Coal India Bid for Safety Equipment
Coal India Bid for Safety Equipment
GEM/2025/B/5858588
Dated/ दनांक : 23-01-2025
1 / 30
(MHA), Classroom Chairs, Tarpaulins Made from HDPE
Bid Details/ बड ववरण
Woven Fabrics as per IS 7903, Non Sparking Double Ended
Ring Spanner (V2), Non Sparking Double Open Ended
Spanner (V2)
2 / 30
Vacuum Gauges and Compound Gauges as per IS 3624,
Bid Details/ बड ववरण
Hand Lamp, Bluetooth Speakers, Inspection Lamp
Cast Copper Alloy Screw Down Bib Taps and Stop Valves for
Water Services as per IS 781
3 / 30
(Intellectual Disability) - Kit 1 Age Group 0 to 3 Years, Steel
Bid Details/ बड ववरण
Bookcases confirming to IS 7761 (V2), Toluidine, Live
Working Gloves of Insulating Material (V2) ISI marked to IS
13774, Solar Power Plant (Roof Top) for ONGRID System,
Three Phase, Portable Single Operated Rectifier Type DC Arc
Welding Set Suitable for Manual Arc Welding Process as per
IS 4559
4 / 30
Bid Details/ बड ववरण
Cutting Wheel
अिधसूचना के िलए चयिनत ासंिगक े णयाँ / Relevant
Wire Rope For Wire Rope Barrier
Categories selected for notification Platform step ladder
Arbitration Clause No
Mediation Clause No
5 / 30
EMD Amount/ईएमड रािश 25800
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 :
Area Finance Manager
West Bengal, COAL INDIA LIMITED, EASTERN COALFIELDS LIMITED, Ministry of Coal
(Santosh Kumar Das)
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. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU for number of Financial years as indicated above in the bid document
before the bid opening date. Copies of relevant contracts to be submitted along with bid in support of having
supplied some quantity during each of the Financial year. In case of bunch bids, the category of primary product
having highest value should meet this criterion.
4. 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
6 / 30
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 .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.
5. 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
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 25% (selected by Buyer) percentage of total quantity. The buyers are
advised to refer the OM No. F.1/4/2021-PPD dated 18.05.2023 OM_No.1_4_2021_PPD_dated_18.05.2023 for
compliance of Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012
and Public Procurement (Preference to Make in India) Order, 2017. 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.
6. 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.
7. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 30% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU. Copies of relevant contracts (proving supply of
cumulative order quantity in any one financial year) to be submitted along with bid in support of quantity
supplied in the relevant Financial year. In case of bunch bids, the category related to primary product having
highest bid value should meet this criterion.
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
7 / 30
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
8 / 30
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
9 / 30
Specification Document View File
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
[Link], 10SWG
(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)
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
10 / 30
ITC on GST/जीएसट पर इनपुट कर े डट ITC on GST Cess/जीएसट उपकर कर े डट
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
11 / 30
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Indicating Lamp
(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)
12 / 30
Specification Document View File
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
13 / 30
ITC on GST/जीएसट पर इनपुट कर े डट ITC on GST Cess/जीएसट उपकर कर े डट
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Reflective Fluorescent Strip Jacket With CIL Logo And ECL Printed On Both Side
(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)
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
14 / 30
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
15 / 30
Specification Document View File
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
16 / 30
ITC on GST/जीएसट पर इनपुट कर े डट ITC on GST Cess/जीएसट उपकर कर े डट
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
17 / 30
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
18 / 30
Specification Document View File
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
19 / 30
ITC on GST/जीएसट पर इनपुट कर े डट ITC on GST Cess/जीएसट उपकर कर े डट
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
20 / 30
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
[Link], 10 SWG
(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)
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
21 / 30
Specification Document View File
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Input Tax Credit(ITC)/इनपुट कर े डट(आईट सी) and/ तथा Reverse Charge(RCM)/ रवस भार (आरसीएम) Details
22 / 30
ITC on GST/जीएसट पर इनपुट कर े डट ITC on GST Cess/जीएसट उपकर कर े डट
100% NA
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत
1. Generic
OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.
2. Generic
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 %.
3. 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.
4. Generic
Products supplied shall be nontoxic and harmless to health. In the case of toxic materials, Material Safety
Data Sheet may be furnished along with the material.
5. 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.
6. Generic
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,
23 / 30
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.
7. Scope of Supply
Scope of supply (Bid price to include all cost components) : Only supply of Goods
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 25% of total value.
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.
Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.
Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.
12. Certificates
Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.
13. Certificates
The bidder is required to upload, along with the bid, all relevant certificates such as BIS licence, type test
certificate, approval certificates and other certificates as prescribed in the Product Specification given in
the bid document.
Bidders can also submit the EMD with Account Payee Demand Draft in favour of
24 / 30
EASTERN COALFIELDS LIMITED, AREA VI
payable at
ASANSOL
.
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.
1)Bidder shall upload the following documents alongwith their bid for vendor code creation(if vendor code is not yet allo
tted in CIL):a)Copy of PAN Card,b)Copy of GSTIN, c)Copy of Cancelled cheque,d)Copy of NEFT mandate duly certified by
Bank.
2)Nominated Inspection Agency: On behalf of the Buyer Organisation any one of the following Inspection Agency wo
uld be conductioning inspection of stores before acceptance.i)Area Engineer(E&M)Bankola Area or his authorized repre
sentative ii)Colliery Engineer(E&M), iii)Area Safety Offficer, Bankola Area or his representative,iv)Colliery Safety Officer ,
v)Colliery Manager,vi)Area Engineer(E&T), Bankola Area,v)Area Engineer(Civil),Bankola Area,vi)Area Medical Officer, Ba
nkola Area
3)Guarantee/Warranty:Warranty period of the supplied product shall be one year from the date of final acceptance of
goods at consignee location .The replacement under warranty clause shall be made by the seller free of all charges at s
ite including freight, insurance and other incidental charges. During the warranty period ,the seller shall remain responsi
ble to arrange free replacement within 30 days of information and for setting right at his own cost any equipment install
ed by him which is of defective manufacture or design or becomes unworkable due to any cause what so ever. The deci
sion of the Buyers representative in this regard to direct the contractor to attend to any damage or defect in work shall
be final and binding on the supplier.
4)Delivery: Prices shall be inclusive of all taxes and duties on free delivery at site basis including loading and unloadin
g.
5)Delivery Period: within 20 Days of placement of order
6)Fitment guarantee: The goods should properly fit in/on/to the machines without any modification / alteration fo
r which the same are intended. A certificate in this respect should be given along with each supply. It must
also be guaranteed that the offered materials shall be the exact replacement of the existing parts in respect of fitm
ent, safety & quality. If any of the materials supplied either do not fit properly on the machine or it is established th
at some other parts of the machine have been damaged due to use of the supplied materials, all such parts so dam
aged as well as the materials supplied shall have to be replaced on free of cost basis within 30 days of getting intim
ation from the user project or consignee.
7)Experience Certificate: Uploading of Purchase Orders & Receipted Challan/Tax Invoice (Not more than 3 years Old)
for proof of Past supply is mandatory.
8)Eligibility Criteria: Only Proven Manufacturers or their Authorized Dealers/Distributors/ Agents (whenever manufact
urer is not quoting directly as a matter of policy) or Previous Suppliers (of Govt Departments or PSUs including CIL or its
Subsidiaries) are eligible to quote. Manufacturers will have to upload a copy of their Manufacturing Licence/Certificate/C
omplete photocopy of registration with NSIC/SSI/DIC/Registrar of
Companies/ISO Certificates etc with list of items to be attached along with the offer duly self-authenticated with Compa
ny’s seal. Authorised Dealers/Distributors/ Agents will upload tender specific authorization from the Manufacturer to quo
te against the tender with copy of Principal’s Manufacturing Licence/Certificate/Complete photocopy of registration with
NSIC/SSI/DIC/Registrar of Companies/ISO Certificates etc with list of items duly self-authenticated with Company Seal. Ph
otocopy of Valid BIS License/DGMS Approval where ever required, with the list of items to be attached.
9)Provenness Criteria:
a)The Consumable Goods / Consumables shall be considered prove provided the tendered / similar item(s) of same / hig
her specification/ ratings / versions, etc. have been supplied during the last 3 years from the date of tender opening aga
inst orders of CIL and its subsidiaries, other PSUs, Government Departments for atleast 30% of tender quantity and their
performance has been found satisfactory.
OR
b)In case of procurement of Spare Parts through Open tenders, the offered Spare Parts shall be considered proven provi
ded that the tendered item(s) have been supplied during the last 3 years from the date of tender opening, against orde
rs of CIL and its subsidiaries,other PSUs, Government Departments ,for atleast 30% of tendered quantity and their perfo
rmance has been found satisfactory.
25 / 30
Note:1)Performance:
a) The bidder should enclose the CRAC(Consignee Receipt and Acceptance Certificate) in case of contract orders receiv
ed from GeM Portal submitted against provenness criteria. Accepted copies of the tax Invoice should be enclosed in ca
se of purchase/supply orders received other than GeM Portal submitted against provenness criteria.
b)In absence of performance certificate ,the bidder is required to submit a Self-Certificate in the following format, along
with Proof of Payment agains the Purchase Order(s).
“The items covered in the Purchase Order(s)/ Rate Contract(s) copies enclosed with our offer have been fully executed
and have performed satisfactorily as per the provisions of respective Purchase Order(s)/ Rate Contract(s) and all the co
mplaints/claim (s) lodged by the purchaser, if any, have been attended to and no complaints/ claims(s) are pending”.
In case, any specific Purchase Order(s) has/ have not been fully executed and any complaint/ claim is pending, then det
ails of such cases to be categorically mentioned with the reasons thereof so that decision making
is in clear perspective without any hidden facts in the subject matter. The authenticity of the self-certificate as well as ot
her documents submitted/uploaded by the bidder will solely be their responsibility and appropriate action will be taken
by CIL/Subsidiary Company if it is subsequently found to be misleading/ false/ forged.
However, the Purchaser reserves the right to obtain the performance directly from the end user of the item/product.
10) Indigenous (Local) Manufacturers/ Foreign Manufacturers: If the manufacturer does not quote directly to an
y organizations in India as a matter of its corporate policy (except in situations like OEM/OES/OPM, supplies of spares a
nd consumables bundles with supply of equipment, supplies to consumers not covered by dealer network due to geogr
aphical/ logistic constrains), the manufacturer can authorize its Indian Agent through the tender specific authorization i
ssued by the manufacturer mentioning tender reference number and date and validity of such authorization.
The manufacturer is also required to submit a certificate that it is not quoting directly against the tenders of any organi
zation in India (excepting the situation mentioned above, if applicable) as a matter of its corporate policy and if, subseq
uently, at any stage, it is found that it has quoted directly to any organization in India excepting the situation mentione
d above, it shall be liable for penal action as per provision of CIL Purchase Manual 2020 and its subsequent amendmen
ts and guidelines, if the jurisdiction provided by the bidder has not been considered adequate and satisfactory by the p
rocuring entity.
11) One manufacturer can authorize only one agent: One manufacturer can authorize only one agent. The manu
facturer can authorize its agent through the tender specific authorization issued by the manufacturer mentioning tende
r reference number and date and validity of such authorization.
In case where one manufacturer provides authorization to multiple agents against one tender, in such case the manufa
cturer may provide self declaration clarifying that the product is commercially available off-the-shelf and general autho
rization/ dealership / distributorship certificate is considered in place of tender specific authorization. Failing which all t
he bidders authorized by the manufacturer are liable for rejection without any communication further.
The relaxation against 'One manufacture can authorize one agent' is applicable in case of system integrators for produ
cts/ solutions involving hardware, software and their integration solutions of a number of manufacturers/ vendors.
12) Vendor Assessment in GeM: The Vendor who wish to claim preference against manufacturer of the bid material
s, need to upload relevant documents to prove that they have been registered as manufacturer for bid relevant materi
als through vendor assessment in GeM.
“The Bidder undertakes that it has not offered to supply / supplied / is not supplying same or similar produ
ct / systems or sub systems at a price lower than that offered in the present bid in respect of any Organiza
tion / Ministry/ Department o f the Govt. of India or Coal India Ltd. and /or its Subsidiaries or other PSU or a
ny other private organization during the currency of the contract and if it is found at any stage that same o
r similar product / systems or subsystems was supplied by the bidder to any Organization /Ministry / Depar
tment of the Govt. of India or Coal India Ltd. and /or its Subsidiaries or other PSU or any other private orga
nization at a lower price during the currency of the contract, then that very price will b e applicable to the
present case and the difference in the cost would be refunded by the bidder to buyer, if the contract ha s a
lready been concluded.
(i) The currency of contract will mean the period till completion of supply.
(ii) The bidder will be asked to submit a copy of the last (latest) purchase order for the similar /ordered ite
m(s) received by them from any Organization / Ministry / Department of the Govt. o f India or Coal India Lt
d. and /or its Subsidiaries or other PSU or any other private organization, along with the offer.
(iii) It shall be responsibility of the supplier to inform the purchaser of offer to supply / supply of the similar
/ordered item(s) at a lower rate to any Organization / Ministry / Department of the Govt. of India or Coal In
dia Ltd. and /or its Subsidiaries or other PSU or any other private organization during the currency o f the c
26 / 30
ontract.
(iv) The supplier shall submit a certificate along with the bill(s) that it has not offered to supply / supplied t
he similar /ordered item (s) at a lower rate to any Organization / Ministry / Department of the Govt. o f Indi
a or Coal India Ltd. and /or its Subsidiaries or other PSU or any other private organization.”
Note: The Price Fall Clause is relaxed for purchase value below Rs.1.00 lakh.
14)The Procuring Entity reserves its right to accept or reject any or all Bids, abandon/ cancel the Tender process, an
d issue another tender for the same or similar Goods at any time before the award of the contract. It would have no
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds fo
r such action(s).
15) EMD: Earnest Money Deposit (EMD): The successful tenderers will have to submit EMD for the 2% value of th
e total landed value of the contract including all taxes, duties and other costs and charges, without
considering Input Tax Credit. The Same shall be submitted within time as per GTC of GeM.
EMD is exempted for bidders who are :
(a) Registered with CIL / Subsidiary Company, Ancillary units of subsidiary company, NSIC, MSEs as defined in cl
ause-[Link], Startups and Central/ State Government Organizations/ PSUs irrespective of the stores for which th
ey are registered.
(b) In case of Single Tender Enquiry - both with PAC and without PAC are exempted.
(c) OEM/ OES participating in Open/Limited tenders for procurement of Spare Parts for their equipment are also e
xempted.
(d) EMD is not applicable for bid with estimated bid values upto 5 Lakhs.
16) Security Deposit: The successful tenderers will have to submit Security Deposit/SDBG for the 5%
value of the total landed value of the contract including all taxes, duties and other costs and charg
es, without considering Input Tax Credit. The Same shall be submitted within time as per GTC of Ge
M. Security Deposit is exempted for bid with estimated bid values upto 5 Lakhs. Security Deposit will be relea
sed within 30 days after completion of supplies and acceptance of materials by the consignee. All Central/State Gov
ernment Organisation/PSU shall be exempted from submission of [Link]/OES shall also be exempted from submis
sion of SD in case of procurement of spares parts for equipment against Single Tender Enquiry/Open/Limited Tende
rs. In case of consumable spares if e-PBG as per GeM is applicable ,No SD/SDBG shall be [Link] SDBG sh
all remain valid up to three months after completion of supplies and acceptance of materials by consignee.
17)Payment Terms:Payments shall be made to the seller within 21 days of issue of Consignee Receipt-cum- Accep
tance Certificate(CRAC) and online submission of bills(This is in suppression of 10 days timeline as provided in claus
e 12 of GeM GTC.
18)Risk Purchase :- In the event of failure to deliver the materials within the stipulated period Bankola Area, ECL has
the right to purchase the materials from other sources with due notice and at the risk and cost of the defaulting supplie
r.
19)Banned or Delisted or Debarred or ‘Put on Holiday’ Suppliers: The bidder as well as the manufacturer (if bid
der is not the manufacturer) will give a declaration that they have not been banned or de-listed or debarred or ‘Put on
Holiday’ by any Government or quasi-Government agencies or PSUs. If a bidder and/or manufacturer has been banned
or delisted or debarred or ‘Put on Holiday’ by any Government or quasi-Government agencies or PSU, this fact must be
clearly stated and it may not necessarily be a cause for disqualifying them. If this declaration is not given, the bid will b
e rejected as non-responsive.
20)The bidder is solely responsible for the legality/authenticity of all the information(s) and document(s) provided from
time to time during the tendering process upto the end of material Guaranty and Warranty period, if awarded contract.
21) Jurisdiction : Any dispute arising out shall come under the sole jurisdiction of Asansol Court (West Bengal).
22)Relaxing Prior experience and turnover criteria for start-ups and MSEs
As per Policy Circular No.1(2)(1)/2016-MA dated 10.03.2016 of MoMSME, it has been clarified that all C
entral Ministries/ Departments/ Central Public Sector Undertakings may relax the condition of prior turnover and
prior experience with respect to Micro and Small Enterprises in all public procurements subject to meeting of qua
lity and technical specifications, i.e. these MSEs must have the technical capability to deliver the goods and servi
27 / 30
ces as per prescribed technical and quality specifications. Further, as per Department of Expenditure, Ministry of
Finance OM No. F.20/2/2014/PPD-(Pt) dated 25.07.2016 circulated vide note F. No. 24/2/2013/Fin-1 dated 02.08.
2016, relaxation of the condition of prior turnover and prior experience in public procurement has been extended
to all Startups (whether MSE or not) subject to meeting of quality and technical specifications in accordance with
the relevant provisions [Rule 173(i)(b) of GFR, 2017].
However, if the bidders in their offer have submitted documents to prove the St
artup/MSE status for the tendered item without certificate towards quality, assuranc
e and capability from some authority like MSME, NSIC, etc., the TIA, if needed, may
assess the techno-commercial capability of the vendors to manufacture and deliver
goods as per the prescribed quality and technical specification before awarding cont
ract to them. For this purpose, such MSEs/ Startups should submit the details of plan
t & machinery, quality control arrangements, location of manufacturing works/ facto
ry, etc., along with their bids for verification of their technical capability in the desire
d format in Annexure-1. After opening of bids, the verification of technical capability
may be done by the concerned Technical Department immediately without any
undue delay so that it is available for consideration at the time of evaluation/ proces
sing of offers.
It should be ensured that the designated technical authority from whom the tec
hnical capability report is being called, is furnished with copy of the enquiry, the det
ails of equipment, quality control, man-power availability, compliance/ deviation stat
ements and any other relevant particulars related to manufacturing/supply of the ite
m as furnished by the firm(s) along with their tender.
If bidders have submitted documents to prove the Startup/MSE status for the te
ndered item and their products are ISI marked/DGMS approved/Proven in CIL or
its Subsidiary companies/Proven product of the ancillary unit of a Subsidiary Co
mpany of CIL, they will be required to submit the following applicable related do
cuments, duly notarized, for relaxation from the criteria of prior experience and
prior turnover:
· a valid BIS Marking License for the quoted items
or
28 / 30
· Rate contract issued by CIL/its Subsidiary Companies for the quoted items
or
· a valid DGMS Approval certificate for the quoted items
or
· Proven Ancillary certificate issued by the Subsidiary Companies for the quoted
items.
Note: ECL may prefer the vendors to have prior experience rather than giving o
rders to new entities for procurement of items related to public safety, health, c
ritical security operations and equipment, etc. inline with clarification given by
Department of Expenditure, MoF vide OM No. F.20/2/2014/PPD-(Pt) dated 20.09.
2016.
Note:Public Procurement Policy is meant for procurement of only goods produced and services re
ndered by [Link],trader/distributors/sole agent/works contract are excluded from the pur
view of Purview of Public Procurement Policy for [Link],2012 as per office memorandum vid
e [Link].1(3)/2018-MA,Part-III dated 25.03.2022 regarding FAQs in respect of Public Procurement P
olicy for MSEs Order,2012-reg.
23) In case any bidder is seeking exemption from Experience/Turnover Criteria ,the supporting documents to prove his
eligibility must be uploaded for evaluation by buyer
24) TReDS: Trade Receivables Discountingx System (TReDS) is an initiative of Reserve bank of India (RBI) to facilitate
MSME receivable payments from corporates. ECL has on boarded TReDS platform thro’ Receivables Exchange of India L
td (RXIL) (URL - [Link] MSE bidders willing to get payment thro’ this system may get registere
d on TReDS platform and confirm in offer and the same would be mentioned in the purchase order. The bidder may cont
act [Link], AVP, Business Development, RXIL, Mob: +91 9475622182 ( [Link]@[Link]) for help
in registration.
25) Provision of CIL’s Purchase Manual: The provisions of CIL’s Purchase Manual and its amendments(available on
CIL’s website:[Link]) shall also be applicable if not specified otherwise in the Bid document.
26) Provision of General Terms and Conditions on GeM: The provisions of General Terms and Conditions on GeM (
available on GeM Portal) shall also be applicable if not specified otherwise in the Bid document.
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
29 / 30
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.
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.
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.
All GeM Sellers / Service Providers are mandated to ensure compliance with all the applicable laws /
acts / rules including but not limited to all Labour Laws such as The Minimum Wages Act, 1948, The
Payment of Wages Act, 1936, The Payment of Bonus Act, 1965, The Equal Remuneration Act, 1976,
The Payment of Gratuity Act, 1972 etc. Any non-compliance will be treated as breach of contract
and Buyer may take suitable actions as per GeM Contract.
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।
30 / 30