GeM Bidding 7271733
GeM Bidding 7271733
GEM/2024/B/5726986
Dated/ दनांक : 26-12-2024
1 / 17
Bid Details/ बड ववरण
Arbitration Clause No
Mediation Clause No
(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।
(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।
Beneficiary/लाभाथ :
Sr. Manager, Finance
Sr Manager (Finance), Unified Finance Office, DVC, Maithon, P.O. Maithan Dam, Jharkhand, PIN- 828207
(Sr. Manager, Finance)
2 / 17
MII Compliance/एमआईआई अनुपालन Yes
1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to meeting of
quality and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the
"OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. In case any
bidder is seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility
for exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of
quality and technical specifications. In case any bidder is seeking exemption from Turnover / Experience Criteria,
the supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. 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 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 service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price
within L-1+ 15% of margin of purchase preference /price band as defined in the relevant policy, then 100% order
quantity will be awarded to such MSE bidder subject to acceptance of L1 bid price. The buyers are advised to
refer to the 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. Benefits of MSE will be allowed only if the credentials of the service provider are validated on-
line in GeM profile as well as validated and approved by the Buyer after evaluation of submitted documents.
4. 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.
5. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services
over the last three years i.e. the current financial year and the last three financial years(ending month of March
prior to the bid opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the
estimated cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated
cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated
cost.
6. 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:
3 / 17
Scope of work:1734589647.pdf
Payment terms:1734589653.pdf
Eligibility Criteria:1734589659.pdf
Monthly Basis Cab And Taxi Hiring Service - Without Fuel - SUV; Mahindra Bolero,
Mahindra Scorpio, Mahindra XUV300; New Vehicle Or Old Vehicle Upto 05 Years From
The Date Of BID; As Per Qualifying Requirements Of BID; Non A/C; Normal 09 Hrs Daily
Run.. ( 1 )
Specification Values
Core
Year of Vehicle Model New vehicle or old vehicle upto 05 years from the date of BID
Engagement Hours per Day Normal 09 hrs daily run details as mentioned in bid
Fuel to be provided by Buyer To be reimbursed to the Service Provider as per actual consumption.
Addon(s)/एडऑन
Consignee
S.No./ . Reporting/Officer/ Additional
Number of
परे षती/ रपो टग Address/पता Requirement/अित र
सं. Vehicle
आव यकता
अिधकार
Estimated KMs to
828116,Office of the SE, be traveled in a
GOMD-IV, Damodar Valley month : 1500
1 Susil Kumar Handal 1
Corporation, P.O- Kushunda, Duration in Months
Dhanbad, Jharkhand within the Contract
Period : 24
4 / 17
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत
1. Generic
OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised
quantity or duration
II. The Total Estimated cost against NIT is Rs. 11,94,841.20 (excluding G
ST) which is inclusive of above three tasks i.e. I (i), I (ii) & I (iii) for the
2 years.
5 / 17
III. (a) Bidder will only quote the GST adjusted price on “ Hiring ch
arges towards Dry run of the vehicle including cost of
lubricant, cost of spares, consumables, traffic obligations and
other statutory fees and charges etc., if any, INCLUDING expen
diture on Driver but excluding cost of diesel on per KM basis”
whose estimated cost is Rs. 8,48,869.20/- exclusive of GST.
In other words, the bidder will quote rate including GST and quantum
of GST should be mentioned in the techno commercial sheet. Accordingl
y, total cost and per KM rate will be calculated.
Reverse Auction will be done in GeM portal on the GST adjusted quoted price of
“Hiring charges towards Dry run of the vehicle including cost of lubricant, cost o
f spares, consumables, traffic obligations and other statutory fees and charges
etc., if any, INCLUDING expenditure on Driver but excluding cost of diesel on pe
r KM basis”, i.e. including GST.
Bidders will not consider the estimated cost of Rs. 11,94,841.20 (exclud
ing GST) for quoting price and reverse auction purpose in GeM.
(b) For “Extra hour of duty beyond 9 hrs of normal duty in Rs/Hr” is fixed and th
e estimated cost for this task is Rs. 81.55 which is exclusive of GST for the peri
od of 2 years. Maximum expected hour of stay beyond the normal duty 9 hour i
n a month: - 35 Hrs.
Bidder will not consider the above cost i.e. Rs. 81.55 for quoting the pr
ice and reverse auction purpose in GeM.
(c) Fuel Cost (Petrol) will be reimbursed at actual in terms of the following calcu
lation: -
[(Actual Run in KM / 12) X Cost of fuel per litre]
As the fuel prices are being fixed / changed on daily basis, the above formula sh
all be applied for calculation of fuel expenditure on daily basis and then shall be
added up for arriving at the cumulative figure for the billing period.
However, for evaluation purpose, fuel cost (Petrol) will be considered on the dat
e of Techno commercial bid opening and will be calculated for the period of 2 ye
ars.
Bidder will not consider the above fuel cost i.e. Rs. 2,77,470.00 for quo
ting the price and reverse auction purpose in GeM.
IV. SELECTION OF L-1 BIDDER AND BID EVALUATION :
L-1 Ranking of the bidder will be done on the basis of the lowest quoted price/ ra
te on “Hiring charges towards Dry run of the vehicle including cost of lubricant,
cost of spares, consumables, traffic obligations and other statutory fees and cha
rges etc., if any, INCLUDING expenditure on Driver but EXCLUDING cost of diese
l on per KM basis”.
However, bid evaluation will be done considering the involvement of total amou
nt in 02 (two) years after Reverse Auction in GeM against "Hiring charges towar
ds Dry run of the vehicle including cost of lubricant, cost of spares, consumables
, traffic obligations and other statutory fees and charges etc., if any, INCLUDING
expenditure on Driver but EXCLUDING cost of diesel on per KM basis", "OT char
ges” @Rs. 81.55 per hour subject to maximum 35 hours OT in a month" and "fu
el cost” (Diesel/Petrol) as on date of Techno commercial bid opening for maxim
um run of the vehicle.
6 / 17
V. Bill of Quantity (BOQ):
Task Sl Description of Wo UOM Unit rate Quantity fo Total amount for t Details of Q
. No. rk r 2 (Two) y wo years (Rs) exc uoting rates
ears lusive of GST / amount
Hiring charges to
wards Dry run of
the vehicle includ
ing cost of lubrica
nt, cost of spares, To be quote
consumables, tra d by the bid
ffic obligations an der in total
Rs. per K
1 d other statutory
M
23.5797 36000.00 8,48,869.20 for this task
fees and charges including 5
etc., if any, INCLU % GST in G
DING EM portal
expenditure on D
river but EXCLUD
ING cost of diesel
on per KM basis
Not to be q
Monthly running
uoted by Bi
charges in Rs/KM Rs. per K
2
considering cost M
7.7075 36000.0 2,77,470.00 dder (will b
e paid at ac
of Diesel only.
tual)
Not to be q
Extra hour of dut
uoted by Bi
y beyond 9 hrs of Rs. Per H
3
normal duty in Rs our
81.55 840 68,502.00 dder (will b
e paid at ac
/Hr.
tual)
7 / 17
As the fuel prices are being fixed / changed on daily basis, the above for
mula shall be applied for calculation of fuel expenditure on daily basis a
nd then shall be added up for arriving at the cumulative figure for the bi
lling period.
II. SCOPE OF WORK:
1. Minimum KM of run required by the vehicle per month: 1200 KM
2. Maximum KM of run required by the vehicle per month: 1500 KM
3. Maximum expected hour of stay beyond the normal duty 9 hour per day in a
month: - 35Hrs
4. Normal duty hours on each day: 09 hours (including one hour recess hour)
5. The Vehicle shall be engaged for carrying out day to day work of Sindri Substat
ion as directed by the Engineer-In-Charge, Sindri, GOMD-IV, DVC during the eng
agement days of contract period and shall not be used by the contractor on oth
er days for any other purpose except with specific approval of the Sub station-In
-Charge, Sindri Substation.
6. The vehicle along with the driver is to be stationed at 132 KV DVC Sindri Subst
ation, GOMD-IV, DVC, Putki, Dist.- Dhanbad, Jharkhand and the driver shall repo
rt to the Engineer-In-Charge, Sindri, GOMD-IV, DVC or his authorized representa
tive.
III. PAYMENT TERMS FOR WORKS :
95% payment on the executed work shall be made against RA bills after com
pletion of work, duly certified by the DVC Engineer-in-charge, and on submissi
on of bills in triplicate, duly pre receipted and after statutory deduction as ap
plicable. Rest 5% will be paid after completion of contract.
Note: (a) The contractor will submit monthly bill in triplicate along with the d
etailed entries made in the logbook to the Engineer - In - Charge, DVC for cert
ification of the bill towards payment action.
(b) All taxes, duties, insurance premium applicable as per law or to be levied i
n future during the contractual period in respect of vehicle shall have to be b
orne by the contractor.
8 / 17
(4) Driving License: Drivers engaged must possess valid Public Service Drivi
ng License for Public service / commercial vehicles. Drivers should be well
trained to meet the emergency situations. e.g. Breakdown, accident and ot
her eventualities
(5) EPF & ESI: EPF & ESI clauses shall be applicable as per Govt. rules.
(6) Court: All suits arising out of this NIT, if any, are subject to the jurisdiction
in the city of Kolkata in India and no other courts.
(7) Charge / compensation: DVC shall not be liable for payment of any char
ge / compensation in case where: (a) Vehicle is under breakdown. (b) Vehi
cle remains idle due to STRIKE or any other reason beyond the control of a
ny authorities of DVC.
(8) Breakdown: In case of breakdown of any vehicle during any trip, it should
be the endeavour of the contractor or his representative to get it repaired
or to arrange alternative vehicle as early as possible and complete the trip
and the schedule journey. Failure to comply the above will be treated as fa
ilure to provide the vehicle during the trip, and penalty will be imposed as
per the penalty clause of this NIT.
(9) E-REVERSE AUCTION: E-reverse auction will be done on "Hiring charges
towards Dry run of the vehicle including cost of lubricant, cost of spares, c
onsumables, traffic obligations and other statutory fees and charges etc., i
f any, INCLUDING expenditure on Driver but EXCLUDING cost of diesel on p
er KM basis" for maximum run in 2 years (exclusive of GST) in GeM Portal.
(10) Note: - The bid documents will be received at the office of the Divisional-
in-Charge of GOMD-IV, DVC, Putki, Dist-Dhanbad, Jharkhand, other writing
related to this in the NIT may please be ignored. Please send hard copy of
on-line submitted offer to the above address.
(11) Penalty: (A) A penalty of Rs. 1000/- (Rupees Two Thousand) only will be
imposed on the contractor for failure to provide the vehicle for the whole d
ay.
(B) If the Contractor deploys vehicle (s) whose quality is not as per NIT (e.g
. if registration is older than 5 years from the date of NIT) for more than 3
consecutive days in a month, no hiring charges as well as no fuel charges i
.r.o. the vehicle (s) will be paid.
(C) During idle hours on duty, the vehicle (s) shall be parked with driver at
a location as instructed by the Sub-Station-in-Charge of SINDRI Substation,
GOMD-IV, Putki or his authorized representative. If vehicle (s) / driver (s) is
/ are found missing at any time during duty hours, penalty at pro-rata hourl
y rate of deduction to be made i.r.o. that vehicle @ [Dry Run Hiring Charge
for the month/ (Total days of month X 9)].
(12) LOG Books: - A set of LOG Books shall be maintained by the contractor f
or every calendar month, to be indicated therein, the date, time details, de
tails of journey and mileage covered at the end of each trip duly certified b
y contractor and endorsed by availing DVC officials. A pair of such LOG Bo
oks shall be maintained for odd and even calendar months. On expiry of th
e contract period, the contractor must deposit all the LOG Books
maintained throughout the contractual period to the Sub-Station-in-Charge
of SINDRI Substation or his authorized representative.
(13) Compliance: - It is the obligation of the contractor to comply with the pro
visions of all laws, rules, orders and regulations and notifications whether
9 / 17
Central or State or Local as applicable to him or to the agreement from tim
e to time.
(14) About Vehicle: The Vehicle shall be engaged only for the purpose of dut
y of DVC officials as and when required and some essential incidental servi
ces during the engagement days of contract period and shall not be used
by the contractor on other days for any other purpose except with specific
approval of the authority. (a) The vehicle should be equipped with a spare
wheel, set of tools, First Aid Box and other necessary requisites. The vehicl
e should be mechanically perfect in respect of Brake System, Steering Sys
tem, Suspension System, Tyres, Horns, Headlight, Indicator etc. The vehicl
e provided by the contractor should comply with all the legal formalities in
respect of State Motor Vehicle Act and State Govt./Central Govt. Pollution
Norms and other Acts/Regulations implemented from time to time. (b) The
vehicle shall have registration not earlier than 5 (five) years from the date
of NIT, having cushioned seats and back rests, Interior upholstery and dec
oration should be in good condition. Vehicle should be in very good runnin
g and roadworthy condition. All safety measures and arrangements e.g. WI
PER, Window Railings, Door Locks, Handles, Grips, windowpanes etc. shoul
d be in perfect condition.
(15) Insurance of the vehicle: - DVC shall have no responsibility for any da
mage to the vehicle by destruction or otherwise for any reason whatsoever
and shall have no liabilities to pay any compensation to any person (s) incl
uding driver (s) of the vehicle (s) being involved in any accident or destruc
tive activities. The contractor shall take full responsibilities on all such lega
l matters as per Rules. The insurance of the vehicle (s) should be the comp
rehensive one and shall cover the liability in respect of passengers / Officia
ls also.
(16) GST: - GST will be paid as per GOI Rule.
(17) PayingAuthority: - The Sr. Manager (Finance), Unified Finance Office, D
VC, Maithon.
(18) Production of Documents: All taxes, duties, insurance premium, permit
s applicable as per law or to be levied in future during the contractual peri
od in respect of vehicle shall have to be borne by the contractor and is req
uired to furnish up-to-date documents of such payment during the period o
f contract to the Sub-Station-in-Charge of SINDRI Substation or his authoriz
ed representative for verification.
(19) Parking charges / Toll Taxes: - The contractor shall pay the parking ch
arges / toll taxes wherever required and the same will be reimbursed agai
nst the documentary evidence.
(20) Safety: - The contractor of the vehicle will be responsible for safe travelin
g of the concerned passengers/officials. Safety, punctuality and their comf
ort are the essence of the contract.
(21) Journey: - The vehicle will carry entitled officers / personnel for official du
ties including to & fro journeys from office to residence and also other inci
dental trips, essential administration work of GOI / Govt. of W.B./ Govt. of J
harkhand as per the direction of the Sub-Station-in-Charge of SINDRI Subst
ation or his authorized representative as the case may be.
(22) Termination: If in the opinion of the Sub-Station-in-Charge of SINDRI Su
bstation or his authorized representative the performance of the contracto
r is not satisfactory with respect of quality of vehicle (s) deployed or servic
10 / 17
e rendered not conforming to these terms & conditions of the contract, the
corporation may terminate the contract within 7 (seven) days’ notice in wr
iting and such termination of the contract shall be final and binding upon t
he contractor. The contract is also liable for termination by giving 60 (sixty
) days’ notice by the competent DVC authority without assigning any reaso
n whatsoever.
(22) Availability of Vehicle: - Maintenance of Time Route Schedule for each
and every trip is the essence of the contract. The Time Schedule will be
given to the successful contractor from respective DVC Authority on day-t
o-day basis for the schedule of next day. If there is any delay on the part o
f the contractor in providing the vehicle for any journey or the vehicle
provided by the contractor is not conforming to the quality standard menti
oned in Terms & Conditions of contract or the driver (s) is / are not in physi
cally and mentally healthy condition to drive the vehicle, the Sub-Station-i
n-Charge of SINDRI Substation or his authorized representative may cance
l any trip/trips for not providing the vehicle for whole day and penalty will b
e imposed as the case may be.
(23) Alternative / Substitute Vehicle: - In case of major breakdown or
withdrawal of the vehicle from service by the contractor or any reason wha
tsoever, the contractor shall immediately provide similar vehicle (s) duly a
pproved by the Sub-Station-in-Charge of SINDRI Substation or his authoriz
ed representative. Withdrawal of the vehicle by contractor shall be done w
ith prior approval of the said officials only against the replacement by simil
ar substitute (s). For servicing of vehicle, a free time of maximum twenty-f
our hours per vehicle will be allowed once in every complete month during
day time. The choice of such period for servicing shall be that of the DVC o
fficials against sufficient notice by the contractor. The contractor shall hav
e to produce necessary documentary evidence in support of servicing don
e, failing which the same will be treated as unauthorized and penalty as de
emed fit to be imposed. For obtaining fitness certificate from statutory regi
stering authority, the vehicle shall be released for one complete day for ev
ery three months without levying any penalty provided a suitable substitut
e vehicle is arranged. But mileage covered to and from for fitness check p
urpose shall not be taken into account for payment. Documentary evidenc
e of such certificate obtained shall be furnished: otherwise, it will be treate
d as unauthorized absence. The odometer of the vehicle shall be perfectly
in order and in case of defect the same shall be immediately repaired / rec
tified at the contractor’s cost. For the period the odometer is not in order a
nd KM run is not recorded in the Logbook, payment shall not be made.
(24) About Driver: -Employment (s) of Driver (s) in connection with services o
f the vehicle is entirely the responsibility of the contractor and DVC authori
ty is in no way related / responsible for their employment / employability o
r any other claim thereof. The owner of the vehicle shall abide by all sorts
of labour laws as applicable from time to time.
(25) Out station duty: - The vehicle may be sent for out station duty, if requi
red, as per instruction / advice of the Sub-Station-in-Charge of SINDRI Subs
tation or his authorized representative for carrying out emergency official
work both in Jharkhand & West Bengal. The driver(s) will have to make arr
angement for the vehicle and his own accommodation, food & lodging etc.
at his own cost.
(26) Non-engagement of vehicle: - No charges will be paid to the contracto
r for non-engagement days or run of vehicle not scheduled /directed by th
e Sub-Station-in-Charge of SINDRI Substation or his authorized representat
11 / 17
ive.
(27) Reporting Point: -Starting point for the purpose of calculation of run of t
he vehicle in Kilometre for the payment of Running Charges will be from th
e reporting point as per direction of the Sub-Station-in-Charge of SINDRI S
ubstation or his authorized representative.
(28) Wages of the Driver: - The contractor shall not pay less than minimum
wages (Area -C) to the workers under the Minimum Wages Act and the Gov
t. rules made there under subject to revision from time to time. Also, the c
opies of the payment voucher on the above should be produced in every
month during the period of contract to the office of the Sub-Station-in-Char
ge of SINDRI Substation or his authorized representative for verification. N
o separate rates for engagement of the vehicle on Sundays and Holidays
will be admissible. The overtime to the drivers for engagement on Sundays
and Holidays will also not be admissible if the period of engagement does
not exceed 9 (Nine) hours in that particular day. The payment to the driver
s for engagement on Sundays / Holidays as per Statutory Regulations will
be owner's (contractor's) account without any reflection in the contract val
ue.
The Owners has to make payment to the driver through Bank and same do
cuments are required to be furnished within seven days of the next month.
(29) Cancellation of Tender: - DVC reserves the right not to accept the lowe
st rate quoted by bidder and reject any or all the bidders without assigning
any reason thereof.
(30) Station of Vehicle:-The vehicle to be provided by the Contractor for the
official duty of the Sub-Station-in-Charge of SINDRI Substation or his autho
rized representative and to be stationed at SINDRI Substation under the co
ntrol of the Sub-Station-in-Charge of SINDRI Substation or his authorized re
presentative but in the discretion of the Sub-Station-in-Charge of SINDRI S
ubstation or his authorized representative, the vehicle may be stationed a
nywhere under the jurisdiction of the Sub-Station-in-Charge of SINDRI Subs
tation & for this case no night halt charges will be provided to the contract
or.
(31) Documents of Vehicle: - The bidder also must produce valid permit, Ro
ad Tax, Registration of car, fitness certificate in respect of the vehicle with
comprehensive insurance and Pollution Clearance Certificate after obtainin
g the same to the Sub-Station-in-Charge of SINDRI Substation or his author
ized representative for verification. Contractor should renew the Insurance
Policy, Pollution Clearance Certificate and other required documents of the
vehicle throughout the tenure of the contract.
(32) Statutoryprovisions of commercial vehicle: - The contractor shall ha
ve to comply with the statutory provisions applicable in respect of providin
g commercial vehicle on hiring basis.
(33) Sub- Letting: - During the period of the contract, the vehicle shall be exc
lusively used as per the direction of the Sub-Station-in-Charge of SINDRI S
ubstation or his authorized representative. The hired vehicle shall not be s
ublet during the contract period nor any unauthorized person shall be allo
wed to travel by the vehicle within the contract period.
(34) About Document: - DVC shall not be responsible in any way for any dela
y / difficulties / inaccessibility of the downloading or uploading facility from
the website for any reason whatsoever. In case of any discrepancies found
12 / 17
between the downloaded tender documents from the website and the mas
ter copy available in the website of GeM portal, the later shall prevail and
will be binding on the tenderer (s). No claim / appeal on this account will b
e entertained or given cognizance.
(35) Instructionsto bidder regarding participating in the tender- The Bi
dder should have experience of having successfully executed at least one
similar completed work of any value in any legal entity in India during the l
ast 07 (seven) years from the date of originally scheduled date of bid open
ing.
(36) Uploading of Documents: - Scanned copies of the following document
s shall have to be uploaded in GeM during submission of bid through onlin
e for techno -commercial evaluation & compliance thereof. Bid will be proc
essed on the basis of scan copy of the following documents submitted.
(i) Copy of EPF Registration Certificate,
(ii) ESI Registration Certificate,
(iii) Document i.r.o. GST. In case the bidder does not possess document i
.r.o. EPF Registration, ESI Registration, GST, he has to submit an und
ertaking to this effect clearly stating that he shall submit the docume
nts before commencement of contract.
(iv) Copy of statutory documents like Vehicle Ownership, Commercial R
egistration and its related insurance, Road Tax token, Fitness Certific
ate and Pollution Certificate etc.
(v) Bidders of the owner of the vehicle (provided registration of the vehi
cle should not be older than five (05) years from the date of issuance
of NIT). In such case, they will be required to submit the relevant doc
umentary evidence in proof of ownership of the said vehicle like cop
y of Owner Book of the vehicle / Registration of the vehicle. or In cas
e the bidder is not the owner of vehicle but they desire to take part i
n this tender, then they have an option to procure the brand new ve
hicle and provide the same within 21 days from the date of issuance
of work order by DVC. In such case, they will be required to submit a
n undertaking on Nonjudicial stamp paper [Min. Rs. 100/- (Rupees O
ne Hundred) only] to this effect that after placement of order they wi
ll book the brand-new vehicle and will submit the booking receipt wit
hin 05 to 10 working days and will provide the new vehicle within 21
days from the date of placement of order by DVC, failing which, the
order placed on them will be treated as its own merit.
(vi) Bidder should be either a Private / Public Company or a Partnership
Firm or a Proprietorship Firm and should possess appropriate and val
id document in support thereof. For e.g. Company Registration Certif
icate or Certificate of Incorporation (in case Private / Public Limited C
ompany) or Partnership deed (in case of Partnership firm) or
Affidavit (in case of sole Proprietorship firm) or Trade License or Udy
og Adhaar etc. Bidder will have to furnish self-attested photocopy of
valid documents (as mentioned above) in support of their legal statu
s as a Company / Partnership / Proprietorship firm (as the case may
be), along with their offer.
(vii) Document i.r.o. QR like Technical Credentials (Work Experience) as
mentioned and Financial Credentials.
13 / 17
(viii) Filled Techno-commercial Sheet as mentioned below.
(ix) Filled Scanned copy of all the Annexures as mentioned below.
(37) Agreement: An agreement in DVC's prescribed format shall be exec
uted by the contractor on a non-judicial stamp paper worth Rs. 100.00 (Ru
pees One Hundred) only. Contract agreement shall be executed after recei
pt and verification of the requisite performance security (wherever applica
ble). The said agreement will be duly signed by the authorised representat
ive of DVC and authorised signatory of Supplier/Contractor/ Service Provid
er/Consultant. The Supplier/Contractor/ Service Provider/Consultant should
acknowledge and unconditionally accept, sign, date and return the agreem
ent within 14 days from the date of issue of LOA/PO/Work Order in case of
OTE. Such acknowledgements may not be required in low value contract,
below Rupees Two and a Half Lakh or when the bidders offer has been acc
epted in entirety, without any modifications. If both parties simultaneously
sign the contract across the table, further acknowledgement from the sup
plier is not required. Non- execution of Contract Agreement by the
Supplier/Contractor/Service Provider within 30 days from the date of issue
of LOA/PO/Work Order in case of OTE and 45 days from the date of issue of
LOA/PO/Work Order, due to the fault of the Supplier/Contractor/Service Pro
vider, will constitute sufficient ground for forfeiture of its EMD (wherever a
pplicable) and shall short close the Contract and retender and in this re-ten
der such defaulting Bidder will not be allowed to participate.
(38) Security Deposit-cum-Performance Guarantee -: The successful t
enderer will have to deposit security, as per O. M. No. H/Q/ED (C&M)/W&P
M/-1252 Dated 09.02.24, which is an amount equivalent to 3% of the orde
r value in the form of Bank Guarantee or Bank Demand Draft / Pay Order w
ithin 14 days from the date of issuance of order, from any Nationalized Ba
nk / Scheduled Bank and it should have validity for 26 (Twenty Six) month
s from the execution of BG. No payment will be made till the acceptance of
the said BG by DVC.
Instruction for submission of BGs:
(i) The BG shall be issued in appropriate non-judicial stamp paper and sub
mitted by the Vendor, to the Dy General Manager (E) in Original. The said
BG shall be issued on the SFMS (Structured Financial Messaging System)
mode by Issuing Bank.
(ii) GOMD-IV/C&M Section/BG Accepting Authority of DVC as the case may
be, will request confirmation regarding genuineness of the received BG fro
m its Advising Bank. The BG shall be operational only on confirmation of re
ceipt of SFMS from respective Advising banks.
(iii). Scanned copy of the received BG shall be sent to the respective Advisi
ng bank through registered e-mail id of GOMD-IV/C&M/BG Accepting Autho
rity of DVC as the case may be, seeking confirmation of receipt of SFMS. R
espective advising Bank will confirm the receipt of SFMS regarding its genu
ineness by returning e-mail.
(iv). BG will be accepted on receipt of SFMS confirmation e-mail from the r
espective Advising banks. Following are the details of Advising banks of DV
C, Maithon: - BANK OF INDIA Maithon Branch, A/C No. – 4777211100
00001 IFSC Code : BKID0004777
14 / 17
Henceforth, the B.G. will be accepted only if:
(a) The Bank Guarantee shall be issued on the SFMS (Structured Financial
Messaging System) mode by Issuing Bank.
(b) Details of respective advising banks including IFSC Code
If the Seller/Service Provider fails to deliver any or all of the Goods/Services with
in the original/re-fixed delivery period(s) specified in the contract, the Buyer will
be entitled to deduct/recover the Liquidated Damages for the delay, unless cov
ered under Force Majeure conditions aforesaid, @ 0.5% of the contract value of
delayed quantity per week or part of the week of delayed period as pre-estimat
ed damages not exceeding 10% of the contract value of delayed quantity witho
ut any controversy/dispute of any sort whatsoever.
(40) BILL TRACKING SYSTEM:
It has been advised that all the bill/invoice related to P.O./W.O. must be process
ed through DVC Portal with the following link:
https://application.dvc.gov.in/Vendor/
Details guidelines related to vendor registration & processing of bill for vendor
bill tracking are available in the DVC portal under "Procurement".
Pn - Po
12
Po = Base price of fuel as on the date of price bid opening in Rs. /Lt and assuming Diesel driven light vehicl
e give 12 km/ltr. Run.
(43) STATUTORY TAXES: Statutory taxes as applicable will be deducted from the bills.
(44) REST TERMS AND CONDITIONS : Rest Terms and Conditions will be a
pplicable as per General Terms & Conditions, Scope of Work & GeM GTC.
15 / 17
(45) FORCE MAJEURE: As per GeM Force Majeure Conditions.
(47) GRAFTS / COMMISSION: Any graft, commission, gift or advantage given, promised or offered by or
on behalf of the Supplier or his partner, agent officers, director, employee or servant or any one on his
or their behalf in relation to the obtaining or to the execution of this or any other Contract with the Ow
ner, shall in addition to any criminal liability which it may incur, subject the Supplier to the cancellatio
n of this and all other Contracts and also to pay for any loss or damage to the Owner resulting from su
ch cancellation. The Owner shall then be entitled to deduct the amount so payable from any money ot
herwise due to supplier.
(48) PRICE BASIS: Rate shall remain VARIABLE throughout the contract period (only on diesel price) .
(50) CONTRACT PERIOD: The contract will be valid for a period of 02 (Two) years from the date of engag
ement of vehicle.
(ii) In case any bidder(s) fails to produce the documents within the specified period of 10 days in case
of domestic tenders and 15 days in case of global tenders, or if any of the information furnished by the
bidder(s) on-line is found to be false during verification of documents, which changes the eligibility sta
tus of the bidder then EMD of the bidder(s) will be forfeitured with caution letter to refrain in future an
d in event of 2nd instances EMD will be forfeited and banning of the bidder for one year from participa
ting in future tender.
.
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. If any clause(s) is / are incorporated by the Buyer regarding following, the bid and
resultant contracts shall be treated as null and void and such bids may be cancelled by GeM at any stage of
bidding process without any notice:-
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.
16 / 17
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. (However, in bids for
attached categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
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.
15. Any ATC clause in contravention with GeM GTC Clause 4 (xiii)(h) will be invalid. In case of multiple L1
bidders against a service bid, the buyer shall place the Contract by selection of a bidder amongst the L-1
bidders through a Random Algorithm executed by GeM system.
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 governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in 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./ 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।
17 / 17