Bid Number/बोली मांक ( बड सं या) :
GEM/2024/B/5319101
Dated/ दनांक : 23-08-2024
Bid Document/ बड द तावेज़
Bid Details/ बड ववरण
Bid End Date/Time/ बड बंद होने क तार ख/समय 06-09-2024 11:00:00
Bid Opening Date/Time/ बड खुलने क
06-09-2024 11:30:00
तार ख/समय
Bid Offer Validity (From End Date)/ बड पेशकश
75 (Days)
वैधता (बंद होने क तार ख से)
Ministry/State Name/मं ालय/रा य का नाम Ministry Of Chemicals And Fertilizers
Department Name/ वभाग का नाम Department Of Fertilizers
Organisation Name/संगठन का नाम Rashtriya Chemicals And Fertilizers Limited (rcf)
Office Name/कायालय का नाम Rcf Ltd Thal Unit Alibag
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Industry Unit; CONTRACT
Item Category/मद केटे गर
FOR DRONE INSPECTION SERVICE AT RCF THAL ON OPEN
TENDER BASIS FOR TWO YEARS; Buyer
Contract Period/अनुबंध अविध 2 Year(s)
MSE Exemption for Years of Experience and
No
Turnover/ अनुभव के वष से एमएसई छूट
Startup Exemption for Years of Experience
No
and Turnover/ अनुभव के वष से टाटअप छूट
Additional Doc 1 (Requested in ATC),Additional Doc 2
(Requested in ATC),Additional Doc 3 (Requested in
Document required from seller/ व े ता से मांगे ATC),Additional Doc 4 (Requested in ATC)
*In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer
Bid to RA enabled/ बड से रवस नीलामी स य कया No
Type of Bid/ बड का कार Two Packet Bid
Time allowed for Technical Clarifications
during technical evaluation/तकनीक मू यांकन के 3 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय
Evaluation Method/मू यांकन प ित Total value wise evaluation
1/7
Bid Details/ बड ववरण
Financial Document Indicating Price
Breakup Required/मू य दशाने वाला व ीय द तावेज Yes
ेकअप आव यक है
EMD Detail/ईएमड ववरण
Advisory Bank/एडवाईजर बक State Bank of India
EMD Amount/ईएमड रािश 35000
ePBG Detail/ईपीबीजी ववरण
Required/आव यकता 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 :
SENIOR ENGINEER
RCF LTD THAL UNIT ALIBAG, Department of Fertilizers, Rashtriya Chemicals and Fertilizers Limited (RCF), Ministry
of Chemicals and Fertilizers
(Aishwarya Dilip Ghodke)
MII Compliance/एमआईआई अनुपालन
MII Compliance/एमआईआई अनुपालन Yes
MSE Purchase Preference/एमएसई खर द वर यता
MSE Purchase Preference/एमएसई खर द वर यता Yes
1. Purchase preference will be given to MSEs having valid Udyam Registration and whose credentials are
validated online through Udyam Registration portal 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 themselves of the
Purchase preference, the bidder must be the manufacturer / OEM of the offered product on GeM. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises and hence resellers
offering products manufactured by some other OEM are not eligible for any purchase preference. 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 and Buyer will decide
2/7
eligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. 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 MSE Seller shall be given opportunity to match
L-1 price and contract will be awarded for 100% (selected by Buyer) percentage of total quantity. The buyers are
advised to refer the OM No. F.1/4/2021-PPD dated 18.05.2023 OM_No.1_4_2021_PPD_dated_18.05.2023 for
compliance of Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012
and Public Procurement (Preference to Make in India) Order, 2017. Benefits of MSE will be allowed only if seller is
validated on-line in GeM profile as well as validated and approved by Buyer after evaluation of documents
submitted.
2. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
Excel Upload Required/ए सेल म अपलोड कए जाने क आव यकता :
PRICE BREAK UP - 1724383638.xlsx
Additional Qualification/Data Required/अित र यो यता /आव यक डे टा
Buyer to mention scope of work:1724383715.pdf
Terms and Conditions/ Deductions etc to be mentioned by Buyer as per their
requirement:1724383719.pdf
Any other details to be mentioned by buyer for repair work:1724383745.pdf
Any other details to be mentioned by buyer for repair work:1724383739.pdf
Repair, Maintenance, And Installation Of Plant/ Systems/Equipments (Version 2) -
Industry Unit; CONTRACT FOR DRONE INSPECTION SERVICE AT RCF THAL ON OPEN
TENDER BASIS FOR TWO YEARS; Buyer ( 1 )
Technical Specifications/तकनीक विश याँ
Specification Values
Core
Type of Premise Industry Unit
Type of Item/Product/System to be CONTRACT FOR DRONE INSPECTION SERVICE AT RCF THAL ON OPEN
repaired or Installed TENDER BASIS FOR TWO YEARS
Consumables to be provided by Buyer
Spare parts to be provided by Buyer
Addon(s)/एडऑन
Additional Details/अित र ववरण
Estimated number of visits as per last
0.00
year records
Additional Specification Documents/अित र विश द तावेज़
3/7
Consignees/Reporting Officer/परे षती/ रपो टग अिधकार
Consignee Project
S.No./ . Reporting/Officer/ based Additional
परे षती/ रपो टग Address/पता requirement Requirement/अित र
सं. (quantity to आव यकता
अिधकार be kept as 1)
Estimated Cost of
Spare/Consumable
s/Items on
Satish Ramchandra 402208,RCF LTD, THAL UNIT,
1 1 Reimbursement
Hirugade TAL - ALIBAG, RAIGAD
basis in Rs (please
input 0 if not
applicable) : 0
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत
1. Buyer Added Bid Specific ATC
Buyer Added text based ATC clauses
ATC- 1: Scanned signed stamped copy of
i. GST clauses Annexure-VI
ii. Restrictions under Rule 144(xi) of the General Financial rules (GFRs)201
7 Annexure-IX/ IXA.
(Please print the documents on bidder's letter head with duly filled, signed
and stamped by appropriate authority) and signed stamped copy of corrig
endum’s for subject tender uploaded on tender (GeM) portal.
ATC- 2 : Scanned signed stamped copy of
i. Instruction For Bidders & MSME bidders Annexure- IA
ii. General Terms & Conditions (GTC) Annexure- I
iii. Scope Of Work Annexure- II
iv. Pre-Qualification Criteria (PQC) Annexure- III
ATC- 3 : Scanned signed stamped copy of
i. Techno-commercial Bid / Check-list Annexure- IV
ii. Undertaking on Vendor Letter Head Annexure- IVA
iii. Disciplinary Action Clauses Annexure- V
iv. HSE requirements / Instructions Annexure – VII
v. Public Procurement (Preference to Make in India) Annexure- VIII
ATC- 4 : Scanned signed stamped copy of
i. Vendor Details Update Form (VDU) along with necessary documents A
nnexure- X
ii. GATE-PASS FORMAT Annexure – XI
4/7
iii. Similar completed work order as per PQC and other PQC documents req
uested in scope of work, mentioned in tender document.
THE PRE-QUALIFICATION CRITERIA FOR BIDDERS
SHALL BE AS FOLLOWS:
1. Bidder must have Head Office/ Branch office within 200 km radius of RCF Th
al. Bidder has to submit documentary evidence for address proof.
2. Bidder shall submit Work Order copies of successfully completed similar w
orks of Drone inspection of various equipment in continuous process plants
, as per scope of work, during last 7 years in large organizations like indu
strial complexes/refineries/fertilizers/petrochemicals/ integrated steel plants
etc. ending last day of month previous to the one in which applications are i
nvited the completed/executed works should be either of the following :
-
(Only completed work orders shall be considered. Work order which are partly completed / those whos
e tenure is not completed as on original date of tender submission shall not be considered for technical
prequalification.)
i. Three similar completed/executed works each costing not less than the amount equal to
Rs. 3,94,000/- + GST each,
OR
ii. Two similar completed/executed works each costing not less
than the amount equal to Rs. 4,93,000/-+ GST
each,
OR
iii. One similar completed/executed work costing not less than t
he amount equal to Rs. 7,89,000/- + GST e
ach.
3. Performance/completion certificate/ minutes of meeting/ payment i
nvoice/ any other document indicating completed work for above job
s from organization where work order was executed. Bidder shall su
bmit self-attested copies of work orders as detailed above.
4. Copy of partnership deed/proprietorship /Memorandum and article of associ
ation, certificate of incorporation.
5. All the bidders have to submit the Average annual financial turnover of
last three financial years (i.e. FY 2020-21, 2021-22, 2022-23 OR 2021-22, 2
022-23, 2023-24) issued by CA with membership number, seal, signed and
with UDIN or CA audited financial statements/ profit loss for each of the last
three financial years.
Average annual financial turnover during the last three years, ending 31st
March of the previous financial year (i.e. FY 2020-21, 2021-22, 2022-23 OR 2
021-22, 2022-23, 2023-24) should be at least Rs. 2,96,000/- In case the da
te of constitution/incorporation of the bidder is less than three years old, the
average annual financial turnover in respect of the completed financial years
after the date of constitution shall be taken into account. In this case, the fin
ancial turnover during last financial year/ the average financial turnover duri
ng preceding two financial years should be at least Rs. 2,96,000/.
6. All the bidders have to submit the Net worth certificate of last three fina
5/7
ncial years (i.e. FY 2020-21, 2021-22, 2022-23 OR 2021-22, 2022-23, 2023-
24) issued by CA with membership number, seal, signed and with UDIN or C
A audited financial statements/ balance sheets for each of the last three fi
nancial years.
The net worth of the Bidder firm should not be negative on ‘The Relevant Date’. It means the net wort
h of the Bidder should not be negative in the balance sheet of last financial year. AND
Net Worth of bidder should not have eroded by more than 30% (thirty percent) in the last three years,
ending on ‘The Relevant Date’. It means the net worth of last financial year should not be less than 70
% compared to the 3rd last financial year.
In case the date of constitution/ incorporation of the bidder is less than 3 years old, the following will b
e applicable:
(i) The Net Worth in each of these years should not be negative.
(ii) Net Worth in respect of the immediate previous financial year should not have eroded more than
30 per cent than that of it’s previously audited financial statement. In case the Bidder has completed f
inancial statements of only preceding year, the clause of net worth erosion will not be applicable.
“The Relevant Date” means 31-03-2023 for block of FY 2020-21, 2021-22, 2022-23 and 31-03-2
024 for block of FY 2021-22, 2022-23, 2023-24
7. Company’s Income Tax PAN No.
8. GST registration Certificate.
Note: If the submitted work order tenure is more than one year then,
a. If the completion certificates submitted are for each year of the tenure of contract, then value
of one year shall be compared with the value of work order required for technical
prequalification.
b. If the completion certificate submitted is for the complete tenure of the contract (i.e. for a perio
d more than one year) average value of the completed work (in case of yearly break up is not in
dicated on the certificate) shall be compared with the value of work order required for technical
prequalification.
c. Only completed work orders shall be considered.
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.
4. Creating BoQ bid for single item.
6/7
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।
---Thank You/ ध यवाद---
7/7