You are on page 1of 11

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/4424205
Dated/ दनांक : 09-01-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 29-01-2024 17:00:00

Bid Opening Date/Time/ बड खुलने क


29-01-2024 17:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Petroleum And Natural Gas

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम Oil And Natural Gas Corporation Limited

Office Name/कायालय का नाम Mh Asset

Total Quantity/कुल मा ा 2

Item Category/मद केटे गर PORTABLE DEW POINT METER (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

Experience Criteria,Certificate (Requested in


ATC),Additional Doc 1 (Requested in ATC)
Document required from seller/ व े ता से मांगे *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 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- Yes
registered with GeM)

Inspection to be carried out by Buyers own


Yes
empanelled agency

Type Of Inspection Pre Dispatch

1 / 11
Bid Details/ बड ववरण

Name of the Empanelled Inspection


CONCERNED ONGC QUALITY ASSURANCE DEPARTMENT
Agency/ Authority

Quality Assurance Plan document 1704444976.pdf

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

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 No

Details of the Competent Authority for MII

Name of Competent Authority MoPN&G

Designation of Competent Authority NOT APPLICABLE

Office / Department / Division of Competent


NOT APPLICABLE
Authority

CA Approval Number BL/02/98

Competent Authority Approval Date 11-05-2022

Brief Description of the Approval Granted by PP-MII policy is not applicable as per MoPNG policy being a
Competent Authority case value less than Rs. 1.00 Cr.

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

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. 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

2 / 11
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.
2. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
authorized representatives

An independent third party Professional Inspection Body can help buyer in mitigating buyer’s risk with pre-
dispatch/post-dispatch inspection in order to ensure that equipment, components, solutions and documentation
conform to contractual requirements. The buyer has a right to inspect goods in reasonable manner and within
reasonable time at any reasonable place as indicated in contract. Inspection Fee/ Charges (as pre-greed between
buyer and Inspection Agency) would be borne by the buyer as per their internal arrangement but may be
recovered from the seller if the consignment failed to conform to contractual specification and got rejected by
the Inspection Officer .If so requested and accepted by the seller , initially seller may pay for inspection
charges as applicable and get the same reimbursed from buyer if consignment accepted by the Inspecting
Officer . For reimbursement seller has to submit proof of payment to Inspection Agency.

Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying the place
of inspection as per contract and the Inspecting officer shall on receipt of such notice notify to the seller the date
and time when the stores would be inspected. The seller shall, at his own expenses, afford to the Inspecting
officer, all reasonable facilities as may be necessary for satisfying himself that the stores are being and or have
been manufactured in accordance with the technical particulars governing the supply. The decision of the
purchaser representative /inspection authority regarding acceptance / rejection of consignment shall be final and
binding on the seller.

The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which
the Inspecting officer may demand of him for any test, and examination, other than special or independent test,
which he shall require to be made on the seller's premises and the seller shall bear and pay all costs attendant
thereon.

The seller shall also provide and deliver store / sample from consignment under inspection free of charge at any
such place other than his premises as the Inspecting officer may specify for acceptance tests for which
seller/OEM does not have the facilities or for special/ independent tests.

In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing to lack
of test facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in the
inspection and/or test. Cost of test shall be assessed at the rate charged by the Laboratory to private persons for
similar work.

Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof to
such tests as he may like fit and proper as per QAP/governing specification. The seller shall not be entitled to
object on any ground whatsoever to the method of testing adopted by the Inspecting officer.

Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will be
borne by seller.

Inspecting officer is the Final Authority to Certify Performance / accept the consignment. The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.

The seller shall if so required at his own expense shall mark or permit the Inspecting officer to mark all the
approved stores with a recognised Government or purchaser's mark.

PORTABLE DEW POINT METER ( 2 pieces )

Technical Specifications/तकनीक विश याँ

3 / 11
Buyer Specification
Download
Document/ े ता विश द तावेज़

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

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

410206,IN-CHARGE, RECEIPT,
Nivas Chandrakant
1 ONGC, NHAVA SUPPLY BASE, 2 60
Naik
NHAVA.

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

1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Generic

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.

3. Generic

The buyer organization is an institution eligible for concessional rates of GST as notified by the
Government of India. The goods for which bids have been invited fall under classification of GST
concession and the conditions for eligibility of concession are met by the institution. A certificate to this
effect will be issued by Buyer to the Seller after award of the Contract. Sellers are requested to submit
their bids after accounting for the Concessional rate of GST.
Applicable Concessional rate of GST :

12
%
Notification No.and date :
Notification No. and date: DLH/indirect Tax/Circular/2022-23/03/47
dated
15/07/2022

4 / 11
4. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1. Vital Criteria for acceptance of bids: - Bidders are advised not to take any exception/ deviations to t
he bid document. However, during evaluation of bids, ONGC may ask the bidder for
clarifications/confirmations/deficient documents of its bid. The request for clarification and the response sh
all be in writing and no change in the price or substance of the bid shall be sought or is permitted. If the bi
dder still maintains exceptions/deviations in the bid, such conditional/non-conforming bids shall not be con
sidered and may be rejected.

2. Bid should be complete in all aspects covering entire scope of job/supply and should conform to the te
chnical specifications indicated in the bid document.

3. PACKING & MARKING:

Packing: The instrument should be suitably packed in wooden boxes for sea worthy transportation to the o
ffshore platforms with the following markings:

· Name of Equipment

· Model No.

· Name of Manufacturer/Supplier

· PO No. & date

· “TOP” side and “HANDLE WITH CARE/FRAGILE” marking

· Consignee address: I/C MM, Receipt Section, ONGC Nhava Supply Base.

4. NAME PLATE DETAILS: The equipment(s) shall be permanently & legibly stamped with the following i
nformation:

· Manufacturer’s Name/Trade Mark

· Name of equipment

· Model

· Serial No.

· Year of Manufacture r.

5. Delivery Schedule:

Material is to be offered for inspection at manufacturer premises along with complete Performa Invoice wit
hin 60 days from the date of placement of Purchase Order. After the material is accepted by the inspection
team i.e. after QCC is issued by inspection team, ONGC shall provide the Essentiality certificate (EC). Only
after intimation of EC from the Office of Surface Chemistry, MH-Asset, Supplier should dispatch the materi
al within 15 days to the Destination i.e. ONGC Nhava Supply Base, Nhava, Raigad District.

6. Inspection: Pre-dispatch inspection will be done by representative of ONGC QUALITY ASSURANCE DEP
ARTMENT-INDENTOR (Joint Inspection) at the vendor premises. Any modification there to shall be mutually
agreed and incorporated in the Contract as per the provisions of the GTC. The instrument should be functio
nal standalone at the time of Delivery. The bidder shall offer all necessary and required facilities for inspec
ting/testing the quoted item to ONGC inspecting authority for free of cost.

5 / 11
7. Documentation: Following documents are to be produced for QAD-INDENTOR inspection.

a) Technical literature, Maintenance Manual

b) Operation and troubleshooting manual

c) Manufacturing Test Certificate/performance test certificate/reports (NABL)

d) Complete dispatch list of items

8. Warranty: Warranty period of the supplied products shall be minimum 1 year from the date of final acc
eptance of goods, at consignee location. OEM Warranty certificates must be submitted by Successful Bidd
er at the time of delivery of Goods. The seller should guarantee the rectification of goods in case of any bre
ak down during the guarantee period. Seller should have Service group/centres in INDIA for attending the
after sales service. Details of Service Centres near consignee destinations are to be uploaded along with th
e bid.

9. Installation, Demonstration/familiarization: The successful bidder shall install and commission the
Moisture Dew Point Meter at ONGC Offshore Platform through conference call/video call to the entire satisf
action of the ONGC representative by demonstrating the equipment features, operation, and routine maint
enance. The completion period for installation and commissioning will be 7 days from the date of intimatio
n from the office of Surface Chemistry, MH-Asset, ONGC, Mumbai.

10. Bidder / OEM has to give an undertaking that after expiry of warranty period, it will provide Spare parts
& Service (payment basis) for next 5 years for the offered products

11. Bidder (If not previously registered with ONGC) need to submit the following documents after placeme
nt of PO (if applicable) for Vendor Code Creation in ONGC:

a. Copy of PAN Card.

b. Copy of GSTIN.

c. Copy of Cancelled Cheque.

d. Copy of EFT Mandate duly certified by Bank.

12. Manufacturer experience: Documentary evidence in respect of manufacturing minimum one instru
ment (same or similar instrument) should be uploaded in the form of copies of relevant Purchase orders al
ong with copies of any of the documents in respect of satisfactory execution of each of those Purchase ord
ers, such as
(i) Satisfactory Inspection report (OR)
(ii) Satisfactory supply completion/ installation report (OR)
(iii) Consignee receipted delivery challans (OR)
(iv) Central excise Gate Pass/Tax invoices issued under relevant rules of Central Excise/VAT/GS
T (OR)
(v) Invoice(s) with self-certification by the bidder that supplies against the invoices have been
executed
(vi) Execution certificate by client with order value
(vii) Any other documentary evidence that can substantiate the satisfactory execution of each
of the purchase orders cited above.
In case of supplies, made to ONGC, mere quoting of ONGC ten digit PO number is sufficient.

6 / 11
13. Date of delivery for the purpose of calculation of LD:If the Seller fails to deliver any or all of the
Goods/Services within the original/re-fixed delivery period(s) specified in the contract, the Buyer will be ent
itled to deduct/recover the Liquidated Damages for the delay, unless covered under Force Majeure conditio
ns aforesaid, @ 0.5% per week or part of the week of delayed period as pre-estimated damages not excee
ding 10% of the contract value without any controversy/dispute of any sort whatsoever.

i. Delay in offering the material for inspection (inspection by QAD ONGC-Indentor) beyond the prescribed p
eriod of 60 days from the date of placement of Purchase Order.

ii. Delay in supply of material to ONGC Nhava offshore store beyond the prescribed period of 15 days from
the date of EC intimation from ONGC.

If the material rejected by the inspection team of ONGC during the inspection, supplier has to re-offer the
material for inspection in his premises for free of cost within 15 days.

14. GST Term- The buyer organization is an institution eligible for concessional rates of GST as notified by
the Government of India. The goods for which bids have been invited fall under classification of GST conce
ssion and the conditions for eligibility of concession are met by the institution. A certificate to this effect wil
l be issued by Buyer to the Seller after award of the Contract. Sellers are requested to submit their bids aft
er accounting for the Concessional rate of GST.

Applicable Concessional rate of GST: 12%

Notification No. and date: DLH/indirect Tax/Circular/2022-23/03/47 dated 15.07.2022

15. Terms of Payment: 100% payment against clear (undisputed) bills/ Invoices complete in all respects
(including proof of receipt of material at At Destination i.e. At ONGC stores, Nhava supply base, Nhava, Rai
gad-410206 in a good condition and after successfully installation demonstration/familiarization ) submitte
d by the contractor will be made by ONGC through Electronic Payment Mechanism (Viz. NEFT/RTGS/ECS)
within 10 calendar days from the date of taking of material on charge by ONGC (i.e. After Raising GRV in O
NGC’s ICE system)

16. Guidelines for submission of invoices on ONGC’s VIMS portal:

1. Billing address for raising invoice:

GM (F&A), ONGC, MH Asset

ONGC-offshore, Oil and Natural Gas Corporation Ltd.,

Vasudhara Bhavan, bandra east, mumbai 400051.

2. Digitally Signed Invoice to be submitted through VIMS portal of ONGC and all other supporting documen
ts also to be submitted in VIMS portal.

(https://vims.ongc.co.in/)

GST Registered suppliers, whose Turnover exceeds Rs. 10 Crore in any preceding Financial Year, has to su
bmit E-invoice for Goods/Services supplied to ONGC. Other suppliers are required to submit undertaking st
ating nonapplicability of E-invoice provisions along with their invoices.

7 / 11
3. Shipping address for material supply would be ONGC-NHAVA STORES.

4. Vendor needs to mention place of supply as "ONGC OFFSHORE/OTHER TERRITORY".

5. The items are intended for offshore platform and the GST NO. For offshore platform is 97AAACO1598A1Z
G and hence the invoice shall reflect that the items are for offshore platform with IGSTN NO. 97AAACO1598
A1ZG and also mention ONGC PAN AAACO1598A on the Tax Invoice.

6. Digitally signed E- Invoice is to be submitted in VIMS. In case the submitted invoice is not E-Invoice, ven
dor is supposed to upload E-Invoice undertaking also in VIMS portal.

C. Specification:

1. Main Instrument :
The unit should be fully portable and battery operated for on the spot measurement of Moisture Dew
Point in natural gas containing H2S and CO 2 at ambient conditions.

Range:

Dew Point (At ambient condition) :- (–) 60 °C to 20 °C

Moisture Range- 0 PPM to 23000 PPM by Vol.

2. Sensor:
The sensor should be water specific regardless of other gases viz H 2S, and CO 2 which may be presen
t in Gas mixture.

3. Sensing element:
Ultra High Capacitance- Aluminum Oxide Sensor.

4. Display:
a) Analogue/ Digital LCD
b) Meter should have two different scales calibrated in dew point (°C) and ppm (v).

5. Power Supply :
9V DC (Six C type cells replaceable) Internal.

6. Operating Pressure :
up to 12kg/cm² (maximum)

7. Accuracy:
(+/-) 3°C dew point or (+/-) 1 ppm.

8. Sample Flow Rates:


Flow independent but ideally 2 to 5 liters per minute. Max: 25 liters/min.

9. Repeatability:
Better than: ±0.5 ˚C dew point.

8 / 11
10. Sensor Protection:
316 sintered stainless steel filter-50 micron shield.

11. Sensor calibration :


Automatic. Certificate of test and calibration, traceable to NPL/NIST or equivalent.

12. Calibration validity :


12 months from the date of Installation.

13. Accessories.
Following accessories should be accompanied / provided with the instrument.

1. Pre calibrated sensor with certificate traceable to NPL/NIST or equivalent with each instrume
nt -01
2. 3 meters PTFE sample pipe-included
3. Carrying case with shoulder strap of good quality- included
4. Calculator chart for moisture equivalent conversion.-included
5. Table top sampling system (including Needle valve , dust filter , flow meter)

DATA SHEET

(To be filled by Vendor)

Sl. Parameters Minimum Require Conformed to Remarks fro


No. ments in bid the bid m Vendor for
requirements offered prod
(Yes/No) uct

1 Code and Standar Conforming to ASTM


ds D-1142-95 (Reappro
ve 2012)

2 Dew point range -60 to +20 Degree C


and
0-23000 ppm moistu
re

3 Display Automatic digital dis


play

4 Minimum resolution 0.1 Degree C for Dew


point and 1 ppm for
moisture

5 Power supply Rechargeable batteri


es

6 Accuracy +/- 3 % full scale

7 Calibration Automatic

9 / 11
8 Operating pressur up to 12kg/cm² (maximum
e )

9 Operating Temper 0-50 degree C


ature
1. 3 meter PTFE sample
10 Accessories pipe
2. Carrying case with s
houlder strap of good
quality
3. Calculation chart for
moisture equivalent co
nversion
4. Table top sampling sy
stem (including Needle
valve , dust filter , flow
meter)
1. Should be portable a
11 General Feature nd rugged.
2. Should be new and l
atest model
3. Should be designed f
or field and lab use
4. Should be corrosion r
esistance and rust fre
e
5. Should be fully functi
onal and automatic

12 After sales services & Battery Charger, sampling


spare/ AMC probe, Rota meter, pressu
re regulator, calibrated th
ermometer and filters

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.

10 / 11
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---

11 / 11

You might also like