You are on page 1of 12

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4372172
Dated/ दनांक : 04-01-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 25-01-2024 12:00:00

Bid Opening Date/Time/ बड खुलने क


25-01-2024 12:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


120 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Pmo

Department Name/ वभाग का नाम Department Of Atomic Energy

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

Office Name/कायालय का नाम Kakrapar Gujarat Site

Total Quantity/कुल मा ा 50

Item Category/मद केटे गर Sniffed fuel bundle storage tray (Q3)

MSE Exemption for Years Of


Yes
Experience/अनुभव के वष से एमएसई छूट/

Startup Exemption for Years Of


Yes
Experience/अनुभव के वष से टाटअप छूट/

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

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 7 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

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 288237

1 / 12
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 :
Site Director, Kakrapar , Gujarat Site
Kakrapar Gujarat Site, Department of Atomic Energy, NUCLEAR POWER CORPORATION OF INDIA LIMITED, PMO
(Site Director,)

Splitting/ वभाजन

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

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. 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. 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

2 / 12
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

4. 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 100%(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.
5. 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.

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

Supply of Sniffed fuel bundle storag - 1703064874.xlsx

Sniffed Fuel Bundle Storage Tray ( 50 pieces )


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

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

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

3 / 12
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

394651,KAPS PLANT SITE, PO


Trivedi Jayshreeben
1 ANUMALA, DISTRICT TAPI, 50 365
Ranchhodlal
GUJARAT

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. 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. 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 %.

4. 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.

5. Generic

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

6. Generic

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

7. 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

4 / 12
performance of the Contract and the Sellers obligations there under.

8. 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.

9. 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. The 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.

10. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Scope of Supply :
Purchase of Raw Material, Manufacturing, Inspection, Packing & Supply of "Sniffed fuel bundle storage tray
as per attached drawing KAPP-3&4/35360/2008/DD and attached Technical specification for manufacture o
f the same".

ADDITIONAL TERMS AND CONDITIONS


1. Bidder shall upload “GST breakup” in part-II only.

The bidder shall take special care not to mix-up price details with the Part-I (Technical bid except price) an
d vice versa. Any violation of these conditions may lead to rejection of the bid.

2. GST Declaration:

Bidder shall submit GST Declaration as per format Annexure F attached duly filled, signed & stamped to th
e paying authority with their invoices.

3. Representation:

In the event of “Dis-qualification” of Bid on account of non-compliance to bid conditions and non-submissio
n of necessary documents against the Bid requirement and/or during the clarification on GeM Portal; The C
larifications/Documents submitted during the representation time shall not be considered for evaluation.

4. Invoices:

“The Seller shall submit Original invoice clearly marked for ‘Bill to’ and ‘Shipped to’, Annexure-F (copy e
nclosed), Seller’s Bank details, E-invoice if applicable to Seller based on his turnover, Test certificate (if ap
plicable) etc. to the (a) Paying Authority and (b) consignee directly , immediately after despatching mater
ial to the Consignee. As payment is to be released in a time bound manner, non-receipt of these docume
nt in time may lead to rejection of supplies.”

5. Unloading is in the scope of the Buyer:

Unloading is in the scope of the Buyer and Sellers shall exclude the unloading charges from the prices quot
ed for the item under the Bid.

6. MSE Purchase Preference & benefits:

Benefits of Public Procurement Policy shall be given to all eligible MSEs as stated under Point no.3 of FAQ d
t. 25/03/2022, irrespective of product categories and the category they are registered under viz. Manufact
uring or Service.

As mentioned in Section 7(4) of Ministry of MSME's Notification No. S.O2119(E) dated 26th June, 2020, an e

5 / 12
nterprise registered with any other organization under the Ministry of MSME shall register itself under Udy
am Registration. With effect from 01.07.2020, MSEs registered under Udyam Registration are eligible
to avail the benefits under the Policy.

All the MSEs interested in availing benefits must upload Udyam Registration Certification (URC), failin
g which, such MSEs shall not be entitled to claim the benefits under the MSME policy.

7. Civil Liability for Nuclear Damages (CLND) Act 2010 & Rule 2011 thereof:

Since requirement is for PHWR, NPCIL is the system designer and technology owner, being responsible for
safety design of such installations in the this tender, “NPCIL shall assume the role of Supplier” in acc
ordance with the explanation of term “Supplier” given in Rule 24 of the CLND Rules, 2011 and in the conte
xt of section 17(a) and (b) of the CLND Act, 2010.

8. EMD & E-PBG Through SBI COLLECT Portal:

Step – 1 Go to SBI Collect portal and Click on PSU tab

Step – 2 After clicking on PSU tab, Select Category: PSU-Public Sector Undertaking

Step –3 Type “NUCLEAR” in search option. PSU name as Nuclear Power Corporation of India Limited and St
ate as Gujarat will appear.

Step – 4 Fill up the requisite details and follow the procedure of bank payment.

9. ePBG( PSB):

Beneficiary Details of NPCIL, Kakrapar Gujarat Site for Bank Guarantee (ePBG) Confirmation th
rough SFMS:

Beneficiary Name Nuclear Power Corporation of India Limited, Kakrapa


r Gujarat Site

Beneficiary Bank State Bank of India

Beneficiary Branch Na Kapp Township


me

Beneficiary Bank Addr Kapp Township, Anumala, Via Vyara, District-Surat,


ess Gujarat-394651

Beneficiary Bank IFSC SBIN0007345

Bidder shall provide above information to their respective BG issuing b


ank for quoting the same in Bank Guarantee( ePBG)
10. Seller Bank Details:
SELLER BANK DETAILS FOR REFUND OF EMD AMOUNT: IN THE EVENT, SELLER S
UBMITTING EMD THROUGH NEFT/RTGS/DD/BANKER’S CHEQUE MODE, FOLLOWI
NG INFORMATION MUST BE PROVIDED ALONG WITH BID DOCUMENT, FAILING W
HICH, BUYER SHALL NOT BE RESPONSIBLE FOR ANY DELAY CAUSED IN RETURNI
NG EMD AMOUNT.

6 / 12
Sr. No Particular Details

01 Name of Account Holder

02 Account Number

03 Bank Name

04 IFSC Code

05 Bank Address

BANK DETAILS (CANCELLED CHEQUE, BANK STATEMENT ETC.). IN SUPPORT OF


ABOVE MAY PLEASE BE UPLOADED ALONG WITH BID.

PROOF OF ONLINE SUBMISSION OF EMD (FOR NEFT/RTGS TRANSACTIONS)

For NEFT/RTGS transactions, Seller must indicate bid number and name of biddi
ng entity in the transaction details field at the time of on-line transfer and uploa
d the copy of same with bid documents.

Pre Dispatch Inspection Agency:


PREDESPATCH INSPECTION: to be coordinated by Director(QA), Nuclear Power Corporation of India Ltd
., C-1, Nabhikiya Urja Bhavan, Anushakti Nagar-MUMBAI, PIN-400094, E-mail ID :

ed.qa@npcil.co.in, Phone No. 022-25995036 or his authorized representative.

(1) Intimation regarding readyness of the material may be sent to the above Inspecting authority or his author
ized representative.

(2) The material shall be dispatched only after pre-dispatch inspection and issue of shipping Release by the Inspecting A
uthority

(3) Where the consignments are despatched / delivered after inspection by the Purchaser / his authorised repr
esentative / inspection agency, a copy of the Shipping Release issued by him shall, invariably, be enclosed
with the delivery challan and other shipping documents (LR, RR etc.), accompanying the consignment.

ANNEXURE-1

PRE-QUALIFICATION REQUIREMENTS

(For Sniffed Fuel Bundle Storage Tray Assemblies of KAPP-3&4 Projects)

The bidders who meet Technical Requirements as specified below are qualified to submit their bids.

7 / 12
A. TECHNICAL REQUIREMENTS

Sl.
Description Compliance
No.

A1A1 The Bidder shall be an Indian Company Registered under Compa


ny Act of India and shall have manufacturing facility in India.

Documents to be submitted by the bidder in support of the abov


e claim:

i) Copy of GST Registration Certificate or MSME certificate.

ii) Self-certified copy of the Bidder stating the location of its manuf
acturing facility.

A2A2 The Bidder shall have past experience of completing of at least o


ne job in last seven years as on date of NIT which involved fabric
ation & inspection of SS weldment using GTAW excluding storag
e tank. Weldment shall be having minimum overall dimensions o
f 1500 (L) x 1000 (B) x 150 (H)

Documents to be submitted by the bidder in support of the abov


e claim:

i) Purchase Order (PO) copy

ii) Drawing/Sketch

iii) Shipping Release/ Dispatch Clearance/ Acceptance Report.

A3A3 A fabrication shop of area at least 50 m 2 with facility for welding

Document to be submitted by the bidder in support of the above


claim:

i) Self-certified copy of the Bidder to meet the above requirement


s.

A4 Man Power Requirement, as a minimum, who are regular employ


ees of the Company/Bidder

i) 01 Nos. of Level II NDT Qualified Inspectors in LPE

Documents to be submitted by the bidder in support of the abov


e claim:

i) qualification certificates for NDT qualification

Important Note:

1. Towards meeting the above pre-qualification requirements, the bidder shall submit / upload the relevant
documents as a part of their Part - I bid.

8 / 12
2. All MSE Bidders and Start-Ups are exempted / Relaxed from "Prior-Turnover" and Prior experience criteri
a but have to provide all other compliance.

ANNEXURE – 2: BIDDER’S COMPLIANCE CHECKLIST

(SNIFFED FUEL BUNDLE STORAGE TRAY ASSEMBLY):

Sr. N Description Bidder’s Co Remarks, If a


o. mpliance ny

(YES / NO)

1. STAGEWISE QUALITY ASSURANCE INSPECTION WILL BE CA


RRIED OUT BY NPCIL QA OR AUTHORIZED REPRESENTATIV
E AS PER APPROVED QUALITY ASSURANCE PLAN (QAP).

2. BIDDER WILL SUBMIT QAP STRICTLY INLINE WITH NPCIL D


RAWINGS AS PER ANNEXURE-I & ANNEXURE-II PROVIDED I
N PRD-PROC-14 WITHIN ONE MONTH AFTER PLACEMENT O
F PURCHASE ORDER FOR APPROVAL.

11. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

12. Forms of EMD and PBG

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

NPCIL, KAPS
payable at
VYARA
.
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.

13. Forms of EMD and PBG

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

14. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of

NPCIL, KAPS
payable at
VYARA
.
Bidder has to upload scanned copy / proof of the BC along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

15. Forms of EMD and PBG

9 / 12
Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

Nuclear Power Corporation of India Limited


Account No.
10394473111
IFSC Code
SBIN0000532
Bank Name
State Bank of India
Branch address
Vyara
.
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.

16. 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

NPCIL, KAPS
payable at
VYARA
. 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.

17. Forms of EMD and PBG

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

Nuclear Power Corporation of India Limited, VYARA


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

18. 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

Nuclear Power Corporation of India Limited


Account No.
10394473111
IFSC Code
SBIN0000532
Bank Name
State Bank of India
Branch address
Vyara
. 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.

19. Generic

Quality surveillance:
1. Stores covered by the Contract shall be subjected to quality surveillance and inspection by the
Purchaser’s authorised Inspector.

10 / 12
2. The Seller shall establish a quality surveillance and inspection plan in consultation with the Inspector or
inspection agency and have it approved by the Purchaser before start of manufacture. The Seller shall
give notice of readiness of Stores for inspection to the Inspector and shall perform all tests and inspection
in presence of the Inspector as per the terms of the Purchase specifications and approved inspection plan.
3. Any Stores submitted for inspection and rejected by the Inspector must be removed by the Seller
within fourteen days from the date of receipt of intimation of rejection provided that in case of dangerous,
infected or perishable Stores, the Inspector (whose decision shall be final) shall notify the Seller to
remove such Stores within 48 hours of receipt of intimation of rejection and it shall be the duty of the
Seller to remove such rejected Stores and the same shall lie at the Seller's risk from the time of such
rejection and if not removed within the aforementioned time, the Purchaser shall have the right either to
return the rejected Stores to the Seller at the Seller's risk by such mode of transport as Purchaser may
select or dispose off or segregate such Stores as he thinks fit at the Seller's risk and on his account and
appropriate such portion of the proceeds as may be necessary and recover any damages or expenses
incurred by the Purchaser in connection with said sale and storage if any. Freight paid by the Purchaser
on Stores received and rejected after examination at destination shall be recoverable from the Seller.
4. The Stores shall be offered by the Seller for inspection at such places as may be specified by the
Inspector at the Seller's risk, expense and cost.
5. The stores received by the Purchaser will also be subject to inspection and test as may be considered
necessary by the Inspector and his decision as regards rejection of Stores shall be final and binding on the
Seller. If any stores are rejected as aforesaid without prejudice to the foregoing provision, the Purchaser
shall be at liberty to: -
I. Allow the Seller to resubmit Stores in replacement of those rejected within a time specified by the
Purchaser (which time shall become essence of the Contract), the contractor bearing the cost of freight
for such replacement without being entitled to any extra payment thereof.
II. Buy the quantity of Stores rejected or other items of similar nature elsewhere without affecting the
Seller's liability as regards the supply of any further consignment(s) due under the Contract, if the said
Contract has not been cancelled or Terminate the total contract or portion thereof and recover damages
from the Seller on that account.
6. Where consignments are required to be delivered / despatched after inspection by the Inspector as per
the Contract, a Shipping Release"" issued by the Inspector shall be enclosed along with the delivery
challan or other shipping documents viz. (Lorry Receipt, Railway Receipt) accompanying the
consignments.
7. Test Certificates and Guarantee Certificates if required by the Inspector shall be obtained and furnished
to him free of cost by the Seller and/or from the specified agency.

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 / 12
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---

12 / 12

You might also like