You are on page 1of 14

Bid Number: GEM/2022/B/2112848

Dated: 18-04-2022

Bid Document

Bid Details

Bid End Date/Time 09-05-2022 15:00:00

Bid Opening Date/Time 09-05-2022 15:30:00

Bid Life Cycle (From Publish Date) 90 (Days)

Bid Offer Validity (From End Date) 65 (Days)

Ministry/State Name Ministry Of Coal

Department Name Mahanadi Coalfields Limited

Organisation Name Mahanadi Coalfields Limited

Office Name Mahanadi Coalfields Limited

Total Quantity 145

Hose Part No CHH0621006 , Hose Part No 130PH93029 , Hose


Part No CHH2201204 , Hose Part No 130SS91013 , Hose Part No
Item Category CHH3025822 , Hose Part No CHH2221203 , Hose Assly Part No
CHH2201205 , Hose Part No CHH2220604 , Hose Part No
130SS91021 , Hose Part No 130SS91005

BOQ Title Hoses for BD 355 Dozer

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

Experience Criteria,Certificate (Requested in ATC)


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

Bid to RA enabled No

Primary product category Hose Part No 130SS91005

Time allowed for Technical Clarifications


7 Days
during technical evaluation

Evaluation Method Item wise evaluation

EMD Detail

Required No

ePBG Detail

Required No

1 / 14
(a). The EMD % will be applicable for each schedule/group selected during Bid creation.

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference 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 .In case Buyer has selected Purchase preference to Micro and Small
Enterprises clause in the bid, the same will get precedence over this clause.
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.
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 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.

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

2 / 14
Schedule 1 Hose Part No Chh0621006 24

Schedule 2 Hose Part No 130ph93029 8

Schedule 3 Hose Part No Chh2201204 24

Schedule 4 Hose Part No 130ss91013 15

Schedule 5 Hose Part No Chh3025822 10

Schedule 6 Hose Part No Chh2221203 10

Schedule 7 Hose Assly Part No Chh2201205 10

Schedule 8 Hose Part No Chh2220604 24

Schedule 9 Hose Part No 130ss91021 8

Schedule 10 Hose Part No 130ss91005 12

Hose Part No CHH0621006 ( 24 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 24 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No 130PH93029 ( 8 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

3 / 14
Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 8 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No CHH2201204 ( 24 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

4 / 14
Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 24 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No 130SS91013 ( 15 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 15 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No CHH3025822 ( 10 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Specification Document View File

BOQ Detail Document View File

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

5 / 14
Consignees/Reporting Officer and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 10 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No CHH2221203 ( 10 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 10 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Assly Part No CHH2201205 ( 10 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

6 / 14
Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 10 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No CHH2220604 ( 24 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

7 / 14
Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 24 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No 130SS91021 ( 8 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

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 and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 8 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Hose Part No 130SS91005 ( 12 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Unbranded

Technical Specifications

Specification Document View File

BOQ Detail Document View File

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

8 / 14
Consignees/Reporting Officer and Quantity

Consignee/Reportin
S.No. Address Quantity Delivery Days
g Officer

759116,Office of the Depot


Officer, Central/Regional Stores,
1 Gopal Krishna Swain 12 45
Jagannath /Area, P.O. Balanda,
Dist- Angul-759116, Odisha

Buyer Added Bid Specific Terms and Conditions


1. Scope of Supply

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

2. 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.

3. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1. All bidders including MSME Start-up Firms (Except OEM/OES/OPM). Must


submit test certificates of high pressure Hoses from a Govt. Lab/ Govt.
Approval Lab/ NABL Accredited Lab along with other, failing which the bid
liable for rejection.
2. Experience Criteria - The tendered item shall be considered proven provided
the tendered/ similar item(s) have been supplied during the last 5 years from the
date of tender opening against orders any Private/ Government/Public Sector
Undertaking Organizations and their performance has been found satisfactory as
per the provisions of Purchase Order(s)/ Rate Contracts(s) from the date of
commissioning.
Definition of “Similar Items”: High pressure hydraulic hoses supplied
for Heavy Earth Moving Machineries.
AND
Either, having satisfactory performance report from the user as per the provisions
of respective Purchase Order(s)/ Rate Contracts(s) from the date of
commissioning.
OR
The bidder will be required to furnish a self-certificate to the following extent:
"The items covered in the Purchase Order(s)/ Rate Contract(s) copies enclosed with
our offer have been fully executed and have performed satisfactorily as per the
provisions of Purchase Order(s)/ Rate Contracts(s) from the date of

9 / 14
commissioning and all the complaints/ claim (s) lodged by the purchaser, if any,
have been attended to and no complaints/ claims(s) are pending".
OR
The bidder should have valid BIS/ISI marking License for the tendered items to be
offered by them.
OR
The bidder should currently hold Rate Contract with CIL or its Subsidiaries for supply
of the tendered items to be offered by them.
OR
The bidder should have valid DGMS approval for the tendered items to be offered
by them.
OR
The bidder should be the Proven Ancillary unit of MCL for the tendered items to be
offered by them.
3. Bidder shall submit Lowest Price certificate as under : “It is certified that the
prices charged by us for the ordered items are the lowest
prices applicable to any other person/ organization, private Co.,
Government department, undertaking of Central/State Government."
4. The bidder has to submit an undertaking that : "The offered product is an
exact replacement of/fully Inter-changeable to the original part on one to
one basis and the items shall fit in the intended equipment / subassembly
without any modification or alteration and shall function as per OEM
design and performance parameters”
5 . While submitting Bid, the bidder must have to comply the additional
terms and condition as well as specification parameters for consideration
of their bids
6.Security Deposit:
The successful tenderers will have to submit Security Deposit for the 3 % value of the
total landed value of the contract including all taxes, duties and other costs and
charges, without considering Input Tax Credit. The Security Deposit shall be in the form
of a Bank Demand Draft or in the form of a Bank Guarantee in the prescribed format
from a RBI Scheduled Bank in purchaser's country (on a non-judicial stamp paper) within
15 days from date of notification of award or placement of order. The Security Deposit
shall be in the same currency(ies) in which contract is to be signed/ issued. In case of
multi-currency contract, separate Security Deposit Bank Guarantee (SDBG) in
respective currency for required value as above shall be submitted. If the successful
tenderer fails to deposit the security deposit within 15 (fifteen) days from date of
notification of award/ placement of order, another opportunity may be given to them for
submission of Security Deposit within next 15 days. lf the successful tenderer still fails
to deposit the security deposit within the extended period but executes the supplies
within the extended security deposit submission period, the submission of Security
Deposit may be waived, as the purpose of submission of SD is fulfilled. In cases where
the successful tenderer did not submit the security deposit even within the extended
period for SD submission but has supplied the materials either in full or in part after the
extended period for SD submission, the SD may be deducted from the first bill or in
case of insufficient amount from subsequent bill(s) of the supplier till the full SD amount
is deducted. Further, a penalty equivalent to 0.5% (half percent) of SD amount for delay
of each week or part thereof (period of delay is to be calculated from the 31st day from
the date of notification of award/placement of order to the date of receipt of
full SD/deduction of full SD) shall be levied subject to a maximum of 3% of the
contract value. Security Deposit will be released with the approval of HOD of MM
Department/ Area GM within 30 days after completion of supplies and acceptance of

10 / 14
material by the consignee. All Central/State Government Organization/PSUs shall be
exempted from submission of Security Deposit. OEM/OES shall also be exempted from
submission of Security Deposit in case of procurement of Spare Parts for equipment
against Single Tender Enquiry/Open/Limited Tenders. Submission of Security Deposit is
exempted for the contracts having value up to Rs.2 lakhs. The SDBG will be submitted
Through Structured Financial Management System (SFMS). GST shall be applicable on
Security Deposit forfeiture and will be extra and recovered from suppliers/bidders.
Security Deposit Bank Guarantee Format
................................................ (name & address of the
Purchaser ................................................ Company) Re : Bank Guarantee in respect of
Agreement dated ................ Day of ...... 20............... between ... . . . . . . . . . . . . . . . . . .
. . . . . . . (Name of Purchaser Company) and .......... (Name of Supplier
Company) Messers .................................. a Company / Firm having its office at No. . . .
. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . hereinafter called the
Contractor has entered into an agreement dated .................... (hereinafter called 'the
said agreement') with ........................... (Name of the Purchaser Company) hereinafter
called ('the Company') to supply ................ stores/materials amounting to Rs . ... . . . ...
... on the terms and conditions contained in the said agreement. It has been agreed that
................................... ( ......... percent) payment of the value of the stores/materials will
be made to the Contractor in terms of the said agreement on the contractors furnishing
to the company a bank guarantee for the sum of Rs ............................. as security for
due repayment of the said sum in terms of the said agreement, and also interest as
therein provided. The ...................... (Name of the Bank) having its Office at
............................... has at the request of the Contractor agreed to give the guarantee
as hereinafter contained. We ......................................... (Name of the Bank) (hereinafter
called 'the Bank') do hereby unconditionally agree with the Company that if the
Contractor shall in any way fail to observe or perform the terms and condition of the
said agreement regarding repayment of the said sum of Rs .......................... or any of
them including the term for payment of interest for delay in deliveries or shall
commit any breach of its obligations thereunder, the Bank shall on demand and
without any objection or demur pay to the Company the said sum of Rs .......... or
such portion as shall then remain unpaid with interest without requiring the company to
have recourse to any legal remedy that may be available to it to compel the Bank to
pay the same, or calling on the company to compel such payment by
the contractor. Any such demand shall be conclusive as regards the liability of the
Contractor to the company and as regards the amount payable by the Bank under
this guarantee. The Bank shall not be entitled to withhold, payment on the ground that
the contractor has disputed its liability to pay or has disputed the quantum of the
amount or that any arbitration proceeding or legal proceeding is pending between the
Company and the contractor regarding the claim. We, the Bank- further agree that the
guarantee shall come into force from the date hereof and shall remain in full force and
effect till the period that will be taken for the performance of the said agreement which
is likely to be the . . . . day of . . . . . but if the period of agreement is extended either
pursuant to the provisions in the said agreement or by mutual agreement between the
contractor and the Company the Bank shall renew the period of the guarantee failing
which it shall pay to the Company the said sum of Rs ................ or such lesser amount
out of the said sum of Rs ........... as may be due to the Company and as the
Company may demand. This guarantee shall remain in force until the dues of the
Company in respect of the said sum of Rs .................. and interest are fully satisfied
and the company certifies that the agreement regarding re-payment of the said sum of
Rs ............. has been fully carried out by the contractor and discharges
the guarantee. The Bank further agrees with the Company that the Company shall have

11 / 14
the fullest liberty without the consent of the Bank and without affecting in any way the
obligations hereunder to vary any of the terms and conditions of the said agreement or
to extend the time for performance of the said agreement from time to time or to
postpone for any time or from time to time any of the powers exercisable by the
Company against the contractor and to forbear to enforce any of the terms and
conditions relating to the said agreement and the Bank shall not be relieved from its
liability by reason of such failure or extension being granted to the contractor or
through any forbearance, act or omission on the part of the Company or any indulgence
by the Company to the contractor or any other matter or thing whatsoever which under
the law relating to sureties would but for this provisions have the effect of relieving or
discharging the Guarantor. The Bank further agrees that in case this guarantee is
required for a longer period and it is not extended by the Bank beyond the period
specified above the Bank shall pay to the Company the said sum of Rs......... or such
lesser sum as may then be due to the Company out of the said advance of Rs......... and
as the Company may require. Notwithstanding anything herein contained the liability
of the Bank under this guarantee is restricted to Rs........ only. The guarantee
shall remain in force till the .......... day of .............. and unless the guarantee is renewed
or a claim is preferred against the Bank within 3 months from the said date all rights of
the company under this guarantee shall cease and the Bank shall be released and
discharged from all liability hereunder except as provided in the preceding clause. The
Bank has under its constitution power to give this guarantee and ........... (Name of the
person) who has signed it on behalf of the Bank has authority to do so. The details of
beneficiary bank for sending details of BG under SFMS Platform is furnished below
Name of the Bank: - .......... .
Branch: - ............ .
IFSC: - ............ ..
A/C No: - ........... .
Customer ID : ......... .
Dated this ................ Day of .................... 20 .. .
Place ........................................ .
Signature of the authorized person
For and on behalf of the Bank
State Bank of India as advising bank of MCL
Mahanadi Coalfields
i. Name
Limited
1. ii. Area Jagannath Area
iii Name of
State Bank of India
. Bank
Name and iv Bank
11094459258
details of the . Account No.
Beneficiary v. Department MM Dept., Jagannath
Area

12 / 14
i. Name of State Bank of India
2. Beneficiary’s Bank
Advising Bank, ii. Bank Hatatota, Talcher
Branch and Branch
Address for Name
Confirmation of
BGs through iii Branch
SFMS 000192
. Code
iv Beneficiary
. Bank SBIN0000192
Branch IFSC
v. Beneficiary
Hatatota, Talcher,
Bank
Odisha, Pin-759100
Address

The Supplier / Contractor/ Customers are required to take note of it that above
particulars are to be incorporated by the issuing bank properly while issuing the Bank
Guarantee under SFMS mode to avoid any future problem in accepting the BGs.

GENERIC
i. 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 %.
ii. 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.
iii. Generic Supplier shall ensure that the Invoice is raised in the name of Consignee
with GSTIN of Consignee only.
iv. 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.
NOTE : "Product / Product delivery should comply with, ensuring the quality of service,
protection of the environment and health & safety during and after their activities, as per
Company / Govt. norms”
.

4. Service & Support

Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site warranty). If
service center is not already there at the time of bidding, successful bidder / OEM shall have to establish one
within 30 days of award of contract. Payment shall be released only after submission of documentary evidence of
having Functional Service Centre.

5. Warranty

Warranty period of the supplied products shall be 1 years from the date of final acceptance of goods or after
completion of installation, commissioning & testing of goods (if included in the scope of supply), at consignee
location. OEM Warranty certificates must be submitted by Successful Bidder at the time of delivery of Goods.
seller should guarantee the rectification of goods in case of any break down during the guarantee period. Seller
should have well established Installation, Commissioning, Training, Troubleshooting and Maintenance Service
group in INDIA for attending the after sales service. Details of Service Centres near consignee destinations are to
be uploaded along with the bid.

6. Warranty

13 / 14
Successful bidder will have to ensure that adequate number of dedicated technical service personals / engineers
are designated / deployed for attending to the Service Request in a time bound manner and for ensuring Timely
Servicing / rectification of defects during warranty period, as per Service level agreement indicated in the
relevant clause of the bid.

7. Warranty

Timely Servicing / rectification of defects during warranty period: After having been notified of the defects /
service requirement during warranty period, Seller has to complete the required Service / Rectification within 10
days time limit. If the Seller fails to complete service / rectification with defined time limit, a penalty of 0.5% of
Unit Price of the product shall be charged as penalty for each week of delay from the seller. Seller can deposit the
penalty with the Buyer directly else the Buyer shall have a right to recover all such penalty amount from the
Performance Security (PBG).Cumulative Penalty cannot exceed more than 10% of the total contract value after
which the Buyer shall have the right to get the service / rectification done from alternate sources at the risk and
cost of the Seller besides forfeiture of PBG. Seller shall be liable to re-imberse the cost of such service /
rectification to the Buyer.

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent Authority in
Buyer Organization. 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 specification and / or terms and conditions governing the bid. Any clause
incorporated by the Buyer such as demanding Tender Sample, incorporating any clause against the MSME policy and
Preference to make in India Policy, mandating any Brand names or Foreign Certification, changing the default time
period for Acceptance of material or payment timeline governed by OM of Department of Expenditure shall be null and
void and would not be considered part of bid. Further any reference of conditions published on any external site or
reference to external documents / clauses shall also be null and void. 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

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.

---Thank You---

14 / 14

You might also like