Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

Bid Number: GEM/2022/B/2561137

Dated: 07-10-2022

Bid Document

Bid Details

Bid End Date/Time 18-10-2022 15:00:00

Bid Opening Date/Time 18-10-2022 15:30:00

Bid Offer Validity (From End Date) 90 (Days)

Ministry/State Name Ministry Of Petroleum And Natural Gas

Department Name Na

Organisation Name Hindustan Petroleum Corporation Ltd

Office Name Petroleum House

Total Quantity 1247

Item Category Desktop Computers (Q2)

MSE Exemption for Years of Experience and


No
Turnover

Startup Exemption for Years of Experience


No
and Turnover

Experience Criteria,Bidder Turnover,Certificate (Requested


in ATC),OEM Authorization Certificate,Additional Doc 1
(Requested in ATC),Additional Doc 2 (Requested in
ATC),Additional Doc 3 (Requested in ATC),Additional Doc 4
(Requested in ATC),Compliance of BoQ specification and
Document required from seller
supporting document
*In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled Yes

RA Qualification Rule H1-Highest Priced Bid Elimination

Time allowed for Technical Clarifications


2 Days
during technical evaluation

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

Name of the Empanelled Inspection


PROJECTS AND DEVELOPMENT INDIA LIMITED
Agency/ Authority

Evaluation Method Total value wise evaluation

EMD Detail

1 / 13
Advisory Bank ICICI

EMD Percentage(%) 2.00

EMD Amount 2296276

ePBG Detail

Advisory Bank ICICI

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 62

(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.

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
HPCL
Hindustan Petroleum Corp. Ltd., Central Procurement Organization – Marketing, 9th Floor, A Wing - Marathon
Futurex Building, C.S. No 166, Mafatlal Mills Compound, NM Joshi Marg, Lower Parel, Mumbai - 400 013
(Hpcl)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference Yes

1. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued

2 / 13
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
3. 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.

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

3 / 13
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

Desktop Computers ( 1247 pieces )


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

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Processor Processor Make Intel, AMD

Processor Generation 11.0, 12.0 Or higher

Number of Cores per 6, 8, 10, 12, 16 Or higher


Processor

Processor Description Intel Core i5, Intel Core i7, AMD Ryzen 5, AMD Ryzen
7, Intel Core i9 Or higher

Processor Number AMD Ryzen 7 PRO 5750G, AMD Ryzen 7 PRO 5750GE,
AMD Ryzen 7 5700G, AMD Ryzen 7 5700GE, AMD
Ryzen 5 PRO 5650G, AMD Ryzen 5 PRO 5650GE, AMD
Ryzen 5 5600G, AMD Ryzen 5 5600GE, Intel Core i9
11900, Intel Core i9 11900F, Intel Core i7 11700, Intel
Core i7 11700F, Intel Core i5 11600, Intel Core i5
11500, Intel Core i5 11400, Intel Core i9 11900T, Intel
Core i7 11700T, Intel Core i5 12400T, Intel Core i5
11600KF, Intel Core i5 11600K, Intel Core i5 12500T,
Intel Core i7 11700KF, Intel Core i7 12700T, Intel Core
i5 12600T, Intel Core i7 11700K, Intel Core i5 12400,
Intel Core i5 12400F, Intel Core i9 12900T, Intel Core
i5 12500, Intel Core i5 12600K, Intel Core i5 12600KF,
Intel Core i9 11900KF, Intel Core i9 11900K, Intel
Core i5 12600, Intel Core i7 12700, Intel Core i7
12700F, Intel Core i7 12700KF, Intel Core i7 12700K,
Intel Core i9 12900F, Intel Core i9 12900, Intel Core i9
12900KF, Intel Core i9 12900K Or higher

Motherboard Chipset Series Intel H Series, Intel B Series, Intel Q Series, AMD B
Series, AMD Pro Series, Intel Z Series Or higher

Chipset Number Intel H110, Intel H270, Intel H310, Intel H370, Intel
B250, Intel B360, Intel Q 250, Intel Q 270, Intel Q 370,
AMD B300, Intel B 365, AMD B500, AMD PRO 560,
AMD PRO 500, Intel H 470, Intel B 460, Intel H 410,
Intel Z 490, Intel Q 470, AMD PRO 565, Intel Q570,
Intel B560, Intel H510, Intel H570, Intel H610, Intel
H670, Intel Q670, Intel H660, Intel B660 Or higher

Graphics Graphics Type Integrated

Operating System Operating System (Factory Windows 11 Professional


Pre-Loaded)

Memory RAM Size (GB) 16, 32, 64, 128 Or higher

4 / 13
Specification Specification Name Bid Requirement (Allowed Values)

RAM Expandability up to( 8, 16, 32, 64, 0, 128 Or higher


using spare DIMM Slots in
GB)

Storage Type of Drives used to SSD


populate the Internal Bays

Total HDD Capacity (GB) 500, 1000, 1500, 2000, 2500, 3000, 0, 4000 Or higher

Total SSD Capacity (GB) 512, 768, 1024, 2048, 4096 Or higher

Total SSHD Capacity in 500, 1000, 2000, 0 Or higher


addition to 8 GB Flash (GB)

Cabinet Cabinet Form Factor SFF ( 7 to 13 Litres), Tower (13.1 to 26 Litres)

Monitor Monitor Technology IPS, TN, VA, NA Or higher

LED Backlit Monitor Size 19.5, 21.5, 22, 23, 24, 27, 20, 23.8, 32 Or higher
(INCHES)

Monitor Resolution (PIXELS) 1600 x 900, 1920x1080, 1920 x 1200, 3200x1800,


3840 x 2160, 1280 x 1024, 2560 x 1440 Or higher

Warranty On Site OEM Warranty 5 Or higher


(Year)

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

390018,1st Floor HPCL Petrol


1 Vijaya Priyadarshini Pump, Ambalal Park, Vadodra- 3 70
390018

800001,HPCL PATNA LPG RO


2 Abhay Kumar 6th Floor Loknayak Bhawan 2 70
Fraser Road Patna - 800001

125049,HINUSTAN PETROLEUM
CORPORATION LIMITED, Hisar
3 Pawan Soni New Depot Site, Data Village - 2 70
125049, Hansi Tehsil, Hisar
District, Haryana State

192121,HPCL, Pampore LPG


Bottling Plant, Near Gas
4 Tariq Mohd 7 70
Turbine, Galander, Pampore
Distt: 192121, J&K

5 / 13
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

385001,Palanpur Pumping and


receiving MDPL, Behind
5 Awanish Kumar Chandisar GIDC, Mota Road, 14 70
Chandisar Village Palanpur-
385510

394510,HPCL, Hazira LPG


Plant, ONGC - Icchapore Road,
6 Sushil Kumar Singh 2 70
PO Icchapore, Surat, Gujarat -
394510

462023,BHOPAL REGIONAL
Laxmikant
OFFICE GAUTAM NAGAR POST
7 Shivshankar 6 70
BOX NO. 705 GOVINDPURA
Ramteke
BHOPAL - 462023

403802,HPCL Vasco Retail RO,


Post Box no.- 48, FL Goems
8 Guntury Ananta Rao 5 70
Road, Vasco Da Gama, Goa-
403802

400050,WZ Training Centre,


Mumbai Retail RO, Second
9 Mrinmoy Kaman Floor, Plot No 3/4, Jn of SV and 3 70
Turner Road, Bandra (W),
400050

400702,Uran Chakan Shikrapur


LPG Pipeline, Uran Dispatch
Station Bharat Petroleum Corp.
10 Subhash Chander Ltd Near MSEB Gas Turbine 2 70
Power Station, Post –
Bhendkhal , Tahsil- Uran Pin
Code – 400702

400037,HPCL Wadala-1
Ashutosh Rajkumar Terminal, Oppst. BPT Hospital,
11 18 70
Bhagat L M Nadkarni Marg, Wadala
East, Mumbai-400037

482002,74-75,Gol
Falguni Chandra Bazar,Shaheed Smarak,Near
12 6 70
Sahu Gangotri Apartment,Jabalpur-
482002

380009,HINDUSTAN
PETROLEUM CORP. LTD,
PETROLEUM HOUSE, BEHIND
13 Satyabrata Kakoti 10 70
MEMNAGAR FIRE STATION,
NAVRANGPURA, AHMEDABAD -
380009

394510,HPCL POL DEPOT,


HAZIRA IRD, P.O.
Shirishkumar
14 Ichhapore, Village – Kawas, 2 70
Gurjibhai Mavchi
Hazira Road, Surat, Gujarat -
394510

400705,HPCL VASHI TERMINAL,


Sudeep Madhavrao PLOT NO D-99, TTC
15 13 70
Sonawane INDUSTRIAL AREA OF MIDC,
TURBHE, NAVI MUMBAI-400705

6 / 13
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

481885,HPCL, LPG BOTTLING


Ashok Kumar PLANT, MANERI INDUSTRIAL
16 2 70
Paswan AREA, TEHSIL NIWAS, DISTT:
MANDLA - 481885

411001,PUNE RETAIL RO , P. B.
17 Ankur Parey NO. 90, 3 /C, DR. AMBEDKAR 2 70
ROAD, CAMP, PUNE, 411001

410501,HPCL LPG Bottling


Plant, Chakan-Talegaon Road,
18 Avni Sri 6 70
Village Mhalungae, Chakan,
Pune-410501

302005,Hindustan Petroleum
Corporation Ltd, Tel Bhawan,
19 Kavish Bhatt 6 70
Sahkar Marg, Jyoti Nagar,
Jaipur-302005 Rajasthan

380006,HPCL NWZ, 1ST


FLOOR, ALFA BAZAAR, OPP
20 Satish Chandra 8 70
THAKORBHAI DESAI HALL, LAW
GARDEN, AHMEDABAD 380006

305206,Mundra Delhi Pipeline


Ajmer Booster Station Village-
21 Rajat Nehra 14 70
Saradhana Ajmer Beawar
Highway Ajmer - 305206

530003,Hindustan petroleum
Corporation Limited, Visakha
22 Agin Antony Retail Regional Office ,Petro 9 70
Nilayam,Opp. : A.U.-In Gate
Visakhapatnam – 530 003

560016,HPCL,Bangalore Retail
RO, Number 77, Old Madras
23 LAKSHMI MOHAN Road, Doorvaninagar Post, 8 70
Krishnarajapuram, Bangalore -
560016

572142,HPCL MHMBPL
YEDIYUR RECEIVING STN,
CHAKENAHALLI VILLAGE,
24 Praveen B B 4 70
MARKENAHALLI ROAD YEDIYUR
POST, DIST TUMKUR, YEDIYUR -
572142

682309,HPCL, Kochi LPG Plant,


Aboobacker Naina C
25 Seaport-Airport Road, 6 70
A
Irumpanam, Kochi - 682309

682016,HPCL, Cochin Terminal,


26 Abraham Varghese S.A.Road, Kadavanthara, Kochi 5 70
-682016

600018,HPCl, Chennai Retail


Office, Petro Bhavan, 2nd Floor,
27 Venkatesh Gajavelli 4 70
New No: 82, TTK Road,
Alwarpet - 600018

7 / 13
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

641103,HPCL COIMBATORE
IRD, RAVATHUR ROAD, AG
28 Arun K Thomas 1 70
PUDUR, IRUGUR, COIMBATORE
- 641103 TN

636016,HPCL SALEM Retail RO,


GK Towers, Level 4, Door No
29 Sammandhar S 5 70
395\2, First Main Road, New
Fairlands Salem - 636016 - TN

625008,HPCL Madurai LPG


bottling Plant,171-172 SIDCO
30 K. Sairaj Achary 1 70
Industrial Estate, Kappalur,
Madurai 625 008

600018,HPCl, Chennai Retail


Office, Petro Bhavan, 2nd Floor,
31 Kunal Kashyap 1 70
New No: 82, TTK Road,
Alwarpet - 600018

151001,HINDUSTAN
PETROLEUM CORPORATION
LIMITED, REGIONAL OFFICE,
32 Sheik Abdul Nayeem 2 70
PHASE-2, MODEL TOWN NEAR
GURUDWARA SAHIB, (PHASE-1)
BATHINDA-151001

385510,HPCL - PVPL Palanpur


Despatch Station, Behind GIDC
Arvind Kumar
33 Chandisar, MOTA ROAD, 1 70
Meena
VILLAGE CHANDISAR, Palanpur
- 385510, Gujarat

403711,HINDUSTAN
PETROLEUM CORPORATION
LIMITED, GOA ASF,PLOT A-
34 Ajay Dutt 1 70
9/10/11, MURMUGAON COOP
INDUSTRIAL ESTATE, CHICALIM,
VASCO, GOA 403711

441108,Nagpur IRD, Near


Anil Sitaram
35 Khapri Railway Station, Wardha 1 70
Meshram
Road, Nagpur-441108

342005,Jodhpur Retail Regional


Bhupen Ramesh Office, Diesel Shed Road,
36 1 70
Patil Bhagat Ki Kothi, Jodhpur -
342005

530009,HPCL, Visakh New LPG


Terminal HP Petro Park, Port
Tangudu
37 Connectivity Road, Opposite to 3 70
Sharmiladevi
INS Dega, Visakhapatnam -
530009

530014,HPCL NEW WHITE OIL


TERMINAL, CONVENT JN.
TEJESWARA RAO SHEELANAGAR ROAD, PETRO
38 3 70
GANDEPALLI PARK, BEHIND AIRPORT,
VISHAKHAPATNAM - 530014
(AP)

8 / 13
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

530009,Hindustan Petroleum
Corporation limited, Visakh
Mantri Venugopala ASF, Visakhapatnam Airport,
39 1 70
Rao INS DEGA Road, NAD Kotha
Road Post,Visakhapatnam,AP.
Pin 530009

530011,HPCL VISAKH NEW


BLACK OIL TERMINAL, Behind
40 Saajid Shaik 2 70
ESI Hospital, Malkapuram,
Visakhapatnam - 530011

530009,HPCL, Visakh LPG


Import Facility Petro Park, Port
41 Achanti Kiran Kumar Connectivity Road, Opposite to 1 70
INS Dega, Visakhapatnam -
530009

533005,HPCL, KAKINADA
TERMINAL, APIIC IDA,
42 Godlaveeti Nagaraju VAKALAPUDI, KAKINADA, 1 70
ANDHRA PRADESH, PIN -
533005

522501,HPCL, VIJAYAWADA
RETAIL RO , NEAR SAIBABA
43 Kamsali Revathi TEMPLE, TADEPALLI TO 4 70
MANGALAGIRI ROAD,
TADEPALLI 522501, GUNTUR

518010,HPCL- KURNOOL ASF,


KURNOOL AIRPORT, KURNOOL-
44 Arun Pratap Rajawat NANDYAL HIGHWAY, 1 70
ORAVAKAL, KURNOOL,
ANDHRAPRADESH - 518010

515731,HPCL, ANANTAPUR LPG


PLANT. NH-44, THATICHERLA
45 Suyodh Vijayan 2 70
VILLAGE, VADIAMPETA POST,
ANANTHAPUR. PIN: 515731.

500062,Hindustan Petroleum
Corp. Ltd Module No. 202,
Second Floor, NSIC-EMDBP
46 Rupkishore Patel 2 70
Building, Kamalanagar, Dr.
A.S.Rao Nagar, ECIL PO,
Hyderabad - 500062

508213,HPCL, VVSPL-Suryapet
47 Peddola Srikanth Booster Station, IMAMPET, 3 70
SURYAPET - 508213

501301,HPCL SECUNDERABAD
TERMINAL ,POST BOX
NO:5,ANKUSHAPUR(V)
48 Karumuru Praneeth 3 70
GHATKESAR (M)RANGAREDDY
DIST 501301 SECUNDERABAD -
501301

9 / 13
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

500003,HPCL, Secunderabad
Retail RO, 130/1, sebastian
Murali Krishna
49 street, S.D Road, 5 70
Bhupati
secunderabad, Secunderabad -
500003

500004,HPCl,SCZ-Retail ,
Parishram Bhavan,ground floor
Tadepalli Lakshmi
50 opp babu khan estate building 5 70
Bhargavi
,Fatehmedan road bashir bagh
hyderabad - 500004

...To view more consignees please login.

Buyer added Bid Specific Additional Scope of Work

S.No. Document Title Description Applicable i.r.o. Items

TENDER DOCUMENT
TENDER DOCUMENT GTC ATC
1 Desktop Computers(1247)
View ANNEXURES

The uploaded document only contains Buyer specific Additional Scope of Work and / or Drawings for the bid items added
with due approval of Buyer’s competent authority. Buyer has certified that these additional scope and drawings are
generalized and would not lead to any restrictive bidding.

Special terms and conditions-Version:2 effective from 09-04-2021 for category Desktop Computers

1. ‘Local content means the amount of value added in India which shall, unless otherwise Prescribed by the
Nodal Ministry, be the total value of the item procured (excluding net domestic indirect taxes) minus the
value of imported content in the item (including all customs duties) as a proportion of the total value and
percent.

‘Class-I local supplier’ means a supplier or service provider, whose goods, services or works offered for
procurement, has local content equal to or more than 50% as defined under this Order

‘Class-lI local supplier’ means a supplier or service provider, whose goods, services or works offered for
procurement, has local content more than 20% but less than 50%, as defined under this Order

Buyer Added Bid Specific Terms and Conditions


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

Bidders shall quote only those products in the bid which are not obsolete in the market and has at least 5
years residual market life i.e. the offered product shall not be declared end-of-life by the OEM before this
period.

3. Generic

10 / 13
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.

4. 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.

5. OEM

IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a
registered office in India to provide after sales service support in India. The certificate to this effect should
be submitted.

6. Generic

Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope
of supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.

7. Generic

Malicious Code Certificate:

The seller should upload following certificate in the bid:-


(a) This is to certify that the Hardware and the Software being offered, as part of the contract, does not
contain Embedded Malicious code that would activate procedures to :-
(i) Inhibit the desires and designed function of the equipment.
(ii) Cause physical damage to the user or equipment during the exploitation.
(iii) Tap information resident or transient in the equipment/network.
(b) The firm will be considered to be in breach of the procurement contract, in case physical damage, loss
of information or infringements related to copyright and Intellectual Property Right (IPRs) are caused due
to activation of any such malicious code in embedded software.

8. Generic

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

9. 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
performance of the Contract and the Sellers obligations there under.

10. Generic

Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address,
e-mail Id and Phone No. required to be furnished along with the bid.

11. Generic

11 / 13
Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

12. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of HPCL payable at MUMBAI.
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. Service & Support

Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.

14. Service & Support

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

15. Service & Support

Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

16. Scope of Supply

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

17. Warranty

Warranty period of the supplied products shall be 5 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.

18. Purchase Preference (Centre)

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

12 / 13
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 25% of total value.

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
bidding process, its outcome, and consequences thereof including any eccentricity/restriction arising in the
bidding process due to these ATCs and due to modification of technical specifications and/or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents/clauses
shall also be null and void. If any seller has any objection/grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations. Also, GeM does not permit collection of Tender
fee / Auction fee in case of Bids / Forward Auction as the case may be. Any stipulation by the Buyer seeking
payment of Tender Fee / Auction fee through ATC clauses would be treated as null and void.

This Bid is also governed by the General Terms and Conditions

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

---Thank You---

13 / 13

You might also like