Download as pdf or txt
Download as pdf or txt
You are on page 1of 21

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3130239
Dated/ दनांक : 16-02-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 09-03-2023 16:00:00

Bid Opening Date/Time/ बड खुलने क


09-03-2023 16:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


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

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Steel

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम Rashtriya Ispat Nigam Ltd

Office Name/कायालय का नाम Visakhapatnam Steel Plant

Total Quantity/कुल मा ा 1153

TUBULAR SIGNAL POST MTRS LONG , BASE CAST IRON 2


ASPECT SIGNAL , LADDER FOR LONG SIGNAL TUBULAR POST
, LADDER WITH ACCESSORIES FOR METRES , CAST IRON
SURFACE BASE FOR POSITION LIGHT , TUBULAR POST FR
Item Category/मद केटे गर POSITION LIGHT TYPE SHUNT SIGNAL , POSITION HIGHT
SHUNT SIGNAL SINGLE ASPECT , STEEL APPARATOUS CASE
LARGE , 8 WAY TERMINAL BLOCK WITH CENTRE
DISCONNECTED LINK , Track Lead Junction Box , MS
BACKING PLATE FOR 52 KG RAILS

BOQ Title/बीओ यू शीषक Signal spares

MSE Exemption for Years of


Experience/अनुभव के वष से एमएसई छूट/ and No
Turnover

Startup Exemption for Years of


Experience/अनुभव के वष से टाटअप छूट/ and No
Turnover

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

RA Qualification Rule H1-Highest Priced Bid Elimination

Type of Bid/ बड का कार Two Packet Bid

Primary product category MS BACKING PLATE FOR 52 KG RAILS

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 3 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

1 / 21
Bid Details/ बड ववरण

Evaluation Method/मू यांकन प ित Item wise evaluation/

EMD Detail/ईएमड ववरण

Required No

ePBG Detail/ईपीबीजी ववरण

Required No

Splitting/ वभाजन

Bid splitting not applied.

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. Preference to Make In India products (For bids > 200 Crore) (can also be used in Bids < 200 Crore but only
after exemption by competent authority as defined in Deptt of Expenditure OM dated 28.5.2020): 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.
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 67%(selected by Buyer) percentage of
total QUANTITY.

2 / 21
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.

4. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:

i. If number of technically qualified bidders are only 2 or 3.


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

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

Schedule 1 Tubular Signal Post Mtrs Long 10

Schedule 2 Base Cast Iron 2 Aspect Signal 10

Schedule 3 Ladder For Long Signal Tubular Post 10

Schedule 4 Ladder With Accessories For Metres 2

Schedule 5 Cast Iron Surface Base For Position Light 5

Schedule 6 Tubular Post Fr Position Light Type Shunt Signal 5

Schedule 7 Position Hight Shunt Signal Single Aspect 5

Schedule 8 Steel Apparatous Case Large 6

Schedule 9 8 Way Terminal Block With Centre Disconnected Link 500

Schedule 10 Track Lead Junction Box 100

Schedule 11 Ms Backing Plate For 52 Kg Rails 500

TUBULAR SIGNAL POST MTRS LONG


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

3 / 21
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.

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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 10 120
Kumar
STEEL PLANT

BASE CAST IRON 2 ASPECT SIGNAL


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

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/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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 10 120
Kumar
STEEL PLANT

LADDER FOR LONG SIGNAL TUBULAR POST

4 / 21
(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

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/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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 10 120
Kumar
STEEL PLANT

LADDER WITH ACCESSORIES FOR METRES


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Specification Document View File

BOQ Detail Document View File

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

5 / 21
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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 2 120
Kumar
STEEL PLANT

CAST IRON SURFACE BASE FOR POSITION LIGHT


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

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/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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 5 120
Kumar
STEEL PLANT

TUBULAR POST FR POSITION LIGHT TYPE SHUNT SIGNAL


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

6 / 21
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/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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 5 120
Kumar
STEEL PLANT

POSITION HIGHT SHUNT SIGNAL SINGLE ASPECT


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

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/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

7 / 21
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 5 120
Kumar
STEEL PLANT

STEEL APPARATOUS CASE LARGE


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

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/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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 6 120
Kumar
STEEL PLANT

8 WAY TERMINAL BLOCK WITH CENTRE DISCONNECTED LINK


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

Specification Document View File

8 / 21
BOQ Detail Document View File

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

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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 500 120
Kumar
STEEL PLANT

Track Lead Junction Box


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

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/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

9 / 21
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 100 120
Kumar
STEEL PLANT

MS BACKING PLATE FOR 52 KG RAILS


(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)

Brand Type/ ांड का कार Unbranded

Technical Specifications/तकनीक विश याँ

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/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

530031,CENTRAL STORES
Edarapalli Ravi
1 BUILDING VISAKHAPATNAM 500 120
Kumar
STEEL PLANT

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

10 / 21
Scope of supply (Bid price to include all cost components) : Only supply of Goods

3. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1.0 Specification: As per RINL-VSP’s Specification which is uploaded in the


bid. The same specification is to be duly signed, stamped and uploaded in
the bid.

2.0 INSPECTION: Inspection at VSP stores


3.0 QUANTITY: Unit in pieces/numbers for schedule no.1 to 7, 9 to 11.
Unit in Set for schedule no.8

4.0 DELIVERY:
Delivery period should be Four (04) Months from the date of placement of
LOI or Purchase order/Contract.
Or
During such period as indicated by the Purchaser at the time of finalization
of the LOI / Purchase Order, with mutual consent.

5.0 NUMBER of SOURCES :


The tendered quantity shall be taken from the Lowest Techno-Commercially
acceptable Tenderer on Single/One (One) source basis.

6.0 PAYMENT TERMS:

6.1 100% payment of the value of each consignment shall be made against
submission of bills along with VSP’s acceptance GARN (Goods Acceptance /
Rejection Note). Payment shall be released on 60th day (21st day for Local
Micro and Small enterprises-MSE and 45th day for non-local MSEs, subject to
submission of documents as stipulated for availing MSE benefits) from the
date of acceptance of material at VSP (i.e., GARN date).

6.2 Payment shall be made by NEFT/RTGS mode or such other mode of


electronic fund transfer offered by banks. Tenderers must furnish the
required bank account details to VSP in prescribed proforma so that the same
can be updated in VSP’s database

7.0 QUOTING OF PRICES : On LANDED Cost basis only (Including

11 / 21
applicable GST, Packing, Freight & Insurance)

7.1 Price of the Material offered should be quoted in Indian Rupees on per unit
basis. The price should be quoted ForRINL-VSP Stores, Visakhapatnam.

7.2 Tenderers are required to quote for the full tendered quantity (part qty.
shall not be considered).

7.3 The prices quoted/offered by the tenderers should be firm till


execution of Order/Contract.

8.0 Notwithstandinganything specified in this Tender Documents, RINL,VSP in its


sole discretion, unconditionally and without having to assign any reason,
reserves the right:

a) To accept or reject the lowest tender or any other tender or all the
tenders;

b) To accept any tender in full or in part;

c) To reject the offers not conforming to the tender terms and

d) To give Purchase preference to Public Sector Undertakings wherever


applicable as per Government policy/ Guidelines.

e) To extend purchase preference to Local & Non-Local SSIs / MSEs (Micro


and Small Enterprises), subject to submission of documents as stipulated.

9.0 CONDITIONS FOR AVAILING MSE BENEFITS :

a) The stipulated MSE benefits like Bid Security exemption, Purchase Preference and shorter
credit Payment terms can be availed only by Manufacturers of tendered item / ‘item category’,
and not by Traders / Dealers. Documents as prescribed by Govt. of India from time-to-time are
to be submitted by the eligible MSEs for availing MSE benefits.

b) The criteria for classification of Micro, Small and Medium enterprises shall be as per the
Gazette Notification Dtd.26.06.2020 from Ministry of MSME, Govt. of India, as may be
amended from time to time.

c) The MSE Unit shall get themselves registered with MSME Data Bank, being operated by

12 / 21
NSIC, under SME Division, M/o MSME and submit Notarised copy of valid UDYAM for the
tendered item / ‘item category’ for which they are registered, for availing the relevant
benefits as stipulated.

d) Documents to be submitted from the following to avail benefits by Local MSEs near RINL:

I) District Industries Centre of Visakhapatnam

II) District Industries Centre of Srikakulam /Vizianagaram / East Godavari district i.e.,
units located within 200 km of road distance of Visakhapatnam Steel Plant and falling
under the Jurisdiction of respective District Industries Centre.

III) NSIC registered units and other MSEs falling within the above jurisdictions i.e., in (i) or
(ii) above.

10.0 ESTABLISHMENT OF CREDENTIALS OF UN-ENLISTED VENDORS :

10.1 If Tenderer who responds to this tender notice is not presently enlisted with RINL-VSP under MGP
69/052, they are requested to furnish copies of the following documents along with the tender.

(i) Notarised Statutory manufacturing certificate, i.e., UDYAM Certificate for


the same/similar items for MSEs.
(OR)

Copy of Certificate of Incorporation along with Memorandum and Articles


of Association of the Private / Public Limited Companies.
(ii) Copy of Proprietary/Partnership deeds in case of Proprietary / Partnership
Firms.
(iii) Copies of Goods and Service Tax (GST Registration Certificate and PAN
Card copy in the name of company in case of Limited Companies or in the
name of individuals in case of Proprietary Firms.
(iv) Self-certified Financial worth and audited financial statements for the last
three (3) years.
(v) Self –Certified Purchase Orders / Contracts copies for the same or similar
tendered item/s.
(vi) Self-certified ISO Certificate, if any.

Kindly note that the above information is required to assess the credibility
of the vendor not presently enlisted with RINL, VSP. The tender of un-enlisted
vendor may be rejected in case of non-submission or incomplete submission
of the above documents or if RINL-VSP find that the creditability of the un-
enlisted vendor is not satisfactory on the basis of the documents furnished.
The vendor shall produce originals of the above documents for verification, if
RINL-VSP so desires. RINL-VSP’s decision in this regard shall be final.

11.0 PUBLIC PROCUREMENT (PREFERENCE TO MAKE IN INDIA):

13 / 21
Eligibility of Class-I Local Supplier / Class-II Local Supplier / Non-local
Suppliers, Purchase Preference, applicability in tenders, Minimum Local
content, verification of local content, and related provisions etc shall be as
p e r Order No. P-45021/2/2017-PP (BE-II) dtd.16.09.2020from
Department for Promotion of Industry and Internal Trade (Public
Procurement Section), Ministry of Commerce and Industry, Government Of
India.

12.0 EMD/BID SECURITY: In lieu of EMD/Bid Bond, the bidders are required
to submit/upload Bid Security Declaration along with their Offer documents
with an undertaking as follows on bidder’s letter head duly signed
mentioning the Bid No. and date:

BID SECURITY DECLARATION


(In Lieu of EMD)

Tender No.: GEM/2022/B/2803231 Dated:


(dd-mm-yyyy)
I/We have understood that, according to the conditions of Tender
Document, bids must be supported by a Bid Security Declaration (BSD).
Accordingly, I am / We are submitting this "Bid Security Declaration" as
follows:
I/We accept that, I/We will automatically be debarred from participation in
all future tenders of RINL for a period of three (3) years and also already
submitted bids (if any) shall not be considered for further evaluation, in
case of any of the following:
a) If I/we withdraw modify our Bid after tender opening and during the
period of bid validity stipulated in the tender document or any extension
thereof.
Or
b) Having been notified of the acceptance of our Bid by RINL, during the
period of bid validity, if I/We
i) Fail or refuse to execute the Contract. (or)
ii) Fail or refuse to furnish the security deposit, as stipulated in the Tender
Document/Work Order/ Letter of Acceptance/ Purchase Order. (or)
iii) Fail or refuse to comply with any other aspect of the tender which
otherwise would have involved forfeiture of EMD.
(Signature)
In the capacity of:
(Legal capacity of person signing the Bid Security Declaration)
The bidder shall submit a documentary proof (viz. certified/true copy of

14 / 21
board resolution / power of Attorney etc.) with respect to Legal capacity of
person signing the BSD"
Name:
(Complete name of person signing the Bid Security Declaration)
Duly authorized to sign the bid for and on behalf of: (Complete name of
Bidder and Address)
Date: (Date of signing)
Corporate Seal : (wherever applicable)
12.1 As per the declaration bidder may be debarred for a period of 3 years, for
the reasons as mentioned in the declaration, from the date of issue of order
for debarment. The order for debarment shall be issued within 30 days from
the date of establishment of the default occurrence.

13.0 PURCHASE PREFERENCE:


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% 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 percentage of 33% of total value.

Purchase preference to Micro and Small Enterprises (MSEs) from the State of
Bid Inviting Authority: Purchase preference will be given to MSEs as Micro and
Small Enterprises from the State of Bid inviting Authority whose credentials
are validated online through UdyogAadhaar for that product category. 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 % 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 percentage of 67% of total value as defined/
decided in relevant policy.

15 / 21
14.0 TAXES AND DUTIES:

14.1 Theprices quoted should be for VSP Stores indicating the basic price /unit,
freight/unit whether inclusive or exclusive and applicable taxes, duties and
levies (whether inclusive or exclusive) on the due date for submission of
tender. Any new taxes and duties and any changes in taxes and duties during
the original contractual delivery period shall be reimbursed at actuals based
on the documents evidencing the taxes and duties applicable on the date of
supply as well as the due date for submission of tender. Any new taxes and
duties and any changes in taxes and duties beyond the contractual delivery
period shall be borne by the successful tenderer. In case of supply of Goods
or Services on which, RINL/VSP is eligible to avail GST Input Tax Credit, the
tenderer registered under GST shall submit GST Invoice to enable RINL/VSP to
avail the Input Tax Credit. Evaluation of such offers shall be done considering
this credit that would be available to RINL/VSP. In case of incorrect
details/information (or) invalid/false documents furnished by the Tenderers in
respect of GST, the consequential loss/consequences and Financial
Implications, if any, as per the GST Act, shall be to the Tenderer’s account.

14.2 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 %.

14.3 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.

14.4 “G S T shall be applicable on all penalties (like Liquidated Damages,


penalties for variation in material specification, Risk purchase
recovery, shortages, penalty for late lifting/ delivery, forfeiture of EMD / PG
Bond/ Security Deposit etc) if levied by the Purchaser on the
Seller/Supplier and Shall be recovered along with GST applicable thereon.
The Purchaser shall issue Tax Invoice in favour of the Seller/Supplier for
such recoveries.”

15.0 LIQUIDATED DAMAGES:Shall be as per GeM GTC.


LD Shall be levied as per GeM GTC subject to a maximum of 10% of
value of such consignments, excluding Taxes. For levy of LD in
case of late delivery, date of receipt of material by RINL-VSP Stores
along with necessary documents shall be considered as date of
delivery, subject to acceptance of material by RINL-VSP after inspection.”

16.0 DEFAULT:

16 / 21
Should the SELLER fail to provide the MATERIAL for delivery by the time or
times agreed upon or should the SELLER in any manner or otherwise fail to
perform the Purchase Order or should a receiver be appointed on its assets
or make or enter into any arrangements or composition with Creditors or
suspend payments (or being a company should enter into liquidation either
compulsory or voluntary), the PURCHASER shall have power to declare the
Purchase Order as at an end at the risk and cost of the SELLER in every way.
In such a case, the SELLER shall be liable for any expenses, damages or
losses which the PURCHASER may incur, sustain or be put to by reason of or
in connection with SELLER's default. This Clause is however subject to Force
Majeure Clause.

17.0 RISK PURCHASE:


The PURCHASER reserves the right to take Risk Purchase action at the risk
and cost of the SELLER, in case he fails to deliver the materials in the
specified schedule and the differential cost shall be recovered. The Purchaser
reserves the right to cancel the contract or a portion thereof and purchase
the stores at the risk and cost of Contractor after giving due notice to the
Contractor even before completion of the contractual delivery schedule if
it becomes apparent that Contractor will not be able to fulfill the contractual
obligation.

In the event of the PURCHASER terminating the Contract / Purchase Order


in whole or in part, he may procure, on such terms and in such manner
as he deems appropriate, supplies similar to those so terminated and
the SELLER shall be liable to the PURCHASER for any excess costs for
such similar supplies and/or any loss which the Purchaser may sustain on
account of risk purchase, but the Contractor shall not be entitled to any
gain on such purchase made against such default. However, in case of
part termination of Contract/Purchase Order by the PURCHASER, the SELLER
shall continue the performance of the Contract/Purchase Order to the
extent it is not terminated under the provisions of this Clause.

18.0 RECOVERY OF SUMS DUE :


Whenever under this Contract / Purchase Order any sum of money is
recoverable from and payable by the SELLER, the PURCHASER shall be
entitled to deduct such sum from any amount then found payable to the
SELLER by the PURCHASER or which at any time thereafter may be found to
be payable to the SELLER by the PURCHASER under this or any other
Contract / Purchase Order with the PURCHASER. Should this sum be not
sufficient to cover the full amount recoverable, the SELLER shall pay to the
PURCHASER on demand the remaining balance amount. This action shall be
without prejudice to the right of the PURCHASER to take legal action against
the SELLER for the breach of the Contract / Purchase Order.

19.0 ARBITRATION:

17 / 21
In the event of any dispute arising between the Parties in relation to or under
this Acceptance to Tender, the same shall be settled by Arbitration
conducted in accordance with the Rules of Arbitration of the Indian Council of
Arbitration (ICA). The decision of the Arbitration Tribunal shall be final and
binding. Cost of arbitration to be borne by the losing party. The venue of
arbitration shall be Visakhapatnam, India and arbitration shall be conducted
in English language. The arbitral award shall be enforced in accordance with
the provisions of the Arbitration and Conciliation Act,1996.

19.1 LEGAL INTERPRETATIONS:


The Order and the arbitration shall be governed by and construed according
to the laws of India for the time being in force.

19.2 To interpret all the commercial terms and abbreviations used herein
which have not been otherwise defined, the rules of "INCOTERMS 2010"
shall be applied.

19.3 GENERAL: The Seller/Contractor shall be entirely responsible for the


execution of the Contract in all respects in accordance with the terms and
the conditions as specified in the Contract/ Purchase
Order.AnyapprovalwhichtheInspectormayhavegiveninrespectoftheStores(whe
therwith or without the Test carried out by the Contractor or the Inspector)
shall not bind the Purchaser and not-withstanding any approval or
acceptance given by the Inspector, it shall be lawful for the Purchaser to
reject the Stores on arrival at the destination or when put to use if it is found
that the Stores supplied by the Contractor are not in conformity with the
terms and the conditions of the Contract.

20.0 TRANSFER AND SUB-LETTING:


The SELLER shall not sublet, transfer, assign or otherwise part with the
Contract/ Purchase Order or any part thereof, either directly or indirectly,
without the prior written permission of the PURCHASER.In the event of
Contractor contravening this condition, the Purchaser shall be entitled to
cancel the Contract and to purchase the same or similar Stores elsewhere on
the Contractor’s account and at his risk and cost.

21.0 WAIVER:
Failure to enforce any condition herein contained shall not operate as a
waiver of the condition itself or any subsequent breach thereof.

22.0 REVENUE POLICY OF GeM: Transaction charges shall be levied by


GeM as per Revenue Policy of GeM w.e.f. 01.06.2020 available in GeM
website under “Terms and Conditions -- Sellers -- Revenue policy of
GeM”.

18 / 21
23.0 DOCUMENTS TO BE UPLOADED: Bidder/Seller during bid participation
in GeM:
i) In place of EMD/Bid Bond, the bidders are required to
submit/upload "Bid Security Declaration" as mentioned at para 11.0
above on firm letter head
ii) Bid Document duly signed & stamped on all the pages
iii) Documents for claiming MSE benefits, in case of MSEs, as per
terms & conditions of this Bid.
iv) Credentials of the bidder/seller (who are not enlisted in RINL and not
assessed by QCI/GeM for SAME/SIMILAR TENDERITEM) as mentioned
above.

24.0 PUNITIVE ACTIONS:


If it comes to the notice of VSP at any stage from request for enlistment /
tender document that any of the certificates / documents submitted by
applicants for enlistment or by bidders are found to be false/ fake/ forged/
doctored, the party will be debarred from participation in all VSP tenders for
a period of 5 years including termination of contract, if awarded. Security
Deposit etc. if any will be forfeited. The contracting Agency in such cases
shall make good to VSP any loss or damage resulting from such termination.
Contracts in operation anywhere in VSP will also be terminated with
attendant fall outs like forfeiture of EMD/ Security Deposit, if any, and
recovery of risk and cost charges etc. Decision of VSP Management will be
final and binding.

In case where RINL/VSP decides to procure the material from one or


more than one source, (Only one offer shall be submitted by Companies
using same equipment / facilities/ address), and if it comes to the notice
of RINL/VSP at any stage during the finalization of the tender or after
placement of order/execution of the contract that Offers have been made
by Companies using same equipment/ facilities/ address, then such
offers/orders shall be rejected/cancelled forthwith and business
dealings with such Firms/ Contractors shall be banned for a
period of 2 years. Bid money/EMD Security Deposit etc. if any shall be
forfeited. Decision of RINL/VSP in this regard shall be final and binding.

If the L1 tenderer backs out after opening of the tenders in case of


single bid cases (or) after the reverse e-auction/ opening of the sealed
price bids in case of two bid cases within the validity period, they shall be

19 / 21
kept under hold, barring participation for the next three tenders or six
months, whichever is later.

If the tenderer(s) back out after award of contract, they shall be kept
under hold, barring participation for the next three tenders or six months
whichever is later, apart from proceeding with alternative procurement
action (re-tendering) at the risk and cost of defaulting supplier(s)

This Bid ATC supplements/supersedes GeM GTC.

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.

20 / 21
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---

21 / 21

You might also like