You are on page 1of 9

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4354570
Dated/ दनांक : 29-12-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 29-01-2024 11:00:00

Bid Opening Date/Time/ बड खुलने क


29-01-2024 11:30:00
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 Power Grid Corporation Of India Limited

Organisation Name/संगठन का नाम Power Grid Corporation Of India Limited

Office Name/कायालय का नाम Corporate Office Gurgaon

Total Quantity/कुल मा ा 1

Supply and Erection of new 33kV Indoor GIS Switchgear


Item Category/मद केटे गर
Panels at 132/33kV Ziro Sub-station for replac (Q3)

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Certificate (Requested in ATC),Additional Doc 1 (Requested


in ATC),Additional Doc 2 (Requested in ATC),Additional Doc
3 (Requested in ATC),Compliance of BoQ specification and
Document required from seller/ व े ता से मांगे supporting document
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

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

RA Qualification Rule 50% Lowest Priced Technically Qualified Bidders

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 4 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Total value wise evaluation

1/9
Bid Details/ बड ववरण

Financial Document Required/ व ीय द तावेज


Yes
क आव यकता है ।

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 773000

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


23
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 :
POWERGRID
Power Grid Corporation of India Limited, RHQ-NERTS, Lower Nongrah, Lapalang, Shillong-793006
(Powergrid)

Splitting/ वभाजन

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

Reserved for Make In India products

Reserved for Make In India products Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

2/9
1. Bid reserved for Make In India products: : Procurement under this bid is reserved for purchase from 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.
However, eligible micro and small enterprises will be allowed to participate. The minimum local content to
qualify as a class 1 local supplier is denoted in the bid document. All bidders 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 the bid is liable to be rejected. 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 . 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.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

3. Reverse Auction would be conducted amongst first 50% of the technically qualified bidders arranged in the
order of prices from lowest to highest. Number of sellers eligible for participating in RA would be rounded off to
next higher integer value if number of technically qualified bidders is odd (e.g. if 7 bids are technically qualified,
then RA will be conducted amongst L-1 to L-4). In case number of technically qualified bidders are 2 or 3, RA will
be between all without any elimination. If Buyer has chosen to split the bid amongst N sellers, then minimum N
sellers would be taken to RA round. In case Primary products of only one OEM are left in contention for
participation in RA based on lowest 50% bidders qualifying for RA, the number of sellers qualifying for RA would
be increased to get at least products of one more OEM (directly participated or through its reseller) if available.
Further, if bid(s) of any seller(s) eligible for MSE preference is / are coming within price band of 15% of Non MSE
L-1 or if bid of any seller(s) eligible for Make in India preference is / are coming within price band of 20% of non
MII L-1, then such MSE / Make in India seller shall also be allowed to participate in the RA process.

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

Bill of Quantities - 1702712105.xlsx

Supply And Erection Of New 33kV Indoor GIS Switchgear Panels At 132/33kV Ziro Sub-
station For Replac ( 1 set )
(Minimum 60% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

3/9
Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

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

791120,Power Grid Corporation


of India Ltd., 132kV Ziro
Saurabh Jyoti
1 Substation, Dilopolyang, Lower 1 240
Debnath
Subansiri District, Arunachal
Pradesh-791120

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. Scope of Supply

Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods

3. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Our Ref. No.: NESH/CSM/9001-72

Package Name: “Supply and Erection of new 33kV Indoor GIS Switchgear Panels at 132/33kV Zir
o Sub-station for replacement of existing panels”.

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

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

3. Bidder shall not indicate any price part in Technical Document Portion. Bidder’s indicating price part in a
ny Technical Documents shall be liable to be Rejected.

4. The Bidder(s) shall submit the EMD of requisite amount as mentioned in the BID through following meth
ods:

(a) In the form of a crossed bank draft/ pay orders/ bankers cheque in favour of “POWER GRID CORPORATI
ON OF INDIA LTD.” payable at SHILLONG.

(b) POWERGRID ONLINE PAYMENT UTILITY (POPU) - https//epay.powergrid.in. by selecting “Supplier” tab a
nd suitable drop down menu available in the portal. (The SAMPLE Annexure is enclosed with this bid)

[Preferably this option may be opted please for easy submission and release if applicable]

(c) GeM platform generated bank Guarantee.

(d) EMD shall be exempted for all MSE (Registered with UDYAM) and Start-up subjected to submission of va

4/9
lid documents.

*Bid received with EMD in any other form than mentioned above shall liable to be rejected*

**The bidders are required to submit hard copy of EMD (if applicable). Hard copy of EMD shall be sent to: S
GM(C&M), POWERGRID, NERTS, Shillong, Lower Nongrah, Lapalang, Dongteih, Shillong-793006.

The EMD shall be received on or before the scheduled bid opening date.

4. 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.

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

6. Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in th
e Bid document, ATC and Corrigendum if any.

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

8. "While executing the contract, the contractor shall stand comply with all requirements of Social Account
ability Standards i.e. SA8000 (latest Standard available at www.sa-intl.org) and maintain the necessary rec
ords".

9. Local Content Declaration Format is attached herewith.

10.0 TERMS OF PAYMENT:


The terms of payment against the package shall be as under:

10.1 Ex-Works Components:

10.1.1 The terms of payment against the package shall be as under:

10.1.2 SUPPLY: 90% (Ninety percentage) of the Ex-works value including 100% of Freight & Insuranc
e Charges against the Ex-works (NO GST will be paid on Freight & Insurance Charges) along
with taxes & duties as per Contract shall be paid Quantity wise on submission of the following doc
uments

(i) Contractor’s unconditional acknowledgement of the Letter of Award and signing of Contract
Agreement (Applicable in case of Contract value more than Rs. 25.00 Lakh).

(ii) An unconditional and irrevocable Bank Guarantee for 10%(ten percent) of the total Con
tract Price towards contract performance as per GeM Format which shall be initially valid
up-to 90 days after expiry of scheduled warranty period in accordance with Cl. No.43.0, Se
ction-INB, Vol-I.

(iii) GST Invoice/Bill in triplicate.

(iv) Lorry Receipt (L/R) duly receipted by POWERGRID’s consignee as a proof of physical arriv
al of the consignment at site.

5/9
(v) Material Receipt Certificate issued by POWERGRID’s consignee.

(vi) Material Inspection Clearance Certificate (MICC) issued by POWERGRID Inspection


Official.

(vii) Documentary evidence towards payment of taxes & duties.

(viii) Original Premium Receipt for Insurance to be enclosed.

(ix) Warranty Certificate.

10.1.3 Balance 10% (ten percentage) of the Ex-works price shall be released after receipt of the equipmen
t’s and successful commissioning against submission of bills in triplicate along with the TOC (Takin
g Over Certificate) issued by POWERGRID’s consignee.

Taking over certificate shall be issued by POWERGRID Consignee after receipt/physical verification
of the materials/equipment including receipt of all O&M manuals/approved Drawings etc. and after
successful completion of entire Scope of the work as per Technical specification.

10.1.4 All the payments to be made directly to the Contractor under this contract shall be made by POWE
RGRID through electronic payment mechanism (e – payment) for which the necessary details shall
be tied up during execution of the contract. Copy of e-banking application form is enclosed as Ann
exure-III. The same is to be furnished duly filled in along with the cancelled cheque of the party.

10.2.0 SERVICE PORTION: 90% (Ninety Percentage) Progressive payment of the executed work al
ong with taxes & duties as per Contract shall be paid duly verified by the officer/engineer in charg
e on submission of the following documents.

(i) Contractor’s unconditional acknowledgement of the Letter of Award and signing of Contract
Agreement (Applicable in case of Contract value more than Rs. 25.00 Lakh).

(ii) An unconditional and irrevocable Bank Guarantee for 10%(Ten Percent) of the total Contr
act Price towards contract performance as per GeM Format which shall be initially valid u
p-to 90 days after expiry of scheduled defect liability period in accordance with Cl. No.43.0,
Section-INB, Vol-I.

(ii) GST Invoice/Bill in triplicate duly verified by the officer-in charge/consignee.

(iii) Owner’s GSTIN No. in each state/UT is published on the owner’s company website https://
www.powergrid.in . While raising invoice/proforma invoice of supply of goods, contractor s
hall bill to and ship to the address of the owner in the state /UT where the goods or part th
ereof is to be supplied and mention GSTIN of the owner of the same state/UP.

In case of supply of services, the contractor shall invoice the owner using the GSTIN of own
er in the state/UT in which the service or part thereof is to be rendered.

(iv) Original Premium Receipt for Insurance to be enclosed.

(v) MRC/JMC.

(vi) Insurance Policy.

(vii) FRCC, if applicable

(viii) Tax Invoice ‘Bill To’ and ‘Ship To/Service To’ shall be officer-in-charge.

10.2.1 Balance 10% (ten percent) shall be paid after successful commissioning of the system and issu
ance of Taking Over Certificate (TOC) by POWERGRID Consignee.

TOC (Taking Over Certificate) shall be issued by POWERGRID’s consignee(s) after successful compl
etion of entire Scope of the work at Site.

6/9
10.2.3 TOC (Taking Over Certificate) shall be issued by POWERGRID’s consignee(s) after successful com
pletion of entire Scope of the work at Site.

10.3 MODE OF PAYMENT:


Payments shall be made promptly by the Owner within 30-days of receipt of Contractor’s in
voice complete in all respect and supported by the requisite documents, if any. All the payments
shall be released to the Contractor directly through e-payment mechanism.

10.4.0 No advance payment shall be made against the subject package.

10.5.0 All payments shall be made in Indian Rupees only.

11.0 All the bidders need to submit Integrity Pact in the prescribed format attached with the bid (In non-
judicial stamp paper of Rs.100) as per Clause No. 2.0.0 of SCC / Scope of Work.

12.0 Bidder’s failure to submit the Integrity Pact in original duly signed on each page along with the Bid
in Original or subsequently within 04 Days upon formal intimation [preferably through online medi
a] for submission of the same by the purchaser, shall lead to rejection of the bid.

*Integrity Pact shall be sent to:*

Sr. General Manager (C&M Department),

Powergrid corporation of India Limited,

Lapalang, Lower Nongrah,

Shillong Meghalaya-793006.

13.0 PAYING AUTHORITY:

PPPFC (Powergrid Payment Processing and Facilitation Centre), Bhubaneshwar -

A. PRE-REQUISITES OF PPPFC

· LOAs along with Payment T&C to be available in SAP Purchase Orders (POs) for reference and processing
of Bills. So regional F&A to ensure while vetting the SAP PO that LOA along with the payment terms are att
ached in the SAP PO.
· Invoices and supporting documents must be available in BTS/MIRO documents.

B. BTS CREATION AND ATTACHMENT OF DOCUMENTS

· In PPPFC regime, BTS can be created and documents can be uploaded as follows;

I. BTS Created and Documents uploaded by Vendor: This is the best practice and process for fattest paym
ent, and Vendor will directly send the original documents to PPPFC.
II. BTS Created on behalf of Vendor and Documents uploaded by SE: This is process SE will send the origina
l documents to PPPFC.
III. BTS Created by Vendor without uploading the documents: When the BTS is created by Vendor it will go to

7/9
PPPFC, so PPPFC will wait till receipt of original documents from Vendor and once received, the documents
will be scanned and uploaded by PPPFC. So this is the most time consuming process and to the extent pos
sible this process may be avoided.

§ BAR Code will be generated after creation of BTS No. and the Vendor/SE to take the printout of the same and
enclose the same with the original documents. It is advisable to enclosed coloured scan copy documents.

C. PROCESS AFTER BTS CREATION

After Creation of BTS, the original documents along with the BAR Print to be sent to PPPFC-BBSR, Cent
ral Receipt Section.

· BTS (Both created by Vendor & on behalf of Vendor by SE) having attached Invoice and other documents:
Ø The PPPFC- Central Receipt Section will verify the scan documents and if found readable then it
will approve the BTS for further processing and once PPPFC- Central Receipt Section approves
the BTS it will go to designated SE for parking. (Important note: when scan documents are en
closed, PPPFC will not wait for receipt of Hard copy for BTS approval)
· BTS (Both created by Vendor & on behalf of Vendor by SE) having no attachment:
Ø The PPPFC- Central Receipt Section will wait till receipt of original documents and after receipt of
documents, the BTS will be approved for further processing and once PPPFC- Central Receipt S
ection approves the BTS it will go to designated SE for parking.

D. BTS-GUIDELINES

· While creating BTS, either vendor or SE to upload the documents so while uploading the documents the n
ame of attachment of documents to be proper for understanding at the preliminary stage of PPPFC-Central
Receipt Section. So it is suggested that the name of the attached documents to be Proper and as per LOA
payment terms requirement such as;
Ø Invoice, LR, MICC, CIP, JCM, FTE & LD, RA Bill and Other documents (for non specified documents)

Ø Vendor to mention the Employee No. of SE to whom they have to submit the Bills for processing of payment.

Ø On submission of BTS, it will directly go to the designated PPPFC-Central Receipt Section.

E. IMPORTANT NOTES

Ø Once BTS acknowledged by PPPFC central receipt section, Site Engineers are advised not to hold for more d
ays for processing of Bills.

Ø Site Engineers are requested send the original documents and advised vendors to send the original docume
nts to PPPFC immediately after sending the BTS to PPPFC.

F. Address of PPPFC-Central Receipt Section:

Powergrid Payment Processing and Facilitation Centre (PPPFC)

Powergrid Corporation of India Limited

Central Receipt Section, Plot No. 4, Unit-41,

Niladrivihar Chandrasekharpur, Bhubaneswar-751021, Odisha

8/9
4. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

9/9

You might also like