro small and Medium
Industries, MSEs registered under Udyog Aadhaar Memorandum (UAM) are exempted from payment of the
E MD. For further instructions/details about furnishing EMD please refer attached instructions to bidders.

7. DVC, RTPS BANK ACCOUNT DETAILS:

(a) Name of Bank : CANARA BANK, Branch Name: Raghunathpur Thermal Power Station Branch, Branch Co
de-6777

(b) IFSC Code: CNRB0006777,

(c) Account No: 3402201000028,

(d) Account Type: Current, Branch Code: 6777, Address : Dist.:Purulia, West Bengal, Pin Code: 723133.

8. TENDER / BID EVALUATION PROCESS: Evaluation of bids for techno-commercial acceptance shall be
done on the basis of documents furnished by bidders regarding their Technical capability, Financial capabi

5/9
lity as stipulated and mentioned in the Pre Qualification Criteria attached. Acceptance of techno-commerci
al bid of the bidder shall be subject to their fulfillment of Qualifying Requirements (Pre-Qualification Criteri
a) as stipulated for this tender regarding Technical capability, Financial capability of bidders [ Please refer
Pre Qualification Criteria ( PQC ) attached with Bid documents in which the Qualifying Requirement has be
en mentioned ]. The participating bidders are required to fulfill the stipulated Technical Credential, Financi
al credential, and Other Credential as stipulated for this Tender and mentioned under Qualifying Requirem
ents. Bids received from Bidders who do not fulfill the Qualifying requirement will not be accepted techno-
commercially.

9. SCOPE OF WORK: Work has to be executed as per the scope of work attached herewith. The contract
or shall satisfy himself with the nature / extent of work to be executed and where necessary with the site c
ondition and other relevant matters and details before submission of the offer. In case any discrepancy is f
ound in the specification, the tenderer must bring in writing such discrepancy to the knowledge of DVC wit
h a request for resolution / interpretation and obtain DVC's decision before submission of the tender. In ab
sence of such request before submission of the tender it will be presumed and agreed to that in case there
exists any discrepancy, DVC's decision / interpretation shall be final and binding on the tenderer to comply
with without any commercial implication to DVC.

10. Controlling Authority: Senior Manager (Mech.)-Boiler & Auxiliaries, RTPS, DVC, or his authorized rep
resentative, RTPS, DVC.

11. SAFETY: The contractor shall have to strictly follow all safety rules at the time of execution of work. Al
l safety equipment as required during execution of the contract shall be supplied by the contractor to the
workmen without any extra cost to DVC. The contractor shall abide by the legal provision with regard to h
ealth, Welfare & safety of workers engaged by him as per fac tory act and rules. The contractor shall also b
e responsible for medical care of personnel engaged. The contractor has also to provide Safety/PPE Kit and
Tools and Tackles etc. to workers engaged. The contractor shall have to strictly comply the Safety Aspects
as per the attached D VC GCC CLAUSE No.31(a) Safety Clause for O&M contracts(Page No: 15 to 20).

12. COMPLIANCE OF RULES & REGULATIONS:

(a) The Contractor 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.

(b) The Contractor shall obtain necessary certificate, as may be required from Govt. Labour Officer and sh
all ensure that all legal formalities of the prevalent Contract Labour ( R&A) Act have been completed.

(c) The Staff engaged by the Contractor should not be under addiction of drug / liquor while on duty. It wo
uld be obligatory on the part of the Contractor to remove any such worker /worker s from the job whose ac
t ion or conduct in the opinion of DVC management is detrimental to the interest of the Corporation.

(d) No child labour shall be engaged for the work by the Contractor as per statutory rule o f Govt. of India. (
e) The contractor shall abide by the legal provision with regard to health, Welfare & safety of workers eng
aged by him as per factory act and rules. The contractor shall also be responsible for medical care of perso
nnel engaged. (f) The contractor shall have to follow all safety rules at the time of execution of work. All sa
fety equipment as required during execution of the contract shall be supplied b y the contractor to the wor
kmen without any extra cost to DVC.

13. SUBLETTTING/ASSIGNMENT: Subletting shall not be allowed without prior approval of competent au
thority of RTPS, DVC.

14. AGREEMENT FOR CONTRACT:

(a) On receipt of Work Order (applicable for contract value of Rs.2,50 ,000/ - or more), the vendor must su
bmit contract agreement (Format to be supplied by DVC) in non- judicial stamp paper of Rs.100/- (One Hu
ndred Rupees) or more value duly filled in all respect to the order issuing authority/ C& M Section within 1
4 days from the date of issuance of LOA/PO/Work Order or before commencement of work whichever is ear
lier. The said agreement will be duly signed by both authorized representative of DVC (Signing authority a
s per DFP) and authorized representative of vender/ contractor.

(b) No n- execution of Contract Agreement by the Supplier/ Contractor/ Service Provider within 30 days fro
m the date of issue of LOA/PO/ Work Order, will constitute sufficient ground for forfeiture of its EMD (where
ver applicable) and shall short close the Contract and retender and in this re-tender such defaulting Bidder
will not be allowed to participate. In exceptional cases, where in place of a Bid security, DVC considered "B
id se curing declaration" from the bidder, accepting that if they are awarded the contract and they fail to si
gn the contract, before the deadline defined in the tender documents, they will be suspended for a period
up to 2 years from being eligible to submit Bids/ Proposals for contracts with DVC. The Contract shall be sh

6/9
ort closed and retendered.

15. LD CLAUSE AND RISK PURCHASE CLAUSE: (i) DVC reserves the right to recover a sum equivalent t
o 0.5 % of the delayed work for each week of delay or part thereof subject to maximum of 5% of the total v
alue of the order as Liquidated Damage due to delay in completion of work attributable to the contractor. (
ii) Alter natively, the Purchaser reserves the right to purchase the material from elsewhere at the sole risk
and cost of the Vend or and recover all such extra cost incurred by the Purchaser in procuring the material
by the above procedure. (iii) Alternatively, the Purchaser may cancel the Order completely or partly withou
t prejudice to his right under the alternatives mentioned above. (iv) In the event of recourse to alternative
(ii) and (iii ) above, the Purchaser will have the right to re-purchase the stores, to meet urgency in require
ment caused by Vendors failure to comply with the schedule of delivery irrespective of the fact whether th
e materials are similar or not.

16. LIMITATIONS OF LIABILITY: Except in cases of Criminal Negligence or willful misconduct, (i) The Co
ntractor and The Employer shall not be liable to the Other Party for any indirect or consequential loss or da
mage, loss of use, loss of production, or loss of profits or Interest costs, provided that this exclusion shall n
ot apply to any obligation of the Contractor to pay liquidated damages to the Employer AND (ii) The aggre
gate liability of the Contractor 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 repla
cing defective equipment, or to any obligation of the Contractor to indemnify the Employer wit h respect t
o patent infringement, copy right, workman compensation.

17. PAYMENT TERMS: 90% payment shall be made on actual executed portion of work against RA bill aft
er satisfactory completion of work, duly certified by the DVC Engineer-in-charge, and on submission of bills
in triplicate, duly pre-received, and upon prior compliance of Security Deposit Clause (if applicable) and on
submission & acceptance of Agreement in DVC format (if applicable).

Remaining 10% will be paid after completion of contract

18. PAYMENT TO WORKERS: Contractor is required to pay all the statutory components of Central wage
s (i. e . Basic, VDA, PF, ESI, Bonus, Retrenchment Benefit, Annual Leave Payment) as well as Non-Statutory
component s of wages [i.e. Holiday payment, Allowances @1000/26, Night Duty Allowances per effective n
ight duty (wherever applicable), and over time {if applicable, rate of overtime be double the rate of Minim
um Wages( Basic +VDA) for the period of overtime} ] as per the current prevailing rate as applicable (as ci
rculated by HR Deptt. time to time ) to their Workers/Supervisors engaged for execution of the said Work O
rders /Contracts. It will be solely the contractor's liability under the contract to ensure timely payment to t
he workers considering all these components as applicable at his own cost.

19. BILL TRACKING SYSTEM: It has been advised that all the bill/invoice related to P.O./W.O. must be pr
ocessed through DVC Portal with following link https://application.dvc.gov.in/Vendor/ Detailed guidelines r
elated to Vendor Registration & Processing of Bill for Vendor Bill Tracking are available in the DVC portal u
nder PROCUREMENT.

20.SUBMISSION OF STATUTORY DOCUMENTS: The bidder shall furnish along with BID documents all s
tatutory documents required for execution of the contract including PAN, GST, EPF registration, ESIC regist
ration, Trade registration/License, Undertaking for furnishing Labour License etc., Company registration / M
emorandum & Articles of Association/ Partnership Deed/Affidavit of Proprietorship etc.

21. DOCUMENTS TO BE UPLOADED BY BIDDERS ALONG WITH BID DOCUMENTS: (i) Scan copy of E
arnest Money Deposit or Scan copy of MSME/NSIC registration certificate or other relevant documents for s
eeking exemption from EMD, (ii) All NIT Annexures duly filled up and signed such as Letter of Bid, Form-A,
Annexure-C, Annexure-D, Annexure-H along with Cancelled cheque, Notarize d affidavit as per Annexure-I,
Notarize d affidavit as per Annexure-J, Certificate as per last page of NIT etc. (iii) All the Technical specifica
tion, relevant details of offered materials as per enclosed BOQ, (iv) All statutory documents of Bidding Fir
m i.e PAN, GST registration, EPF registration, ESIC registration, Trade License, Company registration / Mem
orandum & Articles of Association / Partnership Deed/Affidavit of Proprietorship etc. Bidders must furnish v
alid and authentic documents otherwise their bid may not be considered. (v) Undertaking for furnishing La
bour License (if required) to be furnished. (vi) Techno-commercial Schedule duly filled up. (vii) Technical Cr
edential an d Financial Credential as per NIT such as copy of work orders with work execution certificate, A
udited Accounts Report for Last Three Financial years and certificate of Chartered Account ant regarding A
verage Annual Turnover in last three financial years.

22. SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE: (a) To ensure due performance of the con
tract, the Contractor/ Service provider receiving the Contract/Work Order is required to furnish performanc
e security at the rate 10% of ordered value, in the prescribed for m within 14 days after issuance of Contra
ct/Work Order or before commencement of work whichever is ear lier. (b) Performance security may be fur

7/9
nished in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit receipt from a
commercial bank, Bank Guarantee (including e-bank guarantee) issued/confirmed from any of the commer
cial bank in India or Online payment in an acceptable form. (c) The earnest money / EMD, wherever applic
able, instead of being released may form part of the security deposit. (d) Performance security should rem
ain valid for a period of 60 (sixty) days beyond the date of completion of all contractual obligations of the c
ontractor, including Defect Liability Period (DLP) warranty period as applicable. (e) In case the contractor f
ails to submit the performance security within 30 days of the date of issuance of Work Order/Contract, DVC
may forfeit the bid security (wherever applicable) and shall short close the Contract and re-tender and in t
his retender such defaulting bidder will not be allowed to participate. (f) In case the vendor fail to submit t
he performance security within 30 days of the date of issuance of Work Order, they will be suspended up t
o 2 years from being eligible to submit Bids/ Proposals for contracts with DVC. (g) Performance security sh
ould be refunded to the contractor without interest after duly performs and completes all obligations under
the contract. (h) The performance security will be forfeited and credited to DVCs account in the event of a
breach of con tract by the contractor /supplier/Service provider.

Note: (i) Format for Furnishing Security Deposit is attached with Tender Documents. The vendor will have t
o submit Security Deposit after award of Contract. (ii) Validity of Security Deposit cum Performance Guara
ntee for this Tender shall be Twenty Six (26) months from date of execution of BG. (iii) The Confirmation of
issuance of the Bank Guarantee shall be issued on the SFMS (Structured Financial Messaging System) mod
e by Issuing Bank to our bank (Bank account details mentioned above).

23. CANCELLATION / SHORT CLOSURE: The Owner (DVC) may terminate/short close the contract, by n
ot less than 30 days' written notice to the bidder, to be given after occurrence any of the events specified i
n the Sl. N o. (a) to (e) of this clause and 60 days in the case of the event referred to Sl. No. (f), (g) & (h) b
elow: (a) The Vendor/ Contractor fails to comply with any of the terms of the Order or the bidder do not re
medy a failure in the performance of their obligations under the Contract, within thirty (30) days after bein
g notified or within any further period as the Owner may have subsequently approved in writing. (b) The V
endor/ Contractor become bankrupt or go into liquidation. (c) If as a result of Force Majeure, the Bidder is
unable to supply a material/ execute a job for a period of not less than 60 days. (d) If the Bidder, in the jud
gment of the Owner has engaged in corrupt or fraudulent practices in competing or in executing the Contr
act. For the purpose of this clause: (e) 'Corrupt Practice' means the offering, giving, receiving or soliciting o
f anything of value to influence the action of a public official in the selection process or in contract executi
on. (f) 'Fraudulent Practice' means a misrepresentation of facts in order to influence a selection process or
the execution of a contract to the detriment of the Owner. (g) The vendor is otherwise precluded from com
plying with any of the terms of the order on account of any directives of any lawful authority. (h) If the Ow
ner, at its sole discretion, decides to terminate this Contract. DVC reserves the right not to issue ten der d
ocuments to any intending bidders with whom DVC has stopped entering into business by virtue of policy
decision.

24. POLICY FOR WITHHOLDING & BANNING OF BUSINESS DEALINGS, DEBARMENT: Registration o
f suppliers/ contractors/ consultant's/ service providers and their eligibility to participate in DVC's procure
ments is subject to compliance with Code of Integrity for Public Procurement and good performance in con
tracts. Note: Detailed Policy for Withholding & banning of Business Dealings, Debarment is attached and bi
dder must go through the relevant clauses.

25. ALL OTHER TERMS AND CONDITIONS: All other terms and conditions shall be guided as per Gener
al Conditions of Contract attached herewith.

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.

8/9
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 governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
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