Purchase Manual 2024
Purchase Manual 2024
2024
FOREWORD
The existing Purchase Manual was approved in 253rd Meeting of Board of Directors
held on 12th August’ 2011. Since then, the existing Purchase Manual has been
operational. However, there is a need to update the manual based on changes/
amendments in Central Vigilance commission’s guidelines, Government of India
Guidelines and latest revised Manual for Procurement of Goods issued by
Department of Expenditure to bring clarity to some of the clauses.
This Purchase Manual has now been modified for operational convenience and to
enable expeditious processing of the procurement and other related proposals duly
approved in the 350 th Board Meeting held on 12 th August’ 2024. The revised
manual comes into force with immediate effect.
(Sadashiv Samantaray)
Place: Bhubaneswar Director (Commercial)
Disclaimer
While care has been taken to ensure that the contents of this manual are accurate
and up to date till 12.08.2024, the procuring departments are advised to check the
precise current provisions of law and other applicable instructions from the original
sources issued by Govt. of India (CVC, DPIIT, DoE, DPE, Administrative/ Nodal
Ministry and other statutory authorities) in respect of public procurement.
In case of any conflict between the provisions stipulated in this manual and in the
original source such as latest addition of Manual for Procurement of Goods or GFR
or the prevailing laws, the provisions contained in the extant law and the original
instructions shall prevail.
INDEX
Chapter Contents Page(s)
Procurement Glossary
I Introduction
II Materials Planning
III Estimate
IV Mode of Purchase
V Tendering Procedure for Critical Raw Materials
VI Bidding System
VII Bidder’s Qualification Criteria
VIII E-procurement
IX Reverse Auction
X Tender Documents
XI Receipt and Opening of Offers
XII Evaluation of Tender
XIII Negotiation
XIV Cancellation of Tender
XV Ordering
XVI Penal action against Supplier
XVII Supplier Relationship Management
XVIII Integrity Pact
XIX Public Procurement (Make in India) Policy
XX Purchase Through GeM
XXI FORMS AND ANNEXURES
(i) Vendor Registration
(ii) Certificate of Proprietary Articles
(iii) Certificate of Standardized Articles
(iv) Standard Terms & Conditions of Enquiry
(Indigenous)
(v) Standard Terms & Conditions of Enquiry
(Import)
Chapter Contents Page(s)
(vi) Comparative statement of Quotations
(vii) Purchase Proposal Abstracts
(viii) ECS Mandate Form
Procurement Glossary
v) “Bid security” (including the term ‘Earnest Money Deposit’ (EMD), in certain
contexts) means a security from a bidder securing obligations resulting from
a prospective contract award with the intention to avoid: the withdrawal or
modification of an offer within the validity of the bid, after the deadline for
submission of such documents; failure to sign the contract or failure to
provide the required security for the performance of the contract after an
offer has been accepted; or failure to comply with any other condition
precedent to signing the contract specified in the solicitation documents.;
vi) “Competent authority” means the officer(s) who finally approves the
decision.
vii) “Consultancy services” means a one-off (that is, not repetitive and not
routine) services, involving project specific intellectual and procedural
processes using established technologies and methodologies but the
outcomes – which are primarily of non-physical nature – may not be
standardised and would vary from one consultant to another. It may include
small works or supply of goods which are incidental or consequential to such
services;
x) “Indenter” (or the term ‘User (Department)’ in certain contexts) means the
entity and its officials initiating a procurement indent, that is, a request to
the Procuring Entity to procure goods, works or services specified therein;
xi) “Inventory” means any material, component or product that is held for use
at a later time;
xiii) “Notice inviting tenders” (including the term ‘Invitation to bid’ or ‘request for
proposals’ in certain contexts) means a document and any amendment
thereto published or notified by the Procuring Entity, which informs the
potential bidders that it intends to procure goods, services and/or works.;
works or services or any combination thereof, including award of Public
Private Partnership projects, by a Procuring Entity, whether directly or
through an agency with which a contract for procurement services is
entered into, but does not include any acquisition of goods, works or
services without consideration, and the term “procure” or “procured” shall
be construed accordingly;
xix) “Rate contract” (or the term ‘framework agreement’ in certain contexts)
means an agreement between a Central Purchase Organisation or Procuring
Entity with one or more bidders, valid for a specified period of time, which
sets out terms and conditions under which specific procurements can be
made during the term of the agreement and may include an agreement on
prices which may be either predetermined or be determined at the stage of
actual procurement through competition or a predefined process allowing
their revision without further competition;
xx) “Reverse auction” (or the term ‘Electronic reverse auction’ in certain
contexts) means an online real-time purchasing technique utilised by the
Procuring Entity to select the successful bid, which involves presentation by
bidders of successively more favourable bids during a scheduled period of
time and automatic evaluation of bids;
xxi) “Service” means any subject matter of procurement other than goods or
works, except those incidental or consequential to the service, and includes
physical, maintenance, professional, intellectual, training, consultancy and
advisory services or any other service classified or declared as such by a
Procuring Entity but does not include appointment of an individual made
under any law, rules, regulations or order issued in this behalf;
CHAPTER - I
INTRODUCTION
1.0 INTRODUCTION:
till the completion of delivery of the materials and closure of contract (as
the case may be) and then file is closed.
1.2 GUIDELINES:
(i) Since purchase orders are basically contracts, the relevant provisions of the
Indian Contracts Act, Arbitration Act, Sale of Goods Act and all other Laws
and Statutes of the land are applicable to contracts entered into by NALCO
with suppliers.
Major Acts, Rules and Regulations (as amended from time to time):
Statutory framework governing public procurement:
- Article 299 of the Constitution of India, which stipulates that contracts
legally binding on the Government have to be executed in writing by officers
specifically authorized to do so.
- Fundamental Rights (in particular Article 19 (1) (g) – Right to carry on a
Profession) which have implications for Public Procurement.
- Indian Contract Act, 1872
- Sale of Goods Act, 1930
- MSMED Act
- Customs Act.1962
- Export Import Policy
- GST Acts
- Income Tax Act
- Arbitration and Conciliation Act, 1996;
- Competition Act, 2002;
- Information Technology Act, 2000
- General Financial Rules (GFR), 2017
- Public Procurement from MSEs Order 2012
- Public Procurement Preference to Make in India Order (PPP-MII Order 2017)
- Rule 149 of GFR ,2017 – Common use Goods and Services available in GeM
are required to be procured mandatorily through GeM.
(ii) The Director (Commercial) will issue guidelines as to which items will be
procured centrally by Corporate, Materials Department. All other items will
be procured by the Unit Materials Department.
(iv) Power to interpret the provisions in this Manual or to decide specific cases
of procurement in variation to specified procedural provisions of the Manual
with reasons/ justifications recorded in writing will rest with the CMD.
In every procurement, public or private, the basic aim is to achieve just the
right balance between costs and requirements concerning the following five
parameters called the Five R’s of procurement. The entire process of
procurement (from the time the need for an item, facility or services is
identified till the need is satisfied) is designed to achieve such a right
balance. The word ‘right’ is used in the sense of ‘optimal balance’.
i) Right Quality
Procurement aims to buy just the right quality that will suit the needs
– no more and no less – with clear specification of the Procuring
Entity’s requirements, proper understanding of functional value and
cost, understanding of the bidder’s quality system and quality
awareness. The concept of the right balance of quality can be further
refined to the concept of utility/value. For the Right Quality, Technical
Specification is the most vital ingredient. In public procurement, it is
essential to give due consideration to Value for Money while
benchmarking the specification.
There are extra costs and systemic overheads involved with both
procuring a requirement too frequently in small quantities or with
buying large quantities for prolonged use. Hence, the right quantity
should be procured (in appropriate size of contract) which balances
extra costs associated with larger and smaller quantities
iv) Right Time and Place
v) Right Source
The concept of price or cost has been further refined into Total Cost of
Ownership (TCO) or Life Cycle Cost (LCC) or Whole-of-Life (WOL) to take
into account not only the initial acquisition cost but also cost of operation,
maintenance and disposal during the lifetime of the external resource
procured. Similarly, the concept of quality is linked to the need and is
refined into the concept of utility/ value. These two, taken together, are
used to develop the concept of Value for Money (VfM, also called Best Value
for Money in certain contexts). VfM means the effective, efficient, and
economic use of resources, which may involve the evaluation of relevant
costs and benefits, along with an assessment of risks, non-price attributes
(e.g., in goods and/or services that contain recyclable content, are
recyclable, minimise waste and greenhouse gas emissions, conserve energy
and water and minimize habitat destruction and environmental degradation,
are nontoxic, etc.) and/or life cycle costs, as appropriate. Price alone may
not necessarily represent VfM.
General Financial Rules, 2017 (Rule 144) lay down the Fundamental
Principles of Public Procurement. These principles and other additional
obligations of procuring authorities in public procurement can be organised
into five fundamental principles of public procurement, which all procuring
authorities must abide by and be accountable for:
i) Transparency Principle
As part of this principle, all procuring entities should ensure that
offers should be invited following a fair and transparent procedure.
1. be objective, functional, generic and measurable and specify
technical, qualitative and performance characteristics;
2. not indicate a requirement for a particular trademark, trade name
or brand.
c) The specifications so worked out should meet the basic needs of the
organisation without including superfluous and non-essential
features, which may result in unwarranted expenditure;
h) The procuring authority should satisfy itself that the price of the
selected offer is reasonable and consistent with the quality required;
i) At each stage of procurement, the concerned procuring authority
must place on record, in precise terms, the considerations which
weighed with it while taking the procurement decision;
e) Procurement policies and procedures must comply with accessibility
criteria which may be mandated by the Government from time to
time. Keeping this in view Department of Expenditure amended Rule
144 of GFR and notified vide Order (Public Procurement No.1) dated
23.07.2020 stipulating that any bidder from a country which shares a
land border with India will be eligible to bid in any procurement
whether goods, services (including consultancy services and non-
consultancy services) or works (including turnkey projects) only if the
bidder is registered with the Competent Authority specified therein.
This provision and other relevant provisions of the order shall be
incorporated in the tender. The detailed provisions of the order and
related notifications/ exemptions may be referred in the website
(https://doe.gov.in/procurement-policy-divisions) of Department of
Expenditure, Ministry of Finance for necessary compliance. The
details of above order are also available in Manual for Procurement of
Goods in Chapter - I under Broader obligations Principle.
v) Public Accountability Principle
vii) bids evaluated, and documents relating to their evaluation;
viii) contracts and Contract Amendments; and
ix) complaint handling, correspondences with clients, consultants, banks.
1.7.2 Reservation of specific items for procurement from Micro and Small
Enterprises (MSE)
Presently 358 (three hundred and fifty-eight) items including eight
items of Handicrafts, from Micro and Small Enterprises, which have
been reserved for exclusive purchase from them. The latest list may
be seen from the website of the MSME Ministry.
(http://dcmsme.gov.in)
1.7.3 Public Procurement Policy for Micro and Small Enterprises (MSEs)
The Public Procurement Policy for Micro and Small Enterprises, 2012
(PPP-MSE Order,2012)- as amended in 2018 & 2021 notified by the
Government under Section 11 of the Micro, Small and Medium
Enterprises Development (MSMED) Act, 2006. Details of the policy
are available on the MSME website (http://dcmsme.gov.in).
Procurement details from MSEs by CPSUs are uploaded on monthly
and annual basis in Sambandh portal
(https://sambandh.msme.gov.in) for monitoring progress by Ministry.
MSE grievances are lodged in the “Champions Portal” and to be
responded to/ redressed by departments.
sufficient local capacity under PPP-MII Order should be ascertained in
the above DPIIT website.
The procurement process for goods, works and/or services typically involves
the following cycle of activities, undertaken in the order stated below.
CHAPTER - II
MATERIALS PLANNING
(Need Assessment, Formulation of Specifications & Procurement
Planning)
(i) The expression/description of the need keeping in view the Value for Money
(VfM) and to ensure wide competition. Therefore, to the extent practicable it
should be:
(ii) Method of satisfying it (owning/ leasing/ hiring/ outsourcing or through
Public Private Partnership (PPP), and so on) may be determined as per
policies declared in this regard or based on a techno-economic evaluation
(using life cycle cost, if feasible) of various alternative methods of
satisfaction of the need and compatibility and interoperability with existing
infrastructure or systems.
(b) Units of quantity are very important parameter. Some items may be
manufactured in metric tons but may be used in units of numbers or
units of lengths (for example, steel sheets/structural). For the sake of
transparency, it is important to buy an item in units of manufacture.
For example, it is better to buy steel/structural in units of weight since
it has a tolerance in weight per unit of length; this usually works to the
disadvantage of the buyer if it is bought in units of length. The buying
and issuing units of an item may be different – but should be
standardised.
2.1 Based on production and maintenance planning for the year and also
investment plan for purchase of Plant & Machinery, detail budget estimate
for procurement of Capital and Revenue items are to be prepared at unit
level and submitted for approval of the Competent Authority. After approval,
details of the allocation are communicated to various Departments of the
Units for planning of PRs for procurement. In cases where budget is not
available or exhausted and the procurement is essential in the interest of
the company, administrative approval and subsequent tendering action may
be initiated. However, placement of the Order will be subject to approval of
budget provision in the period when payments are scheduled to be made.
2.2 PRs for Revenue items such as minor Raw Materials, Consumables and
Spare parts (including major spares designated as capital items) are to be
raised from time to time by User Department taking the available stock,
orders in process/in hand, past consumption pattern and lead time into
consideration within the overall budget allocated/approved. As far as
possible, consolidated PRs should be raised considering aggregation of
items. These PRs are to be placed before the Screening Committee, which
will normally sit once in a week. Before placing the PR to the Screening
Committee, the mode of tendering, vendor list, Commercial Bidder’s
Qualification Criteria (if any), availability of standardization/ proprietary
certificate (if applicable) is to be verified by Materials Deptt. The Screening
Committee will be chaired by the Group General Manager of Unit / Group
General Manager (O&M) and will have HOD of unit Materials and Finance or
their authorised nominee as members. The Screening Committee will
examine the present PR with reference to stock in hand, pending purchase
orders, pending PRs (other than the present PR) and pending RFQs, last 3
years consumption pattern and procurement lead time. Except for long
delivery items like some imported and proprietary spares, developmental
and tailor-made items manufactured by the supplier after placement of
order where delivery is likely to be more than a year, PRs for other items
shall not be cleared normally if stock in hand, pending PO quantity, pending
PR quantity (excluding present PR quantity) & RFQ quantity taken together
exceed the highest of last 3 years annual consumption. Proper justification
is to be given for items not falling under normal category. PR is to be
approved by the Competent Authority after budget allocation and clearance
of the Screening Committee.
PRs for revenue items can be raised with minimum estimated value of
Rs.25,000/- (Rupees Twenty-Five Thousand). Therefore, efforts are
required to be made to consolidate the requirement. The purchases up to
Rs.25,000/- may be procured under petty purchase as provided in DOP. In
case of exigencies, for purchases above Rs.25,000/- (Rupees Fifty
Thousand) and up to Rs.5,00,000/- (Rupees Five Lakh), procurement can be
made through Committee comprising representatives from User
Department, Finance Department and Materials Department subject to
approval of an authority one step higher than the approving authority (as
per DoP) for proposed procurement value.
2.3 PRs for Capital items are to be raised as per the approved budget after
drawing detailed specifications (Generic as far as possible). PRs for Capital
items (excluding major spares designated as capital items) are not to be
placed before the Screening Committee and are to be submitted to the
Competent Authority through the Materials Department. for vetting of mode
of Tendering, Vendor List, Commercial Bidder’s Qualification Criteria (If
any), availability of standardization/ proprietary certificate (if applicable) and
through Finance Department for investment and administrative approval.
2.4 PRs for consumable items which are commonly used by various
Departments, and which have rhythmic consumption are to be raised by the
Central Planning Cell of the Units or A.P. Cell of Stores.
conditions such as sampling and acceptance procedure, penalty/ rejection
for non-conformance to quality parameters, etc. is to be duly approved by
competent authority of production department as per DOP and
communicated to Materials department.
2.6 PRs for other items are to be raised by the user Department.
2.7 The approved PR is to be sent to the Materials Department who in turn will
scrutinize the PRs for its completeness and in case of any deficiency, the
PRs will be returned back to the Indenter for clarification.
Procuring Entity. It would also help in ensuring the quality of the supplied
goods. The procuring authority should ensure that the specification should:
units are to be mentioned, the corresponding equivalents in the metric
system must also be indicated;
- Approved Scope of work / Technical specifications (including Special
conditions of contract, if any, delivery schedule, onsite completion
schedule, etc.)
- In case, it is desired to split the order on more than one vendor, the
Indenter shall specify so in the indent giving the maximum number of
suppliers with percentage of allocation of quantity desired to be
engaged, justifying the reasons for the same.
gauge, tolerances, workmanship and manufacturing process wherever
applicable; test schedule; if any), including guaranteed or acceptable
maximum or minimum values, as appropriate. Whenever necessary,
the user may include an additional format for guaranteed technical
parameters as a part of technical specification which will be included in
the tender documents for the bidder to provide detailed information on
such characteristics in reference to the corresponding acceptable or
guaranteed values;
- In case there are certain quantifiable factors required to be
considered/ loaded while evaluating the prices quoted by the
tenderers, such factors in clear quantifiable terms should be mentioned
in the PR by the indenter
- Mode of Tendering
- Requirement of SD/CPBG
2.10 The purchase of materials are to be planned in such a way that Materials
Department gets sufficient time to invite tenders and place order and at the
same time the inventory is maintained at optimal level. The normal time
required for placement of order for regular items after approved PR clear in
all respect is received in the concerned Materials Deptt. is as follows:
CHAPTER – III
ESTIMATE
c. For infrequently purchased items (i.e., items not purchased twice during
last three years)/ new items, scientific/ technical estimate shall be
prepared taking into consideration the cost of raw material, casting/
machining, treatment/ testing, labor, overhead expenses, transportation
and applicable statutory duties and levies for which Input Tax Credit is
not available, etc. In case, cost of making pattern/ engineering drawing/
development of the items are also included in the estimate, all care
should be taken to exclude this portion of cost in future while re-
indenting/ re-ordering. If required, for guidelines, budgetary quotations
may be obtained for infrequently purchased items preferably from
registered vendors/ last supplier; for new item(s) or new technology,
efforts should be made by the indenter to get more than one budgetary
quotation. Before obtaining the budgetary quote, the scope of work
including special conditions of contract should be firmed up so that
potential suppliers can understand the scope and send budgetary
quotations. The estimates should be prepared on the basis of the
number of budgetary quote(s) received, which may even be one; and
where more than one budgetary quote is received, the estimate should
be framed on an average of the quotes which will reduce variations and
fluctuations;
3.2 The estimates finalised prior to the notice inviting tender should be duly
recorded.
3.3 Cost estimates need to be reviewed/ updated under the following situations,
with full justification:
(a) The time interval is more than 12 months between preparation of cost
estimate and the date of tender opening (in case of single part tender)
or price bid opening (in case of two part tender). The revised estimate
must be approved by the CA who has given the administrative approval
or as per DOP.
3.4 Cost estimate may be reviewed by the indenting department who prepared
the initial estimate. Such revised cost estimates shall be approved by the
concerned competent authority who approved the preliminary estimate. The
revised cost estimates prepared as a sequel to pre-bid discussion shall be
frozen and approved by Competent Authority before bid opening.
3.5 Price indices can be obtained from the following websites. Some may
require prior free registration and some paid subscription:
d) Other useful sites: http://www.tradeintelligence.com/ and
http://www.cmie.com/. (Centre of Monitoring Indian Economy)
CHAPTER - IV
MODE OF PURCHASE
As per Govt. guidelines, all common used goods for which product
categories are available in GeM are to be mandatorily procured through
GeM. In case goods are not available in GeM, efforts are to be made to
onboard suppliers in GeM for such products. In case it is required to float
tender other than GeM portal, the indenter is to give an undertaking that
the category of goods being procured are not available in GeM and they
have no objection in providing this information for making available such
products on GeM. GeM availability Report and past transaction summary
(GeMAR&PTS) is a prerequisite for floating a tender outside GeM.
Procurement through GeM may be referred to in Chapter – XX.
4.1.2 This is the default mode of procurement and gives the best value for
money. Open Tendering shall be adopted in the following situations:
iii) For requirements that are ordinarily available in the open market, but
it is necessary to evaluate competitive offers to decide the most
suitable and economical option available;
iv) When requirements are not available from known sources or sources
are presently limited and need to be broad based, OTE mode may be
used, on a case-to-case basis.
4.1.3 For Open Tenders, a single stage two part or three-part bidding system is to
be followed.
4.2.1 Global Tenders are those tenders, which are open to indigenous and foreign
bidders at large for quotation in INR and/or foreign currency.
i) Procurements exceeding the threshold of Rs. 300 Lakh (Rupees
Three Hundred Lakh);
ii) Where Goods of required specifications/ quality are not sufficiently
available within the country and alternatives available in the country
are not suitable for the purpose;
iii) Non-existence of a local branch of the global principal of the
manufacturer/ vendors/ contractors;
iv) Requirement for compliance to specific international standards in
technical specifications;
v) Absence of sufficient number of competent domestic bidders likely to
comply with the required technical specifications, and/or in case of
suspected cartel formation among indigenous bidders.
vi) To generate more competition
4.2.3 For global Tenders, a single stage two part or three-part bidding system is
to be followed.
4.2.4 OTE & GTE need not be advertised in the press. However, these tenders are
to be advertised/ published in GeM and to be hosted on NALCO website
and/or other appropriate websites.
4.3 The value cannot be the only criteria. The Competent Authority may
approve for open/ Global or Limited/ Single Tenders with appropriate
justification. If a single offer is received or a single offer is found techno-
commercially acceptable against an Open/ Global Tender, the same shall be
treated as a case of Single Tender.
4.5 Intimation regarding published open/ Global tenders may be given by the
dealing officer by email to all the vendors who had participated in tenders
earlier or to any other prospective vendors.
4.7.1 Limited Tenders are those tenders for which the enquiry is issued only to a
limited number of pre-qualified/ shortlisted approved firms. In case a
product/ raw material is standardized for procurement from more than one
vendor, such cases will be considered as limited tender and, in such cases,
approved standardization certificate is to be enclosed along with the PR. The
Indenting Deptt. will review the standardization of machinery or
components or spare parts or consumables every two years. LTE procedures
may be adopted when the estimated value of procurement is up to Rs.300
lakh. However, the value cannot be the only criteria. The Competent
Authority during administrative approval may decide either to call for Open/
Global or Single Tenders.
Normally, such enquiries are to be issued to the firms which are registered
with the Company for the subject item. However, enquiry can be issued to
other firms also, which are considered suitable for the purpose.
4.7.2 Limited Tender enquiries are to be issued for items whose specification and
sources of supply are known. The number of parties to whom Limited
Tender Enquiries are to be issued may be decided depending on the nature
and value of the item. If a single offer is received or a single offer is found
technically suitable against a Limited Tender Enquiry, such tender is also to
be treated as a case of Single tender.
4.7.3 Limited tender enquiries (LTE) above Rs.10 Lakh are to be published on
NALCO’s website.
4.7.4 Short-listing of vendors will be jointly done by the concerned indenting
officer & materials officer, with number of parties in words duly signed by
the concerned officials, before the PR is submitted for approval. While short-
listing the vendors, concerned officers will consider the following:
4.7.5 For Limited Tender, single stage single part or two-part bidding system is to
be followed. Preferably LTE is to be issued to a minimum of three or more
bidders.
“The Offer against these tenders from suppliers to whom LTE has been
issued shall only be considered, offer from any other party shall be treated
as unsolicited”.
registration process shall thereafter be followed by the plants / units for
registering the eligible suppliers. This information is solely for the purpose of
exploring the possibility of enhancing the vendor base, wherever required
and should not be considered as a purchase enquiry. Purchase enquiry in
future may be issued to such suppliers, if registered.”
4.7.7 Special Limited Tender Enquiry for procurements more than Rs.300 lakh:
Where normally OTE should have been done, LTE is permissible in certain
special circumstances even for values higher than Rs.300 lakh. Special
circumstances could be urgency for operational or technical requirements
with proper justification.
4.8.1 Single Tenders are those tenders where enquiry is issued to a single vendor.
Single Tenders are considered under the following cases:
Note: Proprietary Items which are procured on single tender basis need to
be uploaded in NALCO’s website for awareness and development of
new vendors.
The cases where the enquiry is restricted to only one particular source/
supplier, though many sources / suppliers exist, such procurement is on
nomination basis. In normal circumstances Single Tender should be avoided.
Such Single Tender Enquiries should be issued as an exception only and
processed under the following situations:
1. Executive Director: If CA to approve is Director/CMD and
above.
2. Group General Manager: For other cases (irrespective of
level of approving authority).
3. The PR should have concurrence of Finance and approval
of Competent Authority.
The Indenting Deptt. will review the standardization of machinery or
components or spare parts every two years.
(c) Procurement for meeting natural calamities and emergencies
(d) Supplier has exclusive right
(e) No suitable substitute is available in the market
(f) Auction/ Tender held for several dates/ times, but no bidder quoted
successfully
(g) The possibility of a new source is remote, etc.
(h) Procurement from Technology Licensor’s (like RTA) mandated vendor
4.8.3 For Single Tender, a single stage single part bidding system is to be
followed.
4.8.4 All orders/ contracts awarded on single nominated tender basis should be
brought to the notice of the Board of Directors for information.
4.9 For sending LTE/ Single Tender Enquiry (for other than proprietary cases)
for cases valuing more than Rs.300 lakh, the proposal should mention the
following:
of urgency. It should also be put on record the nature of the urgency
and reasons why the procurement could not be anticipated.
(b) The sources of supply are definitely known and the possibility of fresh
source(s) beyond those being tapped is remote.
4.10 While calling for Limited/ Single Tender (except for proprietary cases), C.A.
must specify the exceptional conditions for such decisions, e.g.
Direct procurement of goods without formal quotations is normally done for
small value requirements. This is also called petty purchase. It should be
used for off-the-shelf goods of simple and standard specifications and when
the required goods are not available in GeM. However, it is mandatory for
the buyer to generate a “GeM Availability report and Past Transaction
summary” (GeMAR&PTS) with a unique ID on GeM portal using login
credentials for procurement outside GeM. All petty purchases up to
Rs.25,000/- (Rupees twenty-five thousand) can be made by the concerned
Head of Department (HOD) directly with or without financial concurrence as
the case may be, subject to non-availability certificate from the Stores, in
accordance with the provisions of the Delegation of Power (DOP). However,
reasonability of rates for such purchases has to be certified by the
concerned HOD.
Depending on the nature of emergency any one of the following modes of
purchase can be adopted.
(iv) Through Limited Tender Enquiry by post giving 7 days’ time for
submission of bid.
Repeat Orders are those orders which are placed with the parties at the
same terms and conditions of the previous order except for the quantity and
delivery. Repeat orders can be considered only if there is no downward
movement of the prices. Repeat Orders can be placed within 12 months of
placement of original order. Repeat orders can be placed if the original
order has been placed through competitive tendering. However, for
proprietary and standardized items also, which have been purchased from a
single source, repeat orders can be placed. The total item value under
Repeat Order shall not exceed 100% of the original order item value.
Subject to the above, repeat order can be approved as per DOP. Repeat
Order can be placed only if there is provision in the contract for placing the
repeat order.
However, for cases originally approved by CMD/Board the first repeat order
can be approved by CMD.
In exigencies, a second repeat order not exceeding the original order item
value excluding the 1st repeat Order value can be placed recording sufficient
justification with the approval of the next higher authority. For cases where
original order placement has been approved by the Chairman-Cum
Managing Director or the Committee of Directors, second repeat order can
also be approved by the original approving authority.
A Rate Contract is a contract for the supply of stores at specified
rates during the period covered under the contract. Rate Contracts can be
for an estimated quantity to be supplied during the period of contract or can
be a running contract against which Orders are placed to supply specific
quantities at different points of time as per the requirement at the rates,
terms and conditions of the contract. For entering into rate contracts/ long
term contracts, the mode of tendering to be followed may be decided as
per the nature of the item, the available sources, etc. Thus, rate contract
enquiries may be by Open Tender/ Limited Tender/ Single Tender
depending upon the nature of item. While issuing LTE for rate contracts, it
should be ensured that only reliable and reputed manufacturers/ suppliers
of proven ability are considered. In view of GeM coming into operation,
Rate contract is not required to be executed for common use items like
computers, printers, paper, stationary and other office items which are
being placed in GeM and will now be applicable only for specialized and
engineering items which are not available in GeM and are identified as
common use items and are needed on recurring basis by various
departments.
However, the landed unit rates of trial order should normally not be more
than that of the proprietary supplier. In case one party develops the
items(s) and his offer is technically and commercially acceptable, the party’s
product will be treated as an acceptable substitute until other parties are
developed. These activities will be carried out by concerned Technical
Deptt./ Planning Cell. Once, one or more vendors are developed, purchases
shall be made through Limited Tendering process by floating tenders to the
developed vendors as well as to the proprietary supplier by Materials Deptt.
CHAPTER - V
Based on the procurement plan and timeline drawn for each critical raw
material based on balance orders in hand, stock position, safety stock and
lead time requirement, the corporate materials department is to initiate
proposal for obtaining administrative approval of CMD/ Competent
authority. Corporate materials department may seek requirement/
confirmation from Production department regarding Quantity and Technical
Specifications for the raw material before initiating proposal. While
processing proposals for administrative approval the essentiality of
proposal, compliance with laid down guidelines and procedures are to be
ensured. The proposal may be routed through ED(Production) and
D(Production).
5.1 Need for Procurement: Order execution status, Present stock status,
and Lead time for procurement and Timeline for tendering activities.
Justification for Quantity as per production requirement, variation in
specific consumption and required safety stock.
As per extant Govt. guideline domestic open tenders (OTE/NCB) for Raw
Materials are to be done through GeM portal.
[Note: Compliance to
1. GFR 161(ix) regarding no GTE for estimated value less than Rs.200 Cr. to
be ensured.
2. Nodal Ministry Notification for any procurement item (Like Caustic Soda)
under PPP-MII Order, 2017 (as amended) regarding participation of only
Class-I local suppliers due to availability of sufficient local capacity and
competition, hence no Global tender to be issued]
PQC should be unrestrictive enough so as not to leave out even one capable
vendor/ contractor. Otherwise, it can lead to higher prices of procurement/
works/ services. However, on the other hand, these criteria should be
restrictive enough so as not to allow even one incapable vendor/ contractor
and thus vitiate fair competition for capable vendors/ contractors to the
detriment of the buyer’s objectives. A misjudgment in either direction may
be detrimental. Due consideration should be given while framing PQC, to its
effect on the adequacy of competition. To encourage MSEs, past successful
bidders, a call may be taken – whether PQC should apply to full quantity/
packages or be proportional to part quantity/ package quoted by a bidder.
In case requirement is suddenly multiple times the past procurements, blind
adoption of past PQCs may lead to disqualification of successful past
vendors leading to inadequate competition. PQC should therefore be
carefully decided for each procurement with the approval of CA for
acceptance of the tender. It should be clarified in the PQB documents that
bidders have to submit authenticated documents in support of eligibility
criteria.
The BQ criteria in the tender should neither be made very stringent nor very
lax to restrict/ facilitate the entry of bidders. It should be ensured that the
BQ criteria are exhaustive, yet specific and there is fair competition. It
should be ensured that the BQ criteria are clearly stipulated in unambiguous
terms in the bid document.
The BQC criteria should be explicit at the time of inviting tender so that
basic concept of transparency and interests of equity and fairness are
satisfied. The acceptance/ rejection criteria should not be arbitrary but on
justified grounds as per the laid down specifications, evaluation/ exclusion
criteria.
Keeping in view above, the BQC/ PQC for procurement of raw materials
through open/global tenders may be kept as below. Suitable modifications
in BQC/PQC may be incorporated while seeking administrative approval from
Competent Authority. Due to requirement of supply or in case of inadequate
competition, the BQC/PQC can also be reviewed with the approval of the
competent authority to accord administrative approval on a case-to-case
basis prior to tendering.
i) PPP-MII Order, 2017 (As per latest revision): Only Class-I and Class-
II local suppliers as defined under the order are eligible to bid in
tenders except in GTE where non-local suppliers along with Class-I/
Class-II local suppliers are eligible to bid. In case nodal Ministry has
notified under PPP-MII Order, 2017 (like in Caustic Soda) that there
is sufficient local capacity and local competition, only Class-I local
suppliers are eligible to bid. (Bidder must provide necessary self-
certification/ certificate from statutory auditor/ cost auditor as per
clause 9. a & b of the PPP-MII order)
ii) As per Rule 144 of GFR, notified vide Order (Public Procurement
No.1) dated 23.07.2020 by Department of Expenditure stipulated
that any bidder from a country which shares a land border with
India will be eligible to bid only if the bidder is registered with the
Competent Authority specified therein. This provision and other
relevant provisions of the order shall be incorporated in the tender.
The detailed provisions of the order and related notifications/
exemptions may be referred in the website
(https://doe.gov.in/procurement-policy-divisions) of Department of
Expenditure, Ministry of Finance for necessary compliance.
2. Experience Criteria:
Copies, Invoice Copies, and Transport Documents/B/L, etc. matching
the declared quantity.
Note:
III. For new bidders, i.e. bidders who have not supplied to Nalco
earlier, supply experience may be relaxed/ waived. However,
for such new bidder’s limitation for order quantity is to be
stipulated in tender
3. Financial Criteria:
b) The net worth of the bidder should be positive during the last
financial year.
Note:
statements) of the relevant years in support of turnover and net
worth criteria.
1. Sample Submission:
If more than one source of supply is required, the distribution criteria for
awarding the tender quantity should be specified with justification. The
distribution of tender quantity could be in the ratio of 50%:30%:20%,
70%:30%, 60%:40% or any other ratio amongst the bidders in order of
their price position subject to bidders offering such quantity. However,
distribution may be made to more parties when more than one source is
required, and the lowest bidder has not offered for full tender. NALCO’s
approved guideline/ SOP in this respect, if any, to be followed and
incorporated in NIT. Such an approved SOP will form part of the Purchase
Manual.
5.6 Purchase Preference Policy for MSEs (Micro and Small Enterprises) as per
Public Procurement Policy for MSEs, 2012 as amended in 2018 & 2021
notified by the Government under Section 11 of the Micro, Small and
Medium Enterprises Development (MSMED) Act, 2006 is to be incorporated
in the distribution clause of NIT. The MSEs will be required to compulsorily
furnish their Udyam Registration Number in order to avail the benefit.
5.9 Major Terms & Conditions of tender: Major terms & conditions such as
“Specifications” of Material being procured, ‘Pricing’, ‘Delivery period’, etc.
are to be mentioned.
5.10 Two-part Bids: Normally Raw material tenders are to be floated in a two-
part bid fashion i.e., Part-I (Un-priced Bid) and Part-II (Price Bid).
5.11 Provision for Reverse Auction: Provision for Reverse Auction at the
option of Nalco may be kept in the tender so that reverse auction may be
conducted if so necessitated.
5.12 Any major changes in terms & conditions with respect to the last tender.
5.14 Approving authority with relevant DOP clause 3.2.1 (for Raw Materials
including Coal & Fuel, etc.)/ Clause IV) iii of Annexure (Power delegated to
CMD)/2. B2 (Power delegated to COD for procurements).
CHAPTER - VI
BIDDING SYSTEM
6.1.1 In single stage bidding, all bids are invited in following manners:
6.1.3 Single part tendering should be adopted only when all technical and
commercial terms are well defined/ stipulated in the tender document and
are not negotiable. Conditional bids, i.e., bids not adhering to the tendered
technical terms, will be rejected. However, deviation in commercial terms
can be accepted and evaluated where suitable loading has been pre-
determined and mentioned in the tender document.
6.1.4 In case the technical specifications and/ or commercial terms are not firm/
deterministic/ frozen and/or where the capability of source of supply is
crucial for the successful performance of the contract, the Indenter will
specify in the PR for inviting 2- or 3-part quotations.
(i) Part I: Tender comprising Earnest Money (wherever applicable),
Bidder Qualification Document (wherever applicable), Integrity Pact
(wherever applicable) & techno-commercial offer, which shall be
covering all terms except the price.
(ii) Part II: Tender comprising the price bid only.
In the case of single stage three parts tendering procedure, approval should
be obtained from competent authority for acceptable bidders based on
EMD, BQC and submission of Integrity Pact (1st part) before opening
Techno-commercial part of the tender. Techno-commercial part (2nd part) of
tender of acceptable bidders shall be opened and approval should be
obtained from competent authority for acceptable bidders based on Techno-
commercial (2nd part) conditions of the tender. Price part (3 rd part) of
techno commercial acceptable bidders shall be opened after intimating the
date of price-bid opening (giving at least one working day time from the
date of intimation) through e-mail to the acceptable bidder with a request
for participation in the price bid opening and evaluated for award of work
only against offline tenders.
6.1.7 For open tendering, single stage three parts or two parts tendering
procedure shall be adopted with BQC. The objectives of single stage three
parts or two parts tendering procedures are to select only capable techno-
commercially acceptable bidders ensuring that the price does not influence
ordering decision at the cost of quality.
6.1.8 For LTE, a single stage single part or two parts bidding system can be
adopted. Single part bidding shall be adopted for LTE when the technical
and commercial conditions are well defined/ stipulated in the tender
document and are not negotiable. If specific confirmations are required from
the bidders in case of LTE, two-part bid system shall be followed.
6.1.9 There cannot be standard bid formats for single, two- or three-part system
since terms and conditions may vary from case to case. Hence, Techno-
Commercial conditions and Price formats are to be prepared for each case.
6.2.1 Expression of Interest (EoI) bids may be invited in following
situations:
6.2.2 The procedure for two stage bidding shall include the following,
namely:
(i) In the first stage of the bidding process, the Procuring Entity shall
invite EoI bids containing the broad objectives, technical and financial
eligibility criteria, terms and conditions of the proposed procurement,
etc. without a bid price. On receipt of the Expressions of Interest,
group technical discussions/ common presentations may be held with
the short-listed manufacturers/ suppliers (after taking approval of
Competent Authority on shortlisted vendors), which are prima facie
considered technically and financially capable of supplying the
material or executing the proposed work, giving equal opportunity to
all such bidders to participate in the discussions. During these
technical discussions stage the procurement agency may also add
those other stakeholders to the discussions who could add value to
the decision making on the various technical aspects and evaluation
criteria. Based on the discussions/ presentations so held, one or more
acceptable technical solutions could be decided upon laying down
detailed technical specifications for each acceptable technical
solution, quality benchmarks, warranty requirements, delivery
milestones, etc., in a manner that is consistent with the objectives of
the transparent procurement. At the same time, care should be taken
to make the specifications generic in nature so as to provide
equitable opportunities to the prospective bidders. Proper record of
discussions/ presentations and the process of decision making should
be kept;
(ii) In revising the relevant terms and conditions of the procurement, if
found necessary as a result of discussions with the shortlisted
bidders, NALCO shall not modify the fundamental nature of the
procurement itself;
(iii) NALCO shall obtain approval of Competent Authority for going to the
second stage with justification.
(iv) In the second stage of the bidding process, NALCO shall invite
OTE/GTE in response to a revised set of terms and conditions of the
procurement or the procuring entity shall invite bids from all those
bidders whose bids at the first stage were not rejected, to present
final bid with bid prices in response to a revised set of norms and
conditions of the procurement; and;
(v) Any bidder, invited to bid but not in a position to supply the subject
matter of procurement due to modification in the specifications or
terms and conditions, may withdraw from the bidding proceedings
without forfeiting any bid security that he may have been required to
provide or being penalised in any way, be declaring his intention to
withdraw from the procurement proceedings with adequate
justification.
(vi) If the procurement entity is of the view that after EOI stage, there is
likelihood of further participation by many more bidders and to avoid
getting trapped into a legacy technology, the second stage bidding
may not be restricted only to the shortlisted bidders of EoI stage, and
it may be so declared in the EoI document ab-initio. Thereafter in the
second stage, normal OTE/GTE bidding may be done. Such variant of
EoI is called “Non-committal” EoI.
CHAPTER - VII
7.1 All care should be taken while formulating the Bidder’s Qualifying Criteria.
Proposed criteria for technical eligibility and acceptance should neither be
made very stringent nor very lax to restrict/ facilitate entry of bidders. It
should be ensured that the eligibility criteria are exhaustive yet specific and
there is fair competition. It should also be ensured that the criteria are
clearly stipulated in unambiguous terms.
Relevant documents to be submitted for technical criteria:
(iii) Copies of completion certificate from the customer/ owner of the project,
certified by a practicing Chartered Engineer.
(i) Average annual financial turnover of the bidder during the last three
years should be at least 40% of the annualized estimated cost.
(ii) Net worth of the bidder during the last financial year shall be positive
as per audited balance sheet.
(b) For AMR LSTK Contracts (with value above Rs.1 crore)
(i) The average annual financial turnover of the bidder during the last
three years should be at least 40% of the annualized estimated cost.
(ii) The bidder should have minimum positive working capital of 3 times
the average monthly execution value as per estimate. Alternatively, the
bidder should make exclusive credit limit available from one or more
scheduled commercial banks for the proposed work & submit a line of
confirmation from the bank as documentary evidence.
(iii) The bidder should have the minimum positive Net Worth equivalent to
2 (two) times the minimum positive working capital requirement.
If the end of the financial year of the bidder is beyond 3 months before the
Bid Due Date, then it should be the latest financial year otherwise it will be
the previous financial year (one year before the latest financial year). In
case an audited balance sheet is not available for the latest financial year
the bidder shall submit the financial statement for the same duly certified by
a Chartered Accountant.
Note:
2. In the case of order intended to be split among more than one
bidder, the turnover and past experience criteria need to be fixed as
40% of the estimated value/ quantity of the highest portion of the
proposed split quantity for BQC purpose.
5. In cases where the technical qualifying documents is not in English
and the bidder submits translated copy of the documents in English,
the same shall be certified by the Chief Executive Officer (CEO) of the
company.
(b) The bidder should submit an agreement for Consortium duly notarized so as
to be legally valid and binding on the partners / members. The agreement
should contain precise indication of the responsibility of all the partners of
the Consortium in respect of planning, design, construction equipment, key
personnel, work execution and financing of the project duly indicating the
percentage in financing of Consortium by each partner. This agreement
shall be irrevocable and valid till successful completion of the contract. The
format for the agreement is attached in the tender document.
(c) Any party can be a member of only one Consortium in a tender. In case,
any member participates in more than one consortium or individually, all
such bids with his participation shall be rejected.
(d) One of the partners/ members shall be nominated as Lead Partner being in-
charge and the authorization shall be evidenced by submitting Power of
Attorney in his favor duly signed by legal authorised signatories of all the
partners/ members.
(e) The lead partner shall meet financial criteria singly and all the partners shall
meet experience criteria of Bidder’s Qualifying Criteria jointly. However,
each partner/ member must meet the net worth criteria individually.
(g) The Lead Partner shall be authorized to incur liabilities and receive
instructions for and on behalf of any and all partners of the Consortium and
the entire execution of the contract.
(h) Lead partner of the Consortium shall be fully responsible for carrying out the
supervision and quality control of the work including the performance
guarantee test to be executed by other partner.
(i) The orders shall be placed with the Lead Partner, or any other consortium
partner based on authorization of lead partner. However, all the partners of
the Consortium shall be liable jointly and severally for the execution of the
contract in accordance with the contract terms and conditions.
(j) In case of consortium bidding, the lead partner or other partner with
authorization from lead partner will submit the EMD.
(k) In case of consortium bidding, the lead partner will submit CPBG.
7.5 The performance of manufacturers/ companies, those who have supplied
equipment to NALCO should be evaluated properly and the manufacturers/
companies whose equipment is not performing satisfactorily should not be
allowed to bid while purchasing new equipment.
7.6 The condition of “prior turnover & prior experience” with respect to Bidder’s
Qualifying Criteria shall be relaxed/ waived to all startups recognised by
Department of Industrial Policy & Promotion (DIPP), Ministry of Commerce
& Industry, Govt of India subject to their meeting of quality and technical
specifications on case-to-case basis at the time of seeking administrative
approval. However, there may be circumstances (like procurement of items
related to safety, health, critical security operations & equipments, etc.)
where NALCO may prefer the vendors to have prior experience rather than
giving orders to new entities. For such procurements, wherever adequate
justification exists, Nalco may not relax the criteria of prior experience/prior
turnover for the Startups.
FORMAT FOR CONSORTIUM AGREEMENT
WITNESSETH:
WHEREAS the said Notice Inviting tender, permits submission of bid on consortium
basis subject to the stipulations specified in the Notice Inviting tender; AND
WHEREAS the 2nd and 3rd party associate have the required men, materials, and
establishment with them and eager to participate and execute the work covered by
the NIT and WHEREAS parties to this consortium agreement have mutually agreed
to execute the contract covered by the aforesaid bid document in this joint
venture; if awarded to the 1st party-bidder;
2. M/s ___ (name of the leader-bidder)_____ the 1st party bidder and leader
will participate in the above mentioned Bid with the Owner i.e. NALCO, and
is authorized and competent to enter into negotiations and make all
correspondence with the owner as he deems fit just and proper and the
parties to this agreement shall be bound by the decisions or/and
commitments made by the leader in that regard.
3. During the term of this Consortium agreement the parties shall not enter
into any teaming arrangements with any other party for any component of
the Bid covered under this Consortium Agreement.
4. This consortium agreement shall remain in force until finalization of the bid
filed by the owner on consortium basis and in case of award of work, until
completion of the awarded work including the defect liability period covered
by the Bid documents, as the case may be.
5. The parties to this Consortium Agreement here by mutually agree that both
(all) of them shall remain as irrevocable members of the tie-up for the
complete execution and completion of this project.
regard to preparation of the final bid, authorizing their leader to bid for the
work.
9. It is hereby agreed that the leader M M/s. ___ (name of the leader-
bidder)____ shall be entitled to receive all instructions and communications
from the owner i.e. NALCO, on behalf of the members of this Consortium
Agreement. All such instructions and communications are deemed to have
been made on all the parties to this consortium Agreement.
10. The parties do here by agree that all of them shall sign the Contract
agreement in case of its award, with the owner i.e. NALCO.
11. The parties do here by agree that the leader (1st party) M/s. ___ (name of
the leader-bidder)____ shall remain in-charge of the entire project if
awarded by the owner i.e. NALCO, but however all of them shall make
every endeavour to satisfactorily execute the Contract work in its entirety to
the satisfaction of the owner i.e. NALCO.
12. The parties do hereby agree that the leader -1st party- M/s. ___ (name of
the leader-bidder)____ shall raise periodical bills with the owner for the
works executed and the leader -1st party M/s. ___ (name of the leader-
bidder)____ shall only be eligible to receive payments from the owner. The
associate(s) does/do hereby declare that he/they does/do not have the
authority to raise any bills in respect of the allotted Contract work, basing
on this Consortium agreement. The associate(s) to this agreement can only
make correspondence through the leader -1st party M/s. ___ (name of the
leader-bidder)____ with the owner i.e. NALCO.
13. The parties do here by declare that so far as NALCO is concerned, the 2nd
and 3rd Party is/are only the agents/partners of the leader-1st party M/s __
(name of the leader-bidder)__, though they are jointly and severally liable
for the consequences those may arose during or after execution of the
contract work in question.
14. The parties to this agreement covenant with each other that each of them
shall be entitled to share the payments received from Nalco according to
work executed by them respectively, without any reference to NALCO.
15. The parties to this Consortium Agreement shall mutually cooperate with
each other and shall not do or cause to be done or indulge in any sort of
activity, which would impede or adversely affect the progress of the
awarded contract work and in its completion satisfactorily.
16. In the event of the acceptance of the Bid and on award of work on the
leader on the basis of this Consortium Agreement, the Contract work shall
be executed by all of the parties to this consortium agreement as per the
bidding documents and as per the Work Schedule given here under.
WORK SCHEDULE
19. In the event of any default in the execution of the contract, i.e. execution of
work in accordance with specifications and within the scheduled time by any
member/ members of consortium, the rights and obligations of the
consortium shall continue to be in full force without being affected by any
changes, until the final bill of the contract work of Nalco is settled. The
leader shall ensure performance of the contract and if one or more
associates fail to perform their respective portions of the contract, the same
shall be deemed to be a default by all the members of the Consortium.
20. The parties to this consortium agreement do here by declare that they shall
not cancel or amend this agreement unilaterally without the consent of the
owner i.e. NALCO, which consent shall be obtained in writing.
21. It is agreed that the responsibility of all partners/ members of the
consortium in respect of planning, design, construction equipment, key
personnel, work execution and financing of the project has been decided
and defined.
24. Any matter which is not stipulated in the consortium agreement shall be
settled in good faith by discussion among the parties in the spirit of
understanding and cooperation.
25. All disputes or differences whatsoever arising among the parties regarding
this consortium agreement, shall be settled by arbitration, in accordance
with Arbitration and Conciliation Act, 1996 (as amended by 2015 Act). The
Arbitral Tribunal shall consist of a sole arbitrator who shall be nominated
and appointed by the Lead Bidder on the request of either party to the
Consortium Agreement. The venue of Arbitration shall be at
________________. With the consent of the parties the arbitrator may hold
sittings at any other place other than the venue agreed for, for the
convenience of the parties.
26. That during the arbitration process and after arbitration those differences/
disputes which does not resolve, in those events the lead bidder shall be
wholly responsible for execution of Contract satisfactorily and individually
liable for consequences under the contract thereof. However, it does not
mean that other associates of Consortium are discharged from their joint
and several liability under this agreement.
27. In witness whereof, the parties here to have executed this Consortium
Agreement in duplicate/ triplicate, today the ______ day of
_______________ 20…. at ___________________.
WITNESSES
1.
2.
Drafted, Computer typed by me, as per the instructions of the parties. Read
over and explained the contents of the agreement to the parties in presence
of witnesses, to which they admitted the same to be true and correct and as
per their instructions and signed the same in my presence and in presence
of the witnesses.
Advocate
Note: The agreement should be duly attested by Notary Public.
CHAPTER - VIII
E-PROCUREMENT
8.1 In the Invitation to Bid published on the website/ e-procurement portal, the
name, designation and e-mail address of the designated Administrator who
is to be contacted by bidders, for the particular tender, should be indicated.
8.2 However, in case it is felt necessary by the Tendering Deptt. not to resort to
e-procurement method of tendering in exceptional cases exceeding Rs.2
Lakh, approval of Unit head of Materials would be required with proper
reasons. The monthly report of all such cases is to be submitted to
concerned director.
8.3 For e-procurement through CPPP, all documents are to be uploaded in the
portal. However, original copies of only EMD, Integrity Pact and other
declarations/ certificates, etc. which are required to be submitted in original
as per tender, shall be submitted in hard copy form in sealed envelope.
These documents should reach NALCO on or before the date and time of
opening of the tender.
For considering of opening of hard copy offer, under situation at (a) above,
bidder has to give a request to Tender Manager of NALCO before the due
date and time of tender opening, along with the proof of difficulty during
submission of offer.
For consideration of hard copy offer for opening under situation (b) above,
the bidders will be requested to give separately declaration that the hard
copy offer submitted is identical to online offer submitted by them in buyer’s
E-procurement Portal.
For consideration of hard copy offer for opening under situation (c) above,
the bidders will be required to give a declaration to NALCO before the due
date and time of tender submission that they do not possess requisite
Indian DSC and that their hard copy offer may be accepted.
Non-availability of Class III DSC (except for foreign bidders) or any requisite
software at bidder’s end, will not be entertained as technical difficulty.
For situation as at 8.5(a) above, ERP Cell has to certify the technical
difficulty at Nalco’s SRM–7 portal or any other e-procurement platform of
NALCO for which on–line offer could not be submitted by the bidder.
For situation as at 8.5(b) above, ERP Cell has to certify the technical
difficulty at Nalco’s SRM–7 portal or any other e-procurement platform of
NALCO for which on–line offer could not be opened.
Note: As per the latest Govt. Guidelines and Company circular Ref.
NBC/GeM/952 dated 31.03.2023 read with modifications vide circular
dated 02.06.2023, all tenders for goods & services are to be floated
in GeM portal except in some cases as mentioned therein.
CHAPTER - IX
REVERSE AUCTION
9.1 The decision to conduct Reverse Auction will be part of Tender Document
and approval for the same shall be accorded during administrative approval
of the tender by Competent Authority for administrative approval.
9.2 Flow of auction process shall be initiated after price bid opening. Business
rules like event date, time, methodology, start bid price and bid decrement
value, Elapse Time, auto extension time etc. shall be indicated in NIT for
information of bidders (indicative format is enclosed at Annexure-A). The
exact values shall be intimated before the actual start of reverse auction.
9.3 If a bidder does not participate in the Reverse Auction, the price quoted by
the bidder in the price bid shall be considered as the valid price of that
bidder. The inter-se position of the said bidder shall be considered based on
their position on completion of reverse auction.
9.4 In case of tender invited through GeM, Reverse Auction (RA) shall be
conducted as per the provision, terms & conditions of reverse auction given
on GeM portal.
9.5 CPP Portal Server standard time shall be the basis of Start time & Closing
time for bidding and shall be binding for all.
9.6 In CPP Portal, the auction process will be initiated after the price bid
opening by TIA. (Tender Inviting Authority)
i. Tender-Cum-Auction type tender is created from the beginning while
floating the tender. TIAs, using their own DSC, will open the price
bids of all the qualified offers considered for reverse auction online.
The system generates inter-se positions based on the BOQ and only
L1 price will be available for views.
ii. Subsequently TIAs, using their own DSC, will initiate the reverse
auction process in the CPP Portal. Subsequently, a reverse auction
platform will be created in the CPP Portal for the tender, displaying
only the L1 price(s), obtained without disclosing names of the
bidder(s).
iii. Before initiation of Reverse Auction activity, the TIAs need to enter
the following configurable parameters in CPP Portal.
iv. Flow of Reverse Auction process will start and shall come to end after
completion of the process. Once the Auction process is initiated the
system takes over for auto auction activity. Then, the comparison
chart is auto generated by the system after freezing of the auction
process by TIA.
9.7 The bidders to participate in tender-cum auction process in CPP Portal, has
to log into CPP Portal (i.e., https://eprocure.gov.in/e-procure/app) with DSC
to access the application and quote from their own offices/ place of their
choice. Once logged in, the software gives them a platform to place them.
9.8 All electronic bids submitted during the reverse auction process shall be
legally binding on the bidder. The bid values submitted by the bidder are
digitally signed by the bidders before submitting. The bidder, after initial
submission of a bid cannot subsequently increase the bid value. They can
only reduce their bid by the minimum permissible decrement or its
multiples. The last bid submitted by the bidder in the Reverse Auction will
be considered as the valid price bid offered by that bidder and will be the
basis for evaluation/ acceptance by Nalco.
Facilities available in CPP Portal for following type of BOQs for reverse
auction.
value as start bid price. Normally TIA will enter the L1 Price as the
start bid price.
ii. In case of Item-wise-BOQ: After opening of price bids, comparison
chart (multi-lot-Auction-template) is generated from CPP Portal in
Excel format, and it provides L1 value of individual items.
iii. Data as Para 9.6 (iii) gets updated in the comparison chart (multi-lot-
Auction-template) by the TIA and uploaded in CPP Portal with
password protection for ignition of reverse auctioning process.
9.11 Decremental Value: It may be fixed within 0.1% to 0.5% of the starting bid
price. The reduction to be offered by the bidder shall be as per the
decrement value or in multiple thereof. In order to have ease of submission
of reverse auction bid by the bidders it is suggested that decrement value
may be rounded off to nearest rupee.
9.12 Elapsed time: It has to be set in minutes and may be fixed at five to ten
minutes depending upon the simplicity/ complexity of the BOQ. There will
be auto extensions of time, every time, (by five to ten minutes) in case of
any reduction recorded in the last auto-extension-time duration. The reverse
auction will come to a close only when there is no further bid recorded in
the last five to ten-minute slot.
iii. Auction Start/ End Time: The reverse auction may be conducted on
the day price bids are opened. The initial period of reverse auction
will be for two hours i.e. auction and date & time can be set as two
hours from auction start & date time. The reverse auction duration
preferably should be continuous and without any break.
iv. Only the chronologically last bid submitted by the bidder till end of
auction shall be considered as the valid price bid of that bidder. Any
bid submitted early by the bidder prior to submission of his last bid
will not be considered as valid price bid.
9.14 If the tender contains multiple items, after completion of auction process
the rates of individual items are reduced proportionately to match the
lowest rate quoted the L1 bidder, in the reverse auction process.
9.15 Conversion Rate: While evaluating the bids, the latest available RBI
exchange rate as on the date & time of price bid opening will be taken into
account for conversion of foreign currency into Indian Rupee.
9.16 In case of disruption of service at the CPP Portal end during Reverse Auction
Process, the Reverse Auction Process will start all over again. In such a
situation, the last recorded lowest price of prematurely ended Reverse
Auction Process, will be the Start Bid price for the restarted process.
Disruption and restarting of Reverse Auction Process shall be intimated to all
the bidders through System/ auto generated SMS/ email through CPP Portal.
All the stipulations of pre-maturely ended Reverse Auction Process will be
applicable to the restarted process.
9.17 Bidders at their own interests should ensure uninterrupted internet
connectivity at their end during the reverse auction with necessary backups
to take care of any connectivity problem.
9.20 Item(s) once identified from reverse auction in any tendering event will be
procured in future through tender-cum-auction mode only and shall be
implicit/ inarticulate part of above list mentioned at Para 9.19 above.
Specific approval with detailed justification, needs to be taken along with
administrative approval from Competent authority as per DOP clauses to
exclude any such items for tendering without reverse auction.
9.21 Reverse auctions conducted in GeM portal will be strictly as per GeM terms
& conditions.
Annexure-A
1. If a bidder does not participate in the Reverse Auction, the price quoted by
him in the price bid shall be considered as the valid price of that bidder. The
inter-se position of the said bidder shall be considered based on their
position on completion of reverse auction.
2. Price bid shall be opened at --:--Hrs on --.--.---- (date) and Reverse Auction
shall commence at about --:-- Hrs and shall remain open for a minimum of
two hours.
3. Starting bid price shall be the L1 offer price received against the tender.
7. CPP Portal Server time shall be the basis of Start time & Closing time for
bidding and shall be binding for all.
8. Auction flow is started and is closed after completion of the process. Once
the Auction process is initiated the system takes over for auto auction
activity. Then, a comparison chart is generated.
access the application and quote from their own offices/place of their
choice. Once logged in, the software gives them a platform to place bids.
10. All electronic bids submitted during the reverse auction process shall be
legally binding on the bidder. The bid values submitted by the bidder are
digitally signed by the bidders before submitting. The bidder, after initial
submission of a bid, cannot subsequently increase the bid. They can only
reduce their bid by the minimum permissible decrement or its multiples. The
last bid submitted by the bidder in the Reverse Auction will be considered as
the valid price bid offered by that bidder and will be the basis for
evaluation/ acceptance by Nalco.
11. System displays L1 landed price in auction creation form and allows TIA to
edit the value as ‘start bid’ price. Normally, TIAs will enter the L1 Price as
the start bid price.
12. Elapsed time: Shall be fixed at ten minutes. There will be auto extensions of
time, every time, (by five to ten minutes) in case of any reduction recorded
in the last auto-extension-time-duration. The reverse auction will come to a
close only when there is no further reduction recorded in the last ten-minute
slot.
13. Maximum Seal Percentage: It is the maximum reduction that can be allowed
in the bidding process in a single go. Higher reductions will not be allowed
by the system. This protects us from any possible mistakes by bidders. For
any higher discount, the bidder has to repeat the action, and the system
allows it.
14. Only the chronologically last bid submitted by the bidder till the end of the
auction shall be considered as the valid price bid of that bidder. Any bid
submitted earlier by the bidder prior to submission of his last bid will not be
considered as a valid price bid.
15. Final BOQ-Comparative-Chart is generated from the system, by freezing the
tender at the end of reverse auction process. This chart contains original
offer and L1 auction price details. The log details of the entire reverse
auction process will be generated by the system once the process of reverse
auction is completed. The above information can also be accessed by the
participating bidders, once the reverse auction is completed.
17. In case of disruption of service at the CPP Portal end during Reverse Auction
Process for any reason, the Reverse Auction Process will start all over again.
In such a situation, the last recorded lowest price of prematurely ended
Reverse Auction Process, will be the ‘Start Bid’ price for the restarted
process. Disruption and restarting of Reverse Auction Process shall be
intimated to all the bidders through system/SMS/e-mail through CPP Portal.
All the stipulations of pre-maturely ended Reverse Auction Process will be
applicable to the restarted process.
CHAPTER - X
TENDER DOCUMENTS
(j) Standard formats, including Bid Cover letter, bank guarantees, Integrity
Pact, SA 8000 format, etc. wherever applicable
(k) Evaluation Criteria of Bids in case of competitive bidding
(l) Technical and Commercial Loading, if any.
(d) Broad Objective of the EOI
(e) Technical & Financial Eligibility criteria
(f) Terms and conditions of the proposed procurement
In the second stage, tender documents will be prepared as per Para –
10.2 above.
In all the cases where more than one source is required, approval is to be
taken during administrative approval from the competent authority who has
the power to approve the administrative approval as per DOP prior to issue
of NIT and there has to be clear stipulation in the NIT about the division of
the order so that the bidders are aware of the same at the time of bidding
itself. It should also be mentioned in the NIT that the distribution can be
changed in the event bidders eligible for ordering as per pricing position in
the tender have offered/ acceptable for lesser quantity and based on
participation of MSE & Ancillary Units.
transparent and equitable based on objective data available in the bids e.g.,
eligibility data, quantity/delivery, etc.
10.5 In case of Open/ Global Tender the following clause should form
part of the tender documents:
Bidders may be asked to deposit Earnest Money/ Bid Security as per the
slab given below:
Sl. EMD
Estimated Value Work
No Amount (Rs.)
1 Up to Rs.2 lakhs 2,000=00
Sl. EMD
Estimated Value Work
No Amount (Rs.)
2 More than Rs. 2 lakhs and up to Rs. 5 lakhs 4,000=00
3 More than Rs. 5 lakhs and up to Rs. 15 lakhs 10,000=00
8 More than Rs. 100 lakhs and up to Rs. 150 lakhs 1,25,000=00
9 More than Rs. 150 lakhs and up to Rs. 200 lakhs 1,75,000=00
10 More than Rs. 200 lakhs and up to Rs. 300 lakhs 2,50,000=00
11 More than Rs. 300 lakhs and up to Rs. 400 lakhs 3,50,000=00
4,50,000=00
12 More than Rs. 400 lakhs and up to Rs. 500 lakhs
@1%# subject
13 More than Rs.500 lakhs to maximum of
25,00,000=00
# The exact amount of EMD/ Bid Security, rounded off to the nearest
thousands of Rupees, as determined by the Procuring Entity, is to be
indicated in the bidding documents.
While working out the EMD, the Bill Selling rates of exchange declared by
the State Bank of India as applicable on date of floating of Tender or
previous working day (if bill selling rates for the date of floating tender is
not available) will be taken into account.
(vi) Bank Guarantee (including e-Bank Guarantee) from banks acceptable
to NALCO as per format of NALCO, valid for 30 days beyond the
required validity of bid.
(vii) In the form of TT remittance/ online transfer - NEFT, RTGS, SWIFT.
(viii) Account payee Demand Draft, Fixed Deposit Receipt, Banker’s
Cheque, etc. from a Commercial Bank.
The proof of such transfer/ transaction needs to be submitted with the
offer.
However, EMD will not be accepted in cash.
The Public Sectors, Government agencies and the Micro & Small Enterprises
registered with NSIC/ District Industries Centres (DICs)/ Khadi & Village
Industries Commission(KVIC)/ Khadi & Village Industries Board (KVIB)/Coir
Board/ Directorate of Handicrafts and Handloom or any other body specified
by Ministry of Micro, Small & Medium Enterprises (for the product for which
they are registered), Micro & Small Enterprises having Udyam Registration
Number or as per notification, others for which specific exemption has been
granted by NALCO and all Startups recognized by Department for Promotion
of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry,
Govt of India are exempted from payment of EMD.
order need approval of Director and above, the waiver of EMD can be
approved by CMD.
For the tenders, which are invited electronically through CPPP, Participating
MSE vendors are required to declare their Udyam Registration Number (or
as per notification) in CPPP, failing which such bidders shall not be
exempted from deposit of Earnest Money Deposit (EMD). This condition
should be incorporated in the tender documents.
The EMD will be returned to all unsuccessful bidders within seven working
days after finalization of the order with the approval of HOD of the Materials
Department. The EMD of the successful bidder will be returned after they
accept the order, submit Security Deposit (SD) or Contract cum
Performance Bank Guarantee (CPBG) and bank confirmation of the SD/
CPBG thereafter, as the case may be. In case where submission of SD/CPBG
is not a condition of tender, EMD of successful bidder will be released after
successful execution of the order. Whenever EMD is asked this clause needs
to be incorporated in the enquiry. In case where submission of SD/CPBG is
a condition of Purchase Order and if the successful bidder accepts the order
but fails to submit the Security Deposit/ Contract cum Performance Bank
Guarantee, the EMD will be retained. In such cases the differential amount
towards SD/CPBG and EMD may be deducted from the bills of vendor which
may be released after receipt of SD/ CPBG. In the event of non-execution of
order, the EMD shall stand forfeited. The above details of submission of
EMD, return of EMD, Security Deposit, CPBG, etc. are to be mentioned in
the Tender documents.
by way of Bank Guarantee in NALCO's format from any Bank approved by
NALCO which shall be valid for a period of 6 months beyond the committed
delivery period towards fulfillment of obligations in the Purchase Order.
Security Deposit shall be returned to the seller after successful execution of
the order subject to recovery of claim, if any. If CPBG is to be submitted by
the vendor(s), the submission of SD is not applicable. Where submission of
SD is the conditions of PO, but the vendor fails to submit SD or at his option
equivalent BG after placement of order, the equivalent amount will be
recovered from the bills of the vendor till the full amount is recovered.
Wherever considered necessary especially for plant, machinery, bulk & raw
materials; the supplier will be asked to submit a composite Contract-cum-
Performance Bank Guarantee for 5% (five percent) of the order value for
Supply contract & 10% (ten percent) order value for LSTK contract including
amendment from any bank approved by NALCO and as per NALCO’s format
towards successful execution of the contract and performance guarantee
obligation of the equipment/ system as agreed upon. The order value will
be calculated excluding taxes. The BG shall remain valid up to 60 (sixty)
days beyond the warranty/ guarantee period. If submission of CPBG is the
condition of purchase order and the vendor fails to submit CPBG after
placement of order, the equivalent amount will be recovered from the bill(s)
of the vendor till the full amount is recovered. In all such cases, the security
deposit requirement shall not be applicable.
Subject to any deduction which NALCO is authorized to make contract cum
performance bank guarantee shall be released after satisfactory execution
of the contract. On the breach of the contract by the supplier, contract cum
performance bank guarantee shall be forfeited/ encashed whether or not
the company has suffered a loss on this account and purchase order will be
rescinded. Forfeiture/ encashment of contract cum performance bank
guarantee does not prejudice NALCO's rights to make risk purchase and
recover damages on account of such risk purchases. However, credit may
be given for the contract cum performance bank guarantee forfeited/
encashed in appropriate cases.
Agreed Terms & Conditions - ATC (Import & Indigenous) will necessarily be
sent for two-part bid tendering cases, capital items and high value
consumables. So far as Raw Materials is concerned, already detailed and
elaborate Agreed Terms & Conditions are in use, which should continue.
They, however, contain the information as sought for in the above ATC. The
formats for ATC (Import & Indigenous) are attached at Chapter - XI - Forms
& Annexures. The clauses of ATC are indicative only and the ATC may be
altered depending upon the tender requirement
10.10 Loading Factor:
10.10.1 The Indentor and MM Dept. shall also determine/ record the relevant
factors (for technical and commercial loadings) in addition to the price to be
considered in Tender Evaluation and the manner in which they will be
applied for the purpose of determining the lowest evaluated tender. These
factors, other than the price, to be used for determining the lowest
determinable tenderer shall, to the extent practicable, be expressed in
monetary terms or given relative weightage in the evaluation provisions in
the Tender Document. No factors other than those specified in the Tender
Document shall be used in the evaluation of offers at the time of preparing
the Comparative Statement. This shall also form part of the Tender
Document.
(i) Price loading on account of payment terms at variance with payment terms
of tender documents will be loaded for the relevant period @ the interest
rate based on Marginal Cost of Funds based Lending Rate - MCLR (1-year
tenor) of SBI for one year as on April of the said FY plus 1%. The interest
rate based on MCLR shall be frozen for the tender depending on the date of
issue of tender and shall be valid till finalization of the tender.
(iii) Loading in case of foreign vendor getting paid on FOB basis vis-à-vis
competing indigenous vendor getting paid upon receipt of materials with 30
days credit
10.11 Purchase Preference Policy for MSEs (Micro and Small Enterprises)/
Ancillary Units:
(A) In case the tender item cannot be split or divided, and when L1
bidder is not an MSE, then participating qualified MSE bidder quoting a price
within the price band of L1+15% may be awarded for full/ complete supply
of total tendered quantity/ value subject to matching the L1 price.
c) In case of Private Limited Companies, SC/ST or Women
promoters shall be holding at least 51% (fifty-one percent) share.
(C) In a tender with splitable or divisible quantity as per para (B) above,
in case of more than one such MSEs in a tender, the supply shall be
shared proportionately (to tendered quantity). However, it can be done
depending upon split-ability and reasonability of distributing the tendered
quantity. In case 25% quantity cannot be further divided, NALCO shall
place the order for supply of 25% quantity to lowest eligible MSE amongst
the MSEs qualifying within the price band of L1 + 15%.
(D) “To encourage the Ancillary units, up to 40% of the tender quantity
less the quantity considered on MSEs as at para 10.11(B) above, shall be
reserved for Ancillary units, subject to matching with L1, in a tender with
split-able or divisible quantity.
2. Out of the target of 25% of annual procurement from MSEs (Not in the
specific tender), the sub-target of 4% of annual procurement from MSEs
is earmarked for procurement from MSEs owned by Scheduled Caste
(SC)/ Scheduled Tribe (ST) entrepreneurs, and 3% of annual
procurement from MSEs is earmarked for procurement from MSEs
owned by women entrepreneur. However, in the event of failure of such
MSEs to participate in the tender process or meet tender requirements
and L1 price, the 4% sub-target for procurement earmarked for MSEs
owned by SC/ST entrepreneurs and 3% earmarked to women
entrepreneurs will also be met from other MSEs.
3. Policy benefits are applicable for all MSEs registered under Udyam
Registration irrespective of relevance of product category. For the
tenders, which are invited through CPPP, MSE vendors are required to
declare their Udyam Registration number in CPPP, failing which such
bidders will not be allowed to avail Purchase Preference Policy for MSEs.
This condition should be incorporated in the tender documents.
4. Policy is meant for procurement of only Goods produced and services
rendered by MSEs. Traders/ distributors/ sole agent/ works contracts are
excluded from the purview of Public Procurement Policy for MSEs Order,
2012. Subcontract given to MSEs will be considered as procurement from
MSEs.
5. As per Govt. guidelines all goods and services from MSEs are to be
procured through GeM portal.
6. Procurement details from MSEs are to be uploaded in MSME Sambandh
Portal on a monthly and annual basis
TReDS Platform:
his account. Efforts need to be made to register all the MSE vendors of the
company on TReDS platform and provide the benefits to all the MSE’s who
desire to avail the benefits of TReDS.
For the tenders, which are invited electronically through CPPP, Participating
MSE vendors are required to declare their Udyam Registration number (or
as per notification) in CPPP, failing which such bidders will not be allowed to
avail Purchase Preference Policy for MSEs. This condition should be
incorporated in the tender documents.
(i) IMPORTED
1. FOB Price : As quoted
as quoted or estimated freight
2. Add Ocean Freight :
by NALCO
3. Sub - Total (CFR) : 1+2
As per applicable rate (fixed
4. Marine Insurance : through Annual Insurance
Contract for FY) on CFR
5. Sub - total (CIF) : 3+4
15. Commercial loadings, if any : On FOB Supply Price
16. Total after loading 13 + 14 + 15
17. Less, Input Tax Credit (ITC) : (-) 9 + (-) 10
18. Total Comparable Price : 16 + 17
Notes:
A) In case firm freight is not quoted by a vendor, loading shall be based
on max. Freight quoted by other vendor from that region and in case
there is no other offer from that region loading will be based on
estimation by NALCO.
B) GST Compensation cess shall be applicable for items as notified by
Govt. of India from time to time.
C) The aforesaid evaluation will be applicable for Bulk items, Capital
Equipments & Project Items.
D) For Spares, loading of 5% is to be done on FOB price at Sl. No. - 2
above. Sl. Nos. – 4 & 12 are to be deleted.
E) The above-mentioned calculation is an example only.
(ii) INDIGENOUS
Notes:
A) In case firm freight is not quoted by a vendor, loading shall be based
on max. Freight quoted by other vendor from that region and in case
there is no other offer from that region loading will be based on
estimation by NALCO.
B) Compensation cess shall be applicable for items as notified by Govt.
of India from time to time.
C) The above-mentioned calculation is an example only.
In the case of composite contracts i.e., contracts involving both supply and
site work (i.e., civil structural, installation, commissioning, PG Test, etc.)
Marine cum Erection (MCE) insurance shall be in the scope of the supplier,
wherever possible and on case-to-case basis.
The date, time and place of the pre-bid conference should be indicated in
the tender documents. Bidders should be asked to submit written queries in
advance of the conference. After the conference, the techno-commercial
requirements may be revised if considered necessary by way of issue of a
formal corrigendum after approval of Competent Authority. The
corrigendum will be hosted on the NALCO Website.
1. Once given along with the approved PR, Technical Specification and
SOW would be considered as final.
of the above based on the queries received or otherwise, the
approval of the concerned authority who had originally approved the
scope of work will be required with full justification.
At any time prior to the date of submission of bids, the purchaser may,
whether at his own initiative or in response to a clarification sought by a
prospective bidder, amend bid documents by issuing a corrigendum with the
approval of the concerned authority. The corrigendum shall be notified
through email to all known prospective bidders. Such amendments are also
to be uploaded on the relevant website. When the amendment/ modification
changes the requirement significantly and/or when there is not much time
left for the tenderers to respond to such amendments, and prepare a
revised tender, the time and date of submission of tenders are also to be
extended suitably, along with suitable changes in the corresponding
timeframes for receipt of the tender, tender validity period, and so on, and
validity period of the corresponding EMD.
10.17.2 In the event of extension of the due date, if any tenderer requests in
writing before the tender due date for withdrawing of their tender (in hard
copy) which they have submitted, the request may be agreed to, and their
tender can be returned. In case of e-tender the vendor may withdraw their
offer from the system.
10.17.3 Where, for any reason, the due date and/or time of opening the
tender is extended, the concerned executive shall intimate the revised
tender opening date and time to all the firms to whom the tender had been
issued in case of LTE irrespective of the number of quotations already
received. In the case of Open/ Global Tender, the extension of bid due date
will be hosted in the websites where the original tender was hosted.
Intimation may also be given to all the bidders who have already submitted
their offer, other parties who have shown interest in the tender as well as
any prospective/ potential vendors.
The maximum validity of the tender from the date of its opening may be
fixed in the NIT as under:
Sl.
Tender system Validity Period
No.
1 Single Tender 45 days
2 Limited Tender single Part 60 days
3 Limited Tender two part 90 days
120 days (for regular
4 Open Tender/ Global Tender procurements)
180 days for (LSTK/
Sl.
Tender system Validity Period
No.
irregular procurements)
10.19 Issue of bidding documents to firms with whom business has been
banned/ suspended/ not settled the risk and cost claim:
(b) Whether they have received any direct or indirect subsidy/
financial stake from any of them. (As per declaration by the
bidder)
(OR)
(c) Whether they have a relationship with each other, directly or
through common third parties, that puts them in a position to
have access to information about or influence on the bid of
another bidder. (As per Declaration by the bidder)
(d) The bidder participates in more than one bid in the bidding
process. As per documents/declaration submitted)
(e) They have the same legal representative/ agent for the purpose
of the bid. (As per documents/ declaration submitted)
Note: A principal can authorize only one agent, and an agent should
not represent or quote on behalf of more than one principal. There can
be only one bid from the principal manufacturer directly or through an
agent on his behalf. However, this shall not debar more than one
Authorised distributor (with/ or without the OEM) from quoting
equipment manufactured by an Original Equipment Manufacturer
(OEM) in procurements under a Proprietary Article Certificate or
Standardized Certificate.
(f) Bidder or any of its affiliates participated as consultant in the
preparation of the design or technical specifications of the
contract that is the subject of the bid.
(g) In the case of a holding company having more than one
independently manufacturing unit, or more than one unit having
common business ownership/ management, only one unit should
quote. Similar restrictions would apply to closely related sister
companies. Bidders must proactively declare such sister/ common
business/ management units in same/ similar line of business. (As
per documents/ declaration submitted)
Note: -
(1) Specific declaration in a format should be sought from bidders in the
NIT in respect to clauses (a) to (g) above duly certified by Chartered
Accountant.
(2) Copies of published latest annual report of the bidder to be sought. In
case, annual report is not being published by an organization/entity, the
annual report to be duly certified by the Chartered Accountant.
Offers received against a tender from such firms as stated above, shall be
considered that the offers are from a single source and only the lowest bid
price, out of such multiple techno-commercially acceptable offers, shall be
considered for evaluation & other bids shall be rejected. If prices quoted by
the bidders are the same, then the bidder who has the highest eligible
quantity shall be considered.
CHAPTER - XI
11.1.2 E-mail quotations may also be considered as valid quotations in the case of
single tenders (single tenders as defined at Chapter IV).
11.1.3 The mode of dispatch and receipt of tender is to be clearly specified in the
NIT.
11.2 For the purpose of opening, tenders shall be classified into following
categories:
11.2.1 Regular tender: Tenders received on or before the due date and time of
tender submission will be treated as Regular Tenders.
11.2.3 Offers received against Single Tender cases can be opened before or after
the tender opening date by the dealing MM Dept.
As far as possible, the tenders are to be opened on the due date and time
specified in the NIT. The tenders can be opened on any working day. If any
due date happens to be unscheduled holiday, then next working day may
be fixed. Provision to be kept in the Tender for such eventuality.
In case the bidder(s) submit more than one offer(s) within scheduled/
revised scheduled date of opening of bids, all the offers submitted by the
bidder against enquiry will be opened and latest offer only will be
considered for evaluation. In case more than one offer with the same date
is received from a bidder, the lowest will be considered.
All the bidders will be informed about the extension of the tender opening
date including those bidders who have already submitted the offer.
Price bids for the two-part tender will be opened after approval of
Committee recommendations (wherever applicable) by the Competent
Authority. In two-part tenders if any tender(s) is/(are) received in composite
form in hard copy, the same shall be re-sealed by representatives of
Materials and Finance Department immediately after opening. Such bidders
will be asked to submit separate sealed Techno-Commercial bids, without
any alteration/ modification to the techno-commercial conditions, for
evaluation.
All the tenders received (in offline tendering mode) shall be serially
numbered and signed on all pages by the nominated officers of the
Materials and Finance Department. Any over-writing or corrections on the
tender shall be encircled and initialed by both the persons with date. Offers
received in online mode and over mail (in case of proprietary items) need
not be signed.
The bidders may depute their representative for witnessing tender opening
if they so desire. During the opening of the tender, the tender opening
committee will read out particulars like the prices, taxes and duties and
EMD, etc. of all bidders.
bid, the bids of its authorised dealer will not be considered and EMD will be
returned.
One agent cannot represent more than one manufacturer or quote on their
behalf in a particular tender enquiry. One manufacturer can also authorise
only one agent/ dealer except for proprietary or standardised cases. There
can be only one bid from the following:
11.7 In the event, during the process of procurement action, the name of the
Company changes because of acquisition, merger, change in name, etc.,
then such cases on being vetted by Legal Department/ Company Secretary
Deptt., can be approved by GGM (Materials) for placement of Order on the
newly formed Company by considering the Bidder Qualification Criteria of
the original Company.
11.8 In the event, after placement of order, the name of the Company changes
because of acquisition, merger, change in name etc., then such cases on
being vetted by Legal Department/ Company Secretary Deptt. can be
approved by the competent authority who has approved for placement of
Order. In the event proprietor of the company changes due to demise of the
original proprietor and GST number of the company changes subsequently
then such cases on being vetted by Legal Department/ Company Secretary
Deptt. can be approved by the competent authority who has approved for
placement of Order for issue of suitable order amendment.
CHAPTER - XII
EVALUATION OF TENDER
In case of proposal valuing more than Rs.50 Lakhs, the Tender Committee
will send its recommendations for approval of the Competent Authority, for
placement of order/ award of contract.
In case of single part tender involving more than one vendor, as a principle,
commercial clarifications having price implication from bidders after opening
of tenders are to be avoided. However, while evaluating and deciding for
award of contract, care needs to be taken for proper analysis on the
following:
a) If the deviations taken can be quantified in monetary terms with
reasonable accuracy, then proper loading factor on the quoted rates
must be considered for evaluation without any correspondence with
bidders wherever the loading conditions has been mentioned in the
tender.
department. Clarifications should be sought from bidders, by
specifying a reasonable cut-off time for submission of clarifications/
confirmations/ deficient documents. Sufficient time should be given
to the bidders to submit their responses depending upon the nature
of clarifications/ confirmations/ deficient documents which are
required to be submitted. The guiding principle in accepting
clarifications is that the basic structure of the bid already submitted
by the bidder should not be allowed to change after opening of bids.
The technical committee will give their technical recommendation
well within the offer validity period. In case, offer validity has expired
during technical evaluation, suitable offer validity extension will be
taken by the technical committee before forwarding their approved
technical recommendation to Materials Deptt. The proposal for
acceptance of Techno Commercial bids, shall be prepared by the
Committee and approved by the Competent authority as per DOP
before opening of price bids. Price bids of only techno-commercially
acceptable parties will be opened.
necessary approval will be taken at the time of taking Administrative
approval that Delivery period/ Completion period of the tendered
item/ Project is critical and no extension/ change of Delivery period/
Completion period is acceptable to the Company. In such cases, it
will be mentioned in the NIT that if the Delivery period/ Completion
period quoted by the vendors are not matching to the requirement of
NALCO, then their offers are liable to be rejected. This provision shall
be applicable only for Capital Goods procurement through Two Part
Tendering System.
12.2 After opening of the price bids a comparative statement with pre-fixed
technical/ financial loading if any will be prepared by Materials Department
and checked by Finance Department. The person preparing/checking the
comparative statement shall sign on the comparative statement as token of
their having prepared/checked the comparative statement. Wherever the
NIT stipulates splitting of Orders, conditional discount, if any, shall be
considered while evaluating bids and determining inter-se positions only up
to the eligible quantity as per NIT.
12.3 In case more than one tenderer is qualifying as L1 (when there is a tie for
L1 position), after price evaluation and the order is not to be split, the
placement of order shall be done after obtaining reduced revised price bid
from the L1 tenderers in sealed envelope. However, provision of finalization
of such cases shall be done as per GeM provision for the cases tendered on
GeM.
(c) In case the validity of offers expires during the processing of the case, all
the techno-commercially accepted bidders shall be requested to extend the
offer validity with same price and terms & condition of the tender. The
offers of such bidders shall be rejected if they do not extend the validity
unconditionally.
(f) The price implication submitted in offline mode by the bidders shall be
opened and uploaded in CPP portal (preferably as part of techno-commercial
evaluation summary while configuring price bid opening) before opening of
original price bids for information of all the participating bidders. The
evaluation will be done taking into account the original on-line price bid
along with offline price implications.
12.5.1 Ordinarily, payments for services rendered or supplies made should be
released only after the services have been rendered or supplies made.
However, it may become necessary to make Interest bearing recoverable
advance payments in the following types of cases:
Such advance payments should not exceed 30% of the Contract Value.
2. The advance shall be paid to the vendor/ supplier, if requested by
them, in not less than two installments in case the advance sought is
up to 10% of the order value (excluding taxes & duties) and in not
less than three installments in case the advance sought is above 10%
of the order value (excluding taxes & duties).
6. Recovery of advance paid shall start from 1st Invoice and will
continue till the full advance amount and interest is recovered.
approved during administrative approval and shall be suitably
incorporated in the tender.
5. Recovery of advance paid shall start from 1st Running Account (RA)
Bill and will continue till the full advance amount and interest is
recovered.
6. No commercial loading shall be done on account of payment of
advance if the vendor agrees for interest bearing advance as per our
NIT.
12.5.2 Normally Advance payment to the vendors without bank guarantee and
without interest should not be considered. However, in specific cases where
without bank guarantee and without interest, advance payment is
unavoidable, the advance payment can be considered for vendors
categorised below who may not accept order(s) without advance.
Such advances will be given in specific cases giving proper justification with
concurrence of Finance & approval of authority one grade higher than CA to
approve placement of order. In case of CA being CMD/ Board, CMD would
approve.
12.6.1 This guideline is to deal with single bid situation during tendering process of
Limited Tender Enquiry (LTE), Open Tender (National Competitive Bidding -
NCB) and Global Tender (International Competitive Bidding - ICB). This will
ensure timely Placement/ issuance of orders ensuring clarity and uniformity
in decisions in procurement under single bid situation.
SINGLE BID:
Single acceptable bid against receipt of multiple bids (i.e. one bid is techno-
commercially qualified against receipt of multiple bids) in LTE/NCB/ICB.
• The bidders qualifying criteria (BQC) of the tender shall be framed generic
in compliance to the provision of extant rules & procedures of the company.
• The tender enquiry should be published in, NALCO website and
consultant's website (wherever consultant is engaged).
• For submission of bids, time should be given as per the extant procedure
and guideline of Nalco/ approved by competent authority (in case of
deviation) along with intimation and follow-up with the vendors for both
Open/ Global & LTE tenders.
SI. No. Description Status
Consultant.)
02 The NIT has been hosted in NALCO website, Yes/ No
Consultant website (in case consultant is engaged
for floating of tender) & communicated to
shortlisted vendors through mail/letter by respective
tendering agency.
• budgetary quotation
SI. No. Description Status
Or
• executed value of similar work escalated to the
latest year
Or
• estimate based on prevailing DSR
Or
• CPWD rate analysis
Or
• Internal information (last purchase order value
duly escalated)/Consultant recommendation.
Or
• Market scenario during the tendering period
Note: (i) For acceptance of single bid/ resultant single bid after opening of
techno-commercial Part–1 offers and before opening of price bids, all points
from 1 to 4 above are to be complied/ marked as YES.
(ii) For acceptance of single bid/ resultant single bid after opening of
price bid, Sl.No.–6 above is to be complied/ marked as YES along with
reasonableness to be certified by Tender Committee members/ USER
Deptt./ Consultant.
CHAPTER – XIII
NEGOTIATION
When one source is adequate, negotiation will be held with L1 bidder only.
However, government guidelines with respect to purchase preference, if
any, to PSUs or any other specific category of firm/industry shall be taken
into account.
13.3 When more than one source is required or the lowest bidder has not offered
for full tender quantity, negotiation will be held first with L1 bidder in case
negotiation is necessary to freeze the acceptable L1 price. The frozen L1
price is then to be offered to all the technically acceptable bidders in order
of their position till the entire quantity is covered. After considering at least
10% higher quantity for the L1 bidder or the distribution quantity stipulated
in the tender provided he has offered for such quantity and is considered
acceptable, the remaining quantity will be distributed among bidders (who
have matched L1 price) in order of bid status till the required numbers of
sources/quantities are met. If required number of sources/quantities could
not be met even with above and the uncovered quantity cannot be kept in
abeyance till the next tender, then negotiation will be held with the lowest
bidder who have not matched the L1 price to bring down the price to the
extent possible and order can be placed on them at that differential
negotiated price with due approval of the competent authority. This process
will continue till the required numbers of sources/quantities are met.
However, orders on differential pricing shall be avoided.
If the L1 bidder has offered more quantity than allocated for L1 bidder and
other bidders do not match the L1 price, then the L1 bidder can be
considered for additional quantity.
13.4 In case of critical/vital/safety/security nature of the item, large quantity
under procurement, urgent delivery requirements and inadequate vendor
capacity, it may be advantageous to decide in advance to have more than
one source of supply. In such cases a clause should be added to the bid
documents, clearly stating that NALCO reserves the right to split the
contract quantity between suppliers. The manner of deciding the relative
share of lowest bidder (L1) and the rest of the tenderers should be clearly
defined, along with the minimum number of suppliers sought against the
tender. In the case of splitting in two and three, the ratio of 60:40; 70:30;
50:30:20, respectively, may be used or a different ratio may also be used
with justifications.
In all the cases where more than one source is required, approval of
competent authority is to be taken prior to issue of NIT and there has to be
clear stipulation in the NIT about the division of the order so that the
bidders are aware of the same at the time of bidding itself. It should also be
mentioned in the NIT that the distribution can be changed in the event
bidders eligible for ordering as per pricing position in the tender have
offered/ acceptable for lesser quantity and based on participation of MSE &
Ancillary Units.
13.6 On completion of negotiation, the reasonableness of the price may need to
be recorded. However, in cases where reasonableness of the price could not
be established based on the available data, placement of Order may be
considered depending upon the exigency of requirement.
13.7.2 The Broad guidelines for judging the reasonableness of price are as under:
(i) Last Purchase Price (LPP) of same (or, in its absence, similar) goods,
duly escalated based on relevant indices available from web/ net or
industry publications.
Where the firm holding the LPP contract has defaulted, the facts
should be highlighted and the price paid against the latest contract
placed prior to the defaulting LPP contract, where supplies have been
completed, should be used.
Where the supply against the LPP contract is yet to commence, that
is, delivery is not yet due, it should be taken as LPP with caution,
especially if the supplier is new, the price paid against the previous
contract may also be kept in view.
(ii) Price list of manufacturers, PO copies for same/ similar items from
other Govt./ Govt. Underatkings/ reputed private companies.
(iii) Current market price of same (or, in its absence, similar) goods.
(iv) Price of raw materials, which go into the production of goods
(v) Receipt of competitive offers from different sources
(vi) Quantity involved
(vii) Terms of delivery
(viii) Period of delivery
(ix) Cost analysis (material cost, production cost, overheads, profit
margin)
(x) Prices paid in emergencies or prices offered in a distress sale are not
accurate guidelines for future use. Such purchase orders shall not be
considered for comparison purpose
13.7.3 In order to assess the reasonableness of the price in the case of Single
Tender, cost price data as per format enclosed at Annexure-I may be sought
from the bidder in the enquiry itself. However, non-submission of cost price
data by the bidder shall have no bearing on the processing and evaluation
of the offer submitted by the bidder.
An Abnormally Low Bid is one in which the bid price appears so low that it
raises material concerns as to the capability of the bidder to perform the
contract at the offered price.
In such cases, Purchase Deptt. will ask Indenting Deptt. to justify the
workability of the bid price vis-à-vis the estimate. The performance of
similar equipment/ item against similar order may also be referred for
certification. Indenting Deptt. may seek written clarifications from the bidder
that they have well understood the scope of work, schedule and any other
requirements of the tender documents. The bidder may also be asked to
give detailed price analysis in relation to the above scope of work, schedule,
etc.
However, it would not be advisable to fix a normative percentage below the
estimated cost, which would automatically be considered as an abnormally
low bid. Due care should be taken while formulating the specifications at the
time of preparation of the bid document so as to have a safeguard against
the submission of abnormally low bid from the bidder.
13.9 After negotiation, the proposal shall be submitted by the original proposer
(committee or dealing purchase officer), as the case may be for financial
concurrence/ approval of the Competent Authority.
Annexure-I
Bidder to furnish
(a) For the items offered to NALCO, the actual cost of production for similar
items manufactured and supplied in the past.
(f) Past supplied rates to other buyers along with copies of the contract/
purchase orders.
Annexure-II
FORMAT OF COST ANALYSIS
Break - Up of Fixed Price Quotation
Year of Quotation
(Rs. in Lakhs)
Sl. No. Particulars Rs.
1. MATERIAL
Imported
1.1 i) Raw Materials
Rejection ( % on (i) )
ii) Bought Out items
Rejection ( % on (ii) )
Sub - total - 1.1
1.2 Indigenous
i) Raw Materials
Rejection ( % on (i) )
ii) Bought Out items
Rejection ( % on (ii) )
iii) Any other input cost factor ( to
specify)
Sub - total - 1.2
Total - 1.1 + 1.2
1.3 Freight & Insurance Charges
{ % of (1.1 + 1.2) }
1.4 Storage Handling Charges
{ % of (1.1 + 1.2) }
Material Cost Sub – total - 1
2. CONVERSION COST
Man hours x Manhour rate (MHR)
Sub - total - 2
3. NON - RECURRING COST
Sub - total - 3
4. SUNDRY DIRECT CHARGES
Sub - total - 4
5. FINANCING COST
Sub - total - 5
6. Total of Sub - totals ( 1 to 5)
7. Warranty Cost ( % of 6)
8. Total Cost (6 + 7)
9. Profit ( % of 8)
10. Selling Price (8 + 9)
CHAPTER – XIV
CANCELLATION OF TENDER
CHAPTER – XV
ORDERING
All Purchase Orders shall be generated in SAP/ ERP System except for cases
processed on GeM. However, after placement of order on GeM, dummy
purchase order shall be generated in SAP/ ERP System for regularization
purpose only. Special terms and conditions wherever required shall be
incorporated in the Purchase Order. Similarly, if any of printed terms and
conditions are not applicable, the same shall be deleted. All the conditions/
printed terms shall form part of all copies of Purchase Orders.
Once a contract has been concluded, the terms and conditions thereof
should not be varied. No amendment to the contract should be made that
can lead to a vitiation of the original tender decision or bestow an undue
advantage on the contractor/supplier. However, due to various reasons,
changes and modifications are needed in the contract. Where it becomes
necessary/inescapable, any modification will be carried out with the prior
approval of the CA. Financial concurrence should be obtained before issuing
any amendment that has financial implications/repercussions. Amendment
to Purchase Orders can be issued if acceptable to both the parties.
An amendment can concern any of the clauses of the contract but, in supply
contracts, amendments often relate to the following:
The purchaser reserves the right to place orders for an additional quantity
up to a specified percentage of the originally contracted quantity at the
same rate and terms of the contract, during the currency of the contract.
This clause and percentage should be part of the Bid/NIT documents and
the contract and ideally should not exceed 25% to 30%. Approval should be
taken from the CA (who originally approved placement of order/ tender
decision) to exercise the option clause based on the value of the contract
with the increased quantity. In case the recalculated value of the contract
goes beyond the delegation of powers of the original CA, approval of the CA
for the enhanced value may be taken.
The following points must be kept in mind while operating the option
clause:
(i) In case of decrease in the ordered quantity, it would be fair to allow the
firm to supply work-in-progress or goods already put up for inspection;
(ii) There should be no declining trend in the price of the stores as
evidenced from the fact that no order has since been placed at lower rates
and no tender has been opened since the time offers have been received at
lower rates – even if not finalised;
(iii) If the option clause exists, during provisioning of the next cycle and
during tender evaluation in the next cycle of procurement, application of the
option clause must be positively taken into account. The contract
management authority must also keep a watch on delivery against contract,
if other conditions are satisfied, the option clause must be exercised;
(iv) The option clause is normally exercised after receipt of 50 (fifty) per
cent quantity but if the delivery period is going to expire and other
conditions are fulfilled, it can be exercised even earlier;
(v) The option clause shall be exercised during the currency of the contract
such that the contractor has reasonable time/ notice for executing such an
increase and can be exercised even if the original ordered quantity is
completed before the original last date of delivery. If not already agreed
upon, the delivery period shall be fixed for the additional quantity on the
lines of the delivery period in the original order. This will satisfy the
requirement of giving reasonable notice to the supplier to exercise the
option clause;
(vi) The quantum of the option clause will be excluded from the value of
tenders for the purpose of determining the level of CA in the original tender;
(vii) There should be no option clause in development tender;
(viii) This provision can also be exercised in case of PAC/ single supplier
OEM cases; and
(ix) However, where parallel contracts on multiple suppliers are available,
care should be taken in exercising the option clause, so that the original
tender decision of splitting quantities and differential pricing is not upset or
vitiated. Other things being equal, the supplier with the lower rate should
first be considered for the option quantity.
If the reason for the delay is not attributable to the supplier and/or the
Company has not suffered any loss, delivery extension without LD may be
granted with the approval of the Competent Authority with financial
concurrence. In other cases, delivery extension shall be granted with or
without LD, full or part, with financial concurrence & approval of the
competent authority after taking recommendation of the User Deptt.
However, in the case of capital items where non acceptance of delivery
period/ completion schedule is a reason of rejection of bid, LD waiver shall
not be given for delay attributable to supplier.
Extension of the delivery date can be only done with the consent of both
parties (that is, the purchaser and supplier). No extension of the delivery
date is to be granted suo-motu unless the supplier specifically asks for it.
However, in a few cases, it may be necessary to grant an extension of the
delivery period suo-motu in the interest of the administration. In such cases,
it is legally necessary to obtain clear acceptance of the extension letter from
the supplier.
After expiry of the contract delivery period or towards the end of it, the last
line of letter/ email communication made with a supplier/ vendor should be
as follows:
“This letter/ email is issued without any prejudice to Procuring Entity’s rights
and remedies under the terms and conditions of the subject contract and
without any commitment or obligation.”
15.5 Summary of Purchase Orders placed/ Contracts awarded above Rs. 2.0
Crores during the month is to be posted on the NALCO website as per the
format available in Chapter - XXI - Forms & Annexures. The summary
should cover at least 75% of the value of transactions. The threshold limit
of Rs. 2.0 Crore and 75% coverage may stand revised as per revision of
CVC from time to time.
CHAPTER – XVI
16.0 DEFINITIONS:
a) Firm: The term 'firm' or 'bidder" has the same meaning for the
purpose of these Guidelines, which includes an individual or person, a
company, a cooperative society, a Hindu undivided family and an
association or body of persons, whether incorporated or not, engaged
in trade or business.
b) Allied firm: All concerns which come within the sphere of effective
influence of the debarred firms shall be treated as allied firms. In
determining this, the following factors may be taken into
consideration:
1. Whether-the management is common;
2. Majority interest in the management is held by the partners or
directors of banned/ suspended firm;
3. Substantial or majority shares are owned by the banned/
suspended firm and by virtue of this it has a controlling voice.
4. Directly or indirectly control or is controlled by or is under
common control with another bidder.
5. All successor firms will also be considered as allied firms.
i) Debarment by single Ministry/Department: In cases where
debarment is proposed to be limited to an Organization/ department/
single Ministry.
16.2.1 Rule 151 of General Financial Rules (GFRs), 2017 states the following
regarding 'Debarment from Bidding: -
iii) A procuring entity may debar a bidder or any of its successors from
participating in any procurement process undertaken by it, for a
period not exceeding two years, if it determines that the bidder has
breached the code of integrity/ Integrity Pact. The Department/
organization will maintain such a list which will also be displayed on
their website.
iv) The bidder shall not be debarred unless such bidder has been given a
reasonable opportunity to represent against such debarment
(including personal hearing, if requested by firm).
16.2.2 Code of Integrity: (Rule 175 of GFR 2017 & Clause 3.2 of Manual for
procurement of Goods)
Procuring authorities as well as bidders, suppliers, contractors and
consultants should observe the highest standard of ethics and should not
indulge in the following prohibited practices either directly or indirectly at
any stage during the procurement process or during execution of contracts.
competitive levels.
NALCO’s integrity Pact program has been adopted as per SOP issued by
CVC and is detailed in Chapter XVIII of this manual.
ii) Firms will be debarred if it is determined that the bidder has breached
the code of integrity as per Rule 175 of GFRs 2017. (Ref. Rule 151(iii)
of GFR) or Integrity Pact.
iii) A bidder can also be debarred for any actions of omissions by the
bidder other than violation of code of integrity or Integrity Pact,
which in the opinion of the organization/ Ministry/ Department,
warrants debarment, for the reasons like supply of sub-standard
material, non-supply of material against LOI/BOA/Purchase Order,
abandonment of works, sub-standard quality of works, failure to
abide "Bid Securing Declaration". If the firm refuses/ fails to return the
Company's dues without adequate cause, Misbehavior/ threatening of
departmental supervisory staff during work execution, Constant non-
achievement of milestones on insufficient and imaginary grounds and
non-adherence to quality specifications despite being pointed out,
submission of false/ fabricated/ forged documents for consideration of
a bid, etc.
other Ministries/ Departments. It will only be applicable to all the
attached/ subordinate offices, Autonomous bodies, Central Public
Sector Undertakings (CPSUs) etc. of the Ministry/ Department issuing
the debarment Order.
16.2.6 It is possible that the firm may be debarred concurrently by more than one
Ministry/ Department. Ministries/ Departments at their option may also
delegate powers to debar bidders to their CPSUs, Attached Offices/
Autonomous Bodies, etc. In such cases, broad principles for debarment in
para 16.2.5 as above are to be kept in mind. Debarment by such bodies
like CPSUs etc. shall be applicable only for the procurements made by such
bodies. Similarly, Government e-Marketplace (GeM) can also debar bidders
as per GeM provisions. In case of debarments done by CPSUs, revocation
of the debarment orders before expiry of debarred period should be done
only with the approval of Chief Executive Officer of concerned CPSUs etc.
ii) The firm will remain in suspension mode (i.e., debarred) during the
interim period till the final decision taken by DoE, only in the Ministry/
Department forwarding such proposal.
iv) DoE can also give additional opportunity, at their option, to firm to
represent against proposed debarment.
vi) DoE will maintain a list of such debarred firms, which will be
displayed on Central Public Procurement Portal.
ii) A debarment order may be revoked before the expiry of the Order,
by the competent authority, if it is of the opinion that the disability
already suffered is adequate in the circumstances of the case or for
any other reason.
ii) If case, any debarred firms has submitted the bid, the same will be
ignored. In case such firm is lowest (L1), next lowest firm shall be
considered as L1. Bid security submitted by such debarred firms shall
be returned to them.
iii) Contracts concluded before the issue of the debarment order shall,
not be affected by the debarment Orders.
iv) The Debarment shall be automatically extended to all its allied firms.
In case of joint venture/ consortium is debarred all partners will also
stand debarred for the period specified in Debarment Order. The
names of partners should be clearly specified in the "Debarment
Order".
vi) The period of debarment shall start from the date of issue of
debarment order.
vii) The Order of debarment will indicate the reason(s) in brief that lead
to debarment of the firm.
viii) Ordinarily, the period of debarment should not be less than six
months.
16.2.10 Safeguarding Procuring Entity’s interests during debarment
of suppliers:
Suppliers are important assets for the procuring entities and punishing
delinquent suppliers should be the last resort. It takes lot of time and
effort to develop, registered and mature a new supplier. In case of
shortages of suppliers in a particular group of materials/ equipment, such
punishment may also hurt the interest of the procuring entity. Therefore,
views of the concerned Department may always be sought about the
repercussions of such punitive action on the continuity of procurements.
Past records of performance of the supplier may also be given due
weightage. In case of shortage of suppliers or in case of less serious
misdemeanors, the endeavor should be to pragmatically analyze the
circumstances, reform the supplier and get a written commitment from
the supplier that his performance will improve. If he fails, efforts should
be made to see if a temporary debarment can serve the purpose. (Rule
151 of GFR 2017)
orders placed at Corporate Office, ED(Materials) shall approve such
debarment.
16.3.1 Where the violation by the firm warrants that business dealings with a
particular firm should be banned across all the CPSUs/ Departments under
the Ministry by debarring the firm from taking part in any bidding procedure
floated by the Ministry, the case may be referred to the Ministry after
obtaining the approval of CMD setting out all the facts of the case and the
justification for the proposed debarment, along with all the relevant papers
and documents.
16.3.2 An order for debarment passed shall be deemed to have been automatically
revoked on the expiry of that specified period and it will not be necessary to
issue a specific formal order of revocation.
16.3.3 A debarment order may be revoked before the expiry of the Order, with the
approval of CMD/ Competent Authority, if it is of the opinion that the
disability already suffered is adequate in the circumstances of the case or
for any other reason.
16.3.4 All other terms & conditions of clause 16.2.10 above will apply and to be
strictly followed in cases of debarment by NALCO. NIT/ Bidding documents
must also be suitably amended, to align with the guidelines.
If evidence or sufficient grounds exist for putting a firm in Holiday list, then
Committee of Indenting Deptt. and the respective Materials and Finance
Department, not below the level of AGM, shall deliberate on the matter and
put up the recommendation. The recommendation after due vetting by the
Legal Cell shall be put up to respective Head of Materials Department for
approval.
If sufficient evidence or ground exists for putting a firm in Holiday List, then
an order for putting a supplier or firm under holiday list or temporary
debarment or suspension for a period of up to 12 Months may be passed by
Head of Materials Deptt. of respective Units.
“As per extant NALCO Policy Guidelines, the decision to lift the suspension
order may be examined and considered only on receipt of communication
from the Firm to respective NALCO Unit about corrective/ preventive action
taken, along with request to lift the suspension. Hence, the Firm will
continue to be in the list till such time its name appears in the above list.”
1. No new bids shall be invited from the supplier put on holiday during the
period of holiday.
2. Any new offers of the supplier put on holiday shall not be entertained
during the period of holiday.
5. In case of running rate contracts where multiple POs are placed against
a single rate contract, further POs are not to be placed on the Supplier
during the holiday period.
A supplier may be delisted from the list of registered vendors (but the
supplier data should not be deleted from the system database) for
maximum period of 2 years for one or more of the following reasons:
iii) If the firm has been put under Holiday list or has been debarred /
under process for debarment as per aforementioned guidelines.
the Seller to abide by the Terms & Conditions of GeM bid, timely supply of
material, meeting the required specifications, etc.
The appropriate action against the Seller/ suspension will be taken by the
GeM authorities as per the laid down policy and severity of incident. Hence,
penal action undertaken by GeM under their policy for items procured
through GeM, portal will normally prevail upon NALCO’s suspension/
debarment action.
CHAPTER – XVII
SUPPLIER RELATIONSHIP
MANAGEMENT
17.0 Suppliers are much more than the source for goods & services. They offer
expertise, specialist knowledge and broader market awareness. Managed
rightly, they can be a source for inspiration & innovation, not to mention a
competitive advantage.
Good things come out of strong supplier relationships—much more than just
savings. Ensuring that they become major assets generating competitive
advantage, not risk, requires visibility and control.
Ensuring an up-to-date and current list of registered, capable and
competent suppliers facilitates efficiency, reasonable prices and promotion
of competition in public procurement, especially where open tendering is not
resorted to. The list may be referred to while floating a limited tender.
For orders placed through GeM portal, vendor code shall be created based
on the order placement approval and no separate approval for vendor code
creation shall be required.
17.4.1 Details of major items for each complex will be identified and displayed on
the website for information of prospective vendors. To start with, items with
an annual procurement value of more than Rs.50.00 Lakh may be
considered. The value limit shall be reviewed from time to time.
17.4.2 Press advertisement once a year will be done, in addition to the website
announcement for registration of major items (tender value above Rs. 50.00
Lakh), drawing attentions to details on Nalco’s website for registration of
LTE. Vendors will be requested to visit our plant to gather knowledge of the
materials being used.
17.4.3 The master list of registered vendors at the Unit levels shall be reviewed
and updated every two years with the help of Technical Deptt and with
approval of GM (Materials) of concerned unit. The provisions of Chapter XV
as applicable shall be followed for review.
Vendors are liable to be removed from the registered list of suppliers under
the following circumstances.
(a) If the vendor fails to get qualifying rating on its supplies as per the
vendor evaluation system described in the article no. 17.6;
(b) If the vendor has been delisted or banned;
(c) If the vendor is declared bankrupt or insolvent.
(d) If the vendor is defaulting in respect of a previous contract.
The weightage for quality of the product shall be 70% and the weightage
for adherence to delivery commitment shall be 30%.
Based on the deliveries made during the preceding year, the performance of
vendors against each item shall be reviewed annually.
If the overall annual performance rating of a vendor is below 70% for two
consecutive years, the vendors name will be dropped from the approved
list.
17.8 ON-BOARDING MECHANISM FOR SUPPLIERS:
the Agent is a foreign company, it shall be confirmed whether it is a really
substantial company and details of the same shall be furnished.
17.10.6 Failure to furnish correct and detailed information as called for in the
above paragraphs renders the concerned offer liable for rejection or in the
event of a contract materializing, the same is liable to termination by
NALCO. Besides this, there would be a scope for imposing a penalty of
banning business dealings with NALCO and/or payment of a named sum as
damages.
17.11.1 There shall be compulsory registration of agents for all Global (Open)
Tender and Limited Tender. An agent who is not registered with NALCO
shall apply for registration.
the commission/ remuneration/ salary/ retainer ship being paid by the
principal to the agent before the placement of order by NALCO
17.13.1 Tenderers of Indian Nationality shall furnish the following details in
their offers.
17.13.2 The name and address of the foreign principals indicating their
nationality as well as their status, i.e., whether manufacturer or agents of
manufacturer holding the Letter of Authority of the Principal specifically
authorizing the agent to make an offer in India in response to tender either
directly or through the agents/ representatives.
CHAPTER - XVIII
INTEGRITY PACT
18.0 Integrity Pact (IP) will be applicable for all tenders of procurement, works
and services having estimated value above threshold limit of Rs.50 Lakh as
per present policy. NALCO’s Integrity Pact has been revised vide Circular No.
NBC/MM/Integrity Pact/GGM(Mat)/2022/107 dated 13.06.2022 in line with
revised SOP issued by CVC DATED 03.06.2021.
18.1 The Pre-contract Integrity Pact clause and format should be included and
will form part of the tender document. All Tendering Depts. are required to
mention name and Contact details (Name, E-mail & postal address) of all
the IEMs in the tender to be covered under Integrity pact. Only those
vendors/ bidders who commit themselves to the Integrity Pact with NALCO
would be considered competent to participate in the bidding process i.e.
entering into this pact would be a preliminary qualification. Each page of
such Integrity pact proforma would be duly signed by Purchaser’s
competent signatory. All pages of the Integrity Pact are to be returned by
the bidder duly signed by the same signatory who signed the bid, i.e. who is
duly authorized to sign the bid and to make binding commitments on behalf
of his company.
18.5 Submission of incomplete IP documents with the tender should not lead to
disqualification of the bidder. Such vendors should be asked to comply to all
IP guidelines subsequently.
18.6 Offers violating any of the provisions of the Integrity Pact should be
rejected, without considering them for any relaxation/ dispensation from the
provisions of Integrity Pact. In exceptional circumstances, if it is considered
essential to grant any relaxation/ dispensation to the provisions of IP to any
bidder, the issue should be referred to lEMs for their expert opinion on
whether such relaxation/ deviation can be accepted or not. Based on their
opinion, such cases can be considered with the approval of the concerned
Director.
18.8 The Integrity Pact is deemed as a part of the contract and the parties are
bound by its provisions. This should be incorporated in the NIT & PO/
Contracts. Integrity Pact in respect of particular contract shall be operative
from the date of signing of the IP till date of completion of contract.
NALCO’s website. As per the latest SOP issued by CVC, all complaints shall
be dealt/ examined jointly by the full panel of IEMs.
18.10 For tenders which are not covered under IP, the bidders will be
required to submit a declaration to commit themselves to take all measures
necessary to prevent corrupt practices, unfair means and illegal activities
during any stage of his bid or during any pre-contract or post-contract
stage. (A short declaration format has been circulated).
CHAPTER - XIX
PUBLIC PROCUREMENT
(Preference to Make in India)
The latest revision of PPP-MII Order, 2017 has been issued by DPIIT vide
office order dated 16.09.2020. Any further revision/ exemptions to the order
are to be complied with as and when issued. All procurement departments
are required to certify compliance of PPP-MII Order while submitting
proposals.
19.1 Definitions:
‘Local content’ means the amount of value added in India which shall,
unless otherwise prescribed by the Nodal Ministry, be the total value of the
item procured (excluding net domestic indirect taxes) minus the value of
imported content in the item (including all customs duties) as a proportion
of the total value, in percent.
‘Class-I local supplier’ means a supplier or service provider, whose goods,
services or works offered for procurement, meets the minimum local
content as prescribed for ‘Class-I local supplier’ under this order.
'L1’ means the lowest tender or lowest bid or the lowest quotation received
in a tender, bidding process or other procurement solicitation as adjudged in
the evaluation process as per the tender or other procurement solicitation.
‘Works’ means all works as per Rule 130 of GFR – 2017 and will also include
‘turnkey works’.
a. In procurement of all goods, services or works in respect of which the Nodal
Ministry/ Department has communicated that there is sufficient local
capacity and local competition, only class-I local suppliers, as defined under
the order, shall be eligible to bid irrespective of purchase value.
b. Only ‘Class-I local supplier' and 'Class-II local supplier', as defined under the
Order, shall be eligible to bid in procurements undertaken by procuring
entities, except when Global tender enquiry has been issued. In global
tender enquiries, 'non-local suppliers' shall also be eligible to bid along with
'Class-I local suppliers' and 'Class-II local suppliers'. In procurement of all
goods, services or works, not covered by sub para(a) above, and with
estimated value of purchases less than Rs. 200 Crore, in accordance with
Rule 161(iv) of GFR, 2017, Global tender enquiry shall not be issued except
with the approval of competent authority as designated by Department of
Expenditure.
c. For the purpose of this Order, works include Engineering, Procurement and
Construction (EPC) contracts and services include System Integrator (SI)
contracts.
(a) Subject to the provisions of this Order and to any specific instructions issued
by the Nodal Ministry or in pursuance of this Order, purchase preference
shall be given to 'Class-I local supplier' in procurements undertaken by
procuring entities in the manner specified here under.
(b) In the procurements of goods or works, which are covered by para 19.2(b)
above and which are divisible in nature, the ‘Class-I local supplier’ shall get
purchase preference over ‘Class-II local supplier’ as well as ‘non-local
supplier as per following procedure:
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
‘Class-I local supplier, the contract for full quantity will be awarded to
L1.
ii. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall
be awarded to L1. Thereafter, the lowest bidder among the ‘Class-I
local supplier’ will be invited to match the L1 price for the remaining
50% quantity subject to Class-I local supplier’s quoted price failing
within the margin of purchase preference, and contract for that
quantity shall be awarded to such ‘Class-I local supplier’ subject to
matching the L1 price. In case such lowest eligible ‘Class-I local
supplier’ fails to match the L1 price or accepts less than the offered
quantity, the next higher ‘Class-I local supplier’ within the margin of
purchase preference shall be invited to match the L1 price for
remaining quantity and so on, and contract shall be awarded
accordingly. In case some quantity is still left uncovered on Class-I
local suppliers, then such balance quantity may also be ordered on the
L1 bidder.
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is
Class-I local supplier, the contract for full quantity will be awarded to
L1.
ii. If L1 bid is not a ‘Class-I local supplier’ the lowest bidder among the
Class-I local supplier’ will be invited to match the L1 price subject to
Class-I local supplier’s quoted price falling within the margin of
purchase preference, and the contract shall be awarded to such ‘Class-
I local supplier’ subject to matching the L1 price.
iii. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1
price, the class-1 local supplier’ with the next higher bid within the
margin of purchase preference shall be invited to match the L1 price
and so on and contract shall be awarded accordingly. In case none of
the ‘Class-I local supplier’ within the margin of purchase preference
matches the L1 price, the contract may be awarded to the L1 bidder.
(d) ‘Class-II local supplier’ will not get purchase preference in any procurement
undertaken by procuring entities.
(a) In case there is sufficient local capacity and competition for the item to be
procured, as notified by the nodal Ministry, only Class I local suppliers shall
be eligible to bid. As such, the multiple suppliers who would be awarded the
contract, should be all and only 'Class I Local suppliers'.
(b) In other cases, 'Class II local suppliers' and 'non-local suppliers' may also
participate in the bidding process along with 'Class I Local suppliers' as per
the provisions of this Order.
(c) If 'Class I Local suppliers' qualify for an award of contract for at least 50%
of the tendered quantity in any tender, the contract may be awarded to all
the qualified bidders as per award criteria stipulated in the bid documents.
However, in case 'Class I Local suppliers' do not qualify for award of
contract for at least 50% of the tendered quantity, purchase preference
should be given to the 'Class I local supplier' over 'Class II local suppliers'/
'Non local suppliers' provided that their quoted rate falls within 20% margin
of purchase preference of the highest quoted bidder considered for award
of contract so as to ensure that the 'Class I Local suppliers' taken in totality
are considered for award of contract for at least 50% of the tendered
quantity.
(d) First purchase preference has to be given to the lowest quoting 'Class-I local
supplier', whose quoted rates fall within 20% margin of purchase
preference, subject to its meeting the prescribed criteria for award of
contract as also the constraint of maximum quantity that can be sourced
from any single supplier. If the lowest quoting 'Class-I local supplier', does
not qualify for purchase preference because of aforesaid constraints or does
not accept the offered quantity, an opportunity may be given to next higher
'Class-I local supplier', falling within 20% margin of purchase preference,
and so on.
(e) To avoid any ambiguity during bid evaluation process, the procuring entities
may stipulate its own tender specific criteria for award of contract amongst
different bidders including the procedure for purchase preference to 'Class-I
local supplier' within the broad policy guidelines stipulated in sub-paras
above.
'Class-II local supplier'. For the items for which Nodal Ministry Department
has not prescribed higher minimum local content notification under the
Order, it shall be 50% and 20% for 'Class-I local supplier'! 'Class-II local
supplier' respectively.
(a) The 'Class-I local supplier'/ 'Class-II local supplier' at the time of tender,
bidding or solicitation shall be required to indicate percentage of local
content and provide self-certification that the item offered meets the local
content requirement for 'Class-I local supplier'/ 'Class-II local supplier', as
the case may be. They shall also give details of the location(s) at which the
local value addition is made.
(b) In cases of procurement for a value in excess of Rs.10 crore, the 'Class-I
local supplier'/ 'Class-II local supplier' shall be required to provide a
certificate from the statutory auditor or cost auditor of the company (in the
case of companies) or from a practicing cost accountant or practicing
chartered accountant (in respect of suppliers other than companies) giving
the percentage of local content.
(d) Nodal Ministries may constitute committees with internal and external
experts for independent verification of self- declarations and auditor's/
accountant's certificates on random basis and in the case of complaints.
(e) Nodal Ministry & procuring entities may prescribe fees for such complaints.
(f) False declarations will be in breach of the Code of Integrity under Rule
175(1)(i)(h) of the General Financial Rules (GFR 2017) for which a bidder or
its successors can be debarred for up to two years as per Rule 151 (iii) of
the General Financial Rules 2017 along with such other actions as may be
permissible under law.
(g) A supplier who has been debarred by any procuring entity for violation of
this Order shall not be eligible for preference under this Order for
procurement by any other procuring entity for the duration of the
debarment. The debarment for such other procuring entities shall take
effect prospectively from the date on which it comes to the notice of other
procurement entities, in the manner prescribed in the below paragraph.
(h) The Department of Expenditure shall issue suitable instructions for the
effective and smooth operation of this process, so that:
i. The fact and duration of debarment for violation of this Order by any
procuring entity are promptly brought to the notice of the Member-
Convener of the Standing Committee and the Department of
Expenditure through the concerned Ministry/ Department or in some
other manner.
ii. On a periodical basis such cases are consolidated and a centralized
list or decentralized lists of such suppliers with the period of
debarment is maintained and displayed on website(s).
iii. In respect of procuring entities other than the one which has carried
out the debarment, the debarment takes effect prospectively from
the date of uploading on the website(s) in such a manner that
ongoing procurements are not disrupted.
c. Reciprocity clause:
I. When a Nodal Ministry/ Department identifies that Indian
suppliers of an item are not allowed to participate and or
compete in procurement by any foreign Govt., due to
restrictive tender conditions which have direct or indirect effect
of barring Indian companies such as registration in the
procuring country, execution of projects of specific value in
the procuring country etc., it shall provide such details to all its
procuring entities including CMDs/CEOs of PSEs/PSU, state
govt and other procuring agencies under their administrative
control & GeM for appropriate reciprocal action.
III. The stipulation in (ii) above shall be part of all tenders invited
by the Central Government procuring entities stated in (i)
above. All purchases in GeM shall also necessarily have the
above provisions for items identified by nodal Ministry/
department.
In case restrictive or discriminatory conditions against domestic
suppliers are included in bid documents, an inquiry shall be
conducted by the administrative department undertaking the
procurement (including procurement by any entity under its
administrative control) to fix the responsibility for the same.
Thereafter appropriate action, administrative or otherwise shall be
taken against erring officials of procurement entities under relevant
provisions. Intimation of all such actions shall be sent to the standing
committees.
technology agreement for indigenous manufacture of a product
developed abroad with clear phasing of increase in local content.
19.16 Powers to grant exemption and to reduce minimum local content: The
administrative department undertaking the procurement with the approval
of their Minister In-charge may by written order, for reasons to be recorded
in writing,
(a) reduce the minimum local content below the prescribed level;
(b) reduce the margin of purchase preference below 20% ;
(c) Exempt any particular item or procuring or supplying entities from the
operation of this Order or any part of the Order.
19.17 Where any Ministry or Department has its own policy for preference
to local content approved by the Cabinet after 1st January 2015, such
policies will prevail over provisions of this order. All other existing orders on
preference to local content shall be reviewed by the nodal Ministries and
revised as needed to conform to this order.
Bidders offering imported products will fall under the category of non-local
suppliers. They can’t claim themselves as Class-I/ Class-II local suppliers by
claiming the services such as transportation, insurance, installation,
commissioning, and training and after sales service support like AMC/ CMC,
etc. as local value addition.
CHAPTER - XX
20.1.1 Procurement may be done from the supplier having lowest price, meeting
the requisite quality, specification and delivery period in line with the
provisions of GeM in the following ways.
(a) For procurement value up to Rs.50,000/- (or any revised value
on GeM) using ‘Direct Purchase’ method:
Procurement of GeM catalogue items may be done through any of the
available suppliers on the GeM, subject to meeting the requisite
quality, specification and delivery period without inviting bids.
(d) For all other cases, procurement may be done by means of bidding
using “catalogue bid/custom bid/BOQ bid” with or without reverse
auction provision. Buyer shall follow GeM procedures for tender
floating by means of “catalogue bid/ custom bid/BOQ bid”.
(g) There is no need to obtain separate approval for NIT terms and
conditions in case of two-part tender, if there is no deviation from GeM
GTC and all the conditions are covered as per guidelines of GeM.
(l) For procurement involving buyback, suitable GeM ATC clause may be
selected in the tender, based on administrative approval.
(c) For items which are not available on GeM or any specific
functionality is not available on GeM for evaluation of bids, specific
reasons to be recorded, while seeking administrative approval of
purchase requisitions.
(p) Samples approval, if required.
(q) For catalogue items: Indentors shall mention the product id in the PR
with additional requirements, if any within the prescribed limit of GeM.
Proper care shall be taken by the indentors that additional parameters
added in the PR shall not be in contradiction to the basic specification
of the selected product.
(r) For custom bid/ BOQ bid of other items, Indentors shall make the PR
with detailed specification without any ambiguity and in compliance to
PPP MII order of GoI.
(s) For administrative approval, the financial implication shall be worked
out with back calculation of tax credit if any.
Note: The above requirements are indicative in nature and not exhaustive.
Indentor may include other clauses if any as per their requirements.
20.1.5 OPENING OF TECHNICAL BIDS, PRICE BIDS, EVALUATION AND
AWARD OF CONTRACT:
(iv) Opening of Price & Technical bids not covered under (ii) above
should be done with the approval of the Competent Authority for
acceptance of tenders called/ placement of order/ award of work/
cancellation of Tender as per DOP.
(viii) Price reasonability of L1/negotiated L1 price obtained in the
tender shall be established as per Cl. 13.7 of Purchase Manual.
(ix) For all the tenders floated through GeM, auto-generated POs
(created using OTP/DSC of the respective buyer in line with the
provision of GeM) shall be placed on GeM portal, which shall be
considered for all legal & contractual purpose. For SAP-ERP accounting
purpose, dummy PO needs to be created in SAP with GeM PO added
as an attachment in the SAP PO. SAP PO shall be meant for internal
use only and the same shall not be used for any communication
outside NALCO.
(xiii) Exemption of EMD submission shall be as per GeM GTC and
provisions of this Purchase Manual.
CHAPTER – XXI
1. Vendor Registration
2. Certificate of Proprietary Articles
3. Certificate of Standardized Articles
4. Standard Terms & Conditions of Enquiry (Indigenous)
5. Standard Terms & Conditions of Enquiry (Import)
6. Comparative statement of Quotations
7. Purchase Proposal Abstracts
8. ECS Mandate Form
9. Sample Price bid format
10. Agreed Terms & Conditions (Import) - For Purchase
11. Agreed Terms & Conditions (Indigenous) - For Purchase
12. Standard Terms & Conditions of Purchase Order (Indigenous)
13. Standard Terms and Conditions of Purchase Order (Import)
14. Format for details of Orders placed/ Contracts awarded above Rs. 2.0 Crore
during the month
15. Format for Integrity Pact
16. Format for Bid Security Declaration
NATIONAL ALUMINIUM COMPANY LIMITED
(A Government of India Enterprise)
E-mail:
TEL.NO.:
FAX NO.:
_____________________________________________________________________
VENDOR REGISTRATION FORM
A. GENERAL:
1. Name of the Company:
Telephone no. :
Gram:
E-mail/Fax nos. :
Telephone no. :
Gram:
E-mail/Fax nos:
4. Factory Address:
Telephone no. :
Gram:
E-mail/Fax nos:
Telephone no. :
Gram:
E-mail/Fax nos:
6. Nature of Company/
(Please Tick Mark):
Proprietorship Partnership Public Ltd. Co. Private Ltd. Co. Govt. Sector
of Manufacture, etc. for all main
equipments).
C. COMMERCIAL:
(i) Name :
(ii) Address :
Vendor Registration Forms duly filled in along with Company profile, copies
of Balance sheet and Profit & Loss account statement for past 3 years,
details of past experience/ involvement, details of major orders executed,
etc. may be sent to the Materials Department of the concerned Unit of
NALCO where the subject item is required. If the items are required by
more than one Units of NALCO, separate applications may be sent to the
concerned UNITs.
CERTIFICATE OF PROPRIETARY ARTICLES
This is to certify that to the best of my knowledge the article(s) is/are proprietary
article(s) and the above particular are true.
CERTIFICATE OF STANDARDIZED ARTICLES
STANDARD TERMS AND CONDITIONS OF ENQUIRY (INDIGENOUS)
In case the terms & conditions of the offer are in deviation to the Enquiry,
loading as specified in Enquiry will be done for evaluation of offer(s).
2. Bidders are requested to quote their best prices considering the fact that the
order will be placed on lowest tenderer only.
3. Unless otherwise specified all prices quoted must remain firm except for
statutory variation in taxes and duties during contractual delivery period.
Any increase in taxes and duties after expiry of the delivery period for which
Input Tax Credit is not admissible to NALCO will be to supplier’s account.
Any decrease in taxes and duties during the extended period will be availed
of. Price variation clauses, if any, should be clearly quantified without any
ambiguity with ceiling limits.
6. Sealed quotations in envelope superscribing tender enquiry no. and due
date of opening must be sent by Registered or Speed Post or to be dropped
in the Tender Box specified for the purpose. In the case of e-procurement,
on-line quotation must be submitted before the due date and time.
Quotations received after a specified date and time are liable to be rejected.
7. Quotation should be valid for a minimum period of 90 days from the date of
opening of the tender.
9. NALCO reserves the right to accept any tender in full or in part or to reject
any or all tenders or to cancel the bidding process at any time prior to
award of the Contract, without thereby incurring any liability to the affected
bidder or bidders or any obligation to inform the affected bidder/ bidders of
the ground for NALCO’s action. However, a bidder may seek clarification
regarding the bidding document provisions, bidding process and/ or
rejection of his bid. NALCO shall respond to such queries within a
reasonable time.
10. Printed conditions on the back side of the offers will be ignored. Seller’s
standard Sales Conditions, if any, shall not be applicable to the offer and
only the Purchaser’s General Purchase Conditions shall apply with the
exception of deviations specifically agreed between the Seller and the
Purchaser and/or brought out in the Purchase Order.
11. Unless otherwise agreed, payment shall be made within 30 days of receipt
and acceptance. For negotiation of documents through Bank, Bank charges
will be borne by the supplier.
12. If the tenderer is unable to quote against the Enquiry, Regret letter must be
sent. Failure to do so repeatedly may result in deletion of tenderer's name
from the approved supplier's list. In case of dealer/Indian Agent of Overseas
Manufacturers, copy of the authorization certificate from manufacturer
should be enclosed with the offer. However, the original shall be produced
in case same is asked for.
13. The vendor must provide GSTN number along with a copy of the registration
certificate, copy of Acknowledgement receipt containing the Application
Reference Number (ARN), copy of PAN, the state and state code in his offer.
14. Unless otherwise specified the materials will have a warranty as per
Standard Terms and Conditions of Purchase (Indigenous). In specific cases
wherever stipulated, the seller shall give a Contract-cum-Performance Bank
Guarantee in NALCO's prescribed format from any bank in NALCO’s
approved list of bankers for 10% of the order value (excluding taxes), which
will be valid for three months beyond the Warranty period. CPBG shall be
submitted within the time period specified in the Purchase Order.
15. In specific cases wherever stipulated, the successful tenderer shall either
deposit 5% of order value (excluding taxes) on Security Deposit amount as
Security Deposit either in the form of E-payment or by way of Bank
Guarantee towards Security Deposit in NALCO's prescribed format from any
bank in NALCO’s approved list of bankers which will be valid for six months
beyond the date of last dispatch. Security Deposit will be deposited within
15 days of P.O.
16. The tenderer has to comply with the environmental policy of NALCO.
17. The Standard Terms and Conditions of Purchase (Indigenous) will form part
of the Enquiry.
STANDARD TERMS AND CONDITIONS OF ENQUIRY (IMPORT)
2. Quoted price shall be firm and without any escalation whatsoever till
completion of delivery period.
3. Bidders are requested to quote their best prices considering the fact that
order will be placed on lowest tenderer only
5. Quotation should be valid for a minimum period of 90 days from the date of
opening of the tender.
8. NALCO reserves the right to accept any tender in full or in part or to reject
any or all tenders or to annul the bidding process at any time prior to award
of the Contract, without thereby incurring any liability to the affected bidder
or bidders or any obligation to inform the affected bidder/ bidders of the
ground for NALCO’s action. However, a bidder may seek clarification
regarding the bidding document provisions, bidding process and/ or
rejection of his bid. NALCO shall respond to such queries within a
reasonable time.
9. Printed conditions on the back side of the offers will be ignored. Seller’s
standard Sales Conditions, if any, shall not be applicable to the offer and
only the Purchaser’s General Purchase Conditions shall apply with the
exception of deviations specifically agreed between the Seller and the
Purchaser and/or brought out in the Purchase Order.
10. 100% payment will be made through an irrevocable letter of credit against
submission of shipping documents; or 100%payment will be made on
collection (CAD) basis against direct submission of shipping documents.
Tenderer should furnish in their offer bank account details along with the
SWIFT code of the banker. All bank charges outside India shall be to the
beneficiary's account.
11. If the tenderer is unable to quote against the Enquiry, Regret letter must be
sent. Failure to do so repeatedly may result in deletion of tenderer's name
from the approved supplier's list.
12. Unless otherwise specified the materials will have a warranty as per
Standard Terms and Conditions of Purchase (Import). In specific cases
wherever stipulated, the seller shall give a Contract-cum-Performance Bank
Guarantee in NALCO's prescribed format from any bank in NALCO’s
approved list of bankers for 10% of the order value, which will be valid for
three months beyond the Warranty period. CPBG shall be submitted within
the time period specified in the Purchase Order.
13. The Standard Terms and Conditions of Purchase (Import) will form part of
the Enquiry.
COMPARATIVE STATEMENT OF QUOTATION
Basic Landed Basic Landed Basic Landed Basic Landed Basic Landed Basic Landed
PURCHASE PROPOSAL ABSTRACT (PPA)
Sl. NIT Brief Bid Qty. UOM U/Rate Total LPO VARIATION
No. Item (if W.R.T. LPO
any)
No. Description Status Rs. Price
Rs.
Price Basis:
Inspection: Discount:
Delivery Period: P&F:
Payment: Freight:
GC/TC/FGC: GST:
OFFER VALIDITY: I NSURANCE:
(P - …………)
F. I. Total: Rs.
ITC:
F.I. (Net of ITC): Rs.
ECS MANDATE FORM
To
National Aluminium Company Limited,
NALCO Bhawan,
Plot No. P/1, Nayapalli,
Bhubaneswar - 751061
Dear Sir,
Sub: Authorization for release of payment due from NALCO, Corporate Office, Bhubaneswar through Electronic
Clearing Services (RBI)/Electronic fund transfer (RBI/SBI)/Internet Banking (SBI).
Refer Order No……………..dt……………and/or Tender/Enquiry/Letter No……………..dt……………..
(Please fill in the information in CAPITAL LETTERS. Please TICK wherever it is applicable)
Place:
Date:
Signature of the party/Authorized Signatory
---------------------------------------------------------------------------------------------------------------------------------------------
Certified that particulars furnished above are correct as per our records.
Bank’s Stamp:
Date:
SAMPLE PRICE BID FORMAT
The bidder is required to submit their price bid in this format only
(This format is for tenders where bidders are to fill the prices in this format and upload the scanned copy
in e-tender portal. For tenders floated through CPPP, BOQs as available in the CPPP is to be used)
To,
…………………………..
We are submitting our best price(s) against your RFx/NIT No. ______________ Dt.____________ as
under:
NIT Quantity
Description of item/ Material
Sl.
CGST SGST IGST GST Landed
No.
Compensati Unit price
Unit of measurement
on Cess at NALCO
Basic Price*
(6+7+8+9)
(wherever (10+12+14
Sub total
Discount
Quantity
Freight
applicable) +16+18)
Amount
Amount
Amount
Amount
Rate
Rate
Rate
Rate
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19
* Mandatory field
1) Dispatching GSTIN No_______________________________________________
2) Despatching State ___________________________________________
3) Despatching State code___________________________________________
4) Nalco GSTIN no. 21AAACN7449M1Z9
Notes:
1. GST is required to be mentioned both in terms of percentage and also in terms of fixed
value. In case prices are not given in the Price bid format and GST is not quoted both in
percentage and actual amount, offer is liable to be rejected. If GST is indicated as Zero/
not applicable, the reason must be mentioned in the offer along with the HSN code of the
materials.
2. Transit insurance shall be arranged by Nalco and therefore bidders are not required to
include transit insurance in their offer.
3. For payment other than stipulated payment term, the quoted price of the tenderer shall be
suitably loaded at the rate as decided by NALCO. Any condition or component of the tender
having a financial bearing on arriving at the landed price or otherwise to Nalco, if not
quoted or agreed to in the tender, shall be suitably loaded to quoted price for comparison
purpose.
4. Any reduction in the rate of Tax on supply of goods or benefit of input tax credit shall be
passed on to NALCO by way of commensurate reduction in prices.
AGREED TERMS & CONDITIONS (IMPORT)
(FOR FOREIGN BIDDER)
IMPORTANT
1. This questionnaire must be filled in against all Serial nos. & enclosed with
the Un-priced offer. Non-submission or submission of incomplete
questionnaire may lead to rejection of the offer.
Vendor’s
Sl.
Descriptions Confirma
No.
tions
1 (i) Confirm acceptance of technical specifications and
scope of supply/ work as per attached Tender/ Enquiry
Documents.
(ii) In case of deviations, confirm that the same has been
highlighted separately.
2 Confirm that data sheets/ technical questionnaire duly filled
in are attached, wherever required in Tender/ Enquiry.
3 Confirm Spare parts list, wherever required as per tender/
enquiry documents, with item wise prices have been
submitted for following categories of Spares:
(a) Insurance Spares
(b) Commissioning & Start – up Spares
(c) Mandatory Spares
(d) Vendor recommended spares for two years/ one-year
normal operation and maintenance
Vendor’s
Sl.
Descriptions Confirma
No.
tions
(e) Special Tools & Tackles
4 It is noted that deviations to terms & conditions shall lead
to loading of prices or rejection of offer.
5 Indicate Manufacturer’s Name and Address with Tel/ Fax
no. etc.
6 Confirm you have quoted prices strictly in the price
schedule format enclosed with tender/ enquiry documents.
7 Indicate International Sea Port/ airport of shipment.
8 Confirm that firm ocean freight/ air freight charges to
Indian (Kolkata/ Vizag) seaport/ airport have been quoted
by you in the Price bid.
(a) In case you have not quoted the ocean freight/ air
freight charges to Indian (Kolkata/ Vizag) seaport/
airport separately in the Price bid, please quote the
same in terms of % of the quoted FOB price
(b) Confirm that ocean/ air freight charges for
recommended spares for two years/ one-year normal
O&M have been quoted separately and ocean/ air
freight for all other supplies are included in ocean/ air
freight charges of main equipment.
9 Indicate Shipping weight (net and gross) including
dimensions/ volume of consignments.
10 As soon as shipment/ dispatch is made, the seller shall
intimate Nalco’s Underwriters the dispatch details at the
address, to be intimated later.
11 Prices quoted must exclude transit insurance charges from
FOB Port of Shipment as the same shall be arranged by the
Purchaser. All Transit Insurance charges for inland transit
up to FOB Port of Shipment must be included by you in
your prices.
Vendor’s
Sl.
Descriptions Confirma
No.
tions
12 Indicate the country of origin of goods offered.
13 Confirm that the quoted prices are in the currency of
country of origin and also indicate currency of quote.
14 Confirm acceptance to Delivery/ Completion Period as
mentioned in tender/ enquiry documents.
15 Confirm utility requirement wherever applicable are given
in offer.
16 Confirm customer references are given in offer.
17 Confirm complete technical literature/ catalogue are being
submitted along with offer.
18 Confirm that you have indicated the item wise HS Code of
all items as per scope of supply/ Work of tender/ enquiry
document.
19 Confirm acceptance of LD for delay in delivery/ completion
specified in Tender/ enquiry Documents.
20 Confirm acceptance of relevant terms of payment as per
the tender/ enquiry documents attached.
21 Letter of Credit shall be opened through a Govt. of India
Bank and hence need not be confirmed. Confirm that
confirmed L/C is not required by you.
22 In case confirmed L/C is required, L/C confirmation charges
shall be to your account.
23 All Bank charges and Stamp duties payable outside India in
connection with payments to be made under this Purchase
Order shall be borne by you. All bank charges and stamp
duties payable in India shall be borne by the Purchaser.
24 All taxes, duties and levies of any kind payable up to FOB
Port of Shipment shall be borne by you.
25 Confirm that the quoted prices shall remain firm and fixed
till complete execution of order.
Vendor’s
Sl.
Descriptions Confirma
No.
tions
26 Please indicate name and address of your Bankers.
27 All correspondence must be in ENGLISH language only.
28 Confirm that Contract cum Performance/ Performance
Bank Guarantee wherever required will be furnished for
value and terms & conditions as per document attached
with tender/ enquiry.
29 Confirm that Bank Guarantee for equivalent amount of
Free Issue Materials, wherever applicable, shall be
furnished as per tender/ enquiry documents.
30 Confirm acceptance of Guarantee/ Warranty as per
documents attached with tender/enquiry.
31 Confirm acceptance of Part Order. In the event of Part
Order lump sum charges if any shall be prorated on value
basis.
32 Confirm acceptance of Repeat Order within 12 months
from the date of original order.
33 Confirm that quoted prices are inclusive of all inspection &
testing charges as per tender/ enquiry terms.
34 Confirm that the quoted prices are valid for acceptance for
period as indicated in the tender/ enquiry documents.
35 Confirm that the quoted prices for vendor recommended
two years/ one-year O&M spares shall be valid for
acceptance for period as mentioned in the tender/ enquiry
document.
36 Confirm that in case of placement of order, you will be
submitting firm cargo details containing weight,
dimensions, no. of packages, no. and types of containers
required and port of shipment within time period specified
in the tender/ enquiry documents.
37
Confirm that the quoted prices for ocean/ air freight
Vendor’s
Sl.
Descriptions Confirma
No.
tions
charges to Indian Port (Kolkata/ Vizag) sea/ airport shall
remain valid for acceptance up to one month beyond
submission of complete cargo details by you.
38 (i) All other Commercial terms & conditions shall be as
per Tender/ enquiry Documents. Confirm acceptance.
Vendor’s
Sl.
Descriptions Confirma
No.
tions
44 Furnish name and address of the official to whom
correspondence should be sent including telephone
number/ fax number and e-mail id. If e-mail id is not
available, an undertaking is to be given that e-mail id is to
be registered within 2 weeks of bid submission.
45 Confirm you have submitted EMD as per tender/ enquiry.
Place: Signature:
Date: Name:
Designation:
Seal:
DEVIATIONS TO TENDER/ ENQUIRY DOCUMENTS
REFERENCE OF TENDER/
SL. ENQURY DOCUMENT
SUBJECT DEVIATIONS
NO. CLAUSE
DOCUMENT
NO.
NOTE: This shall be submitted along with the Un-priced Offer. Deviation
mentioned anywhere else in the offer shall not be considered.
Place: Signature:
Date: Name:
Designation:
Seal:
AGREED TERMS & CONDITIONS (INDIGENOUS)
(FOR INDIGENOUS BIDDERS)
IMPORTANT
1. This questionnaire must be filled in against all Serial nos. & enclosed with
the Un-priced offer. Non-submission or submission of incomplete
questionnaire may lead to rejection of the offer.
2. All commercial terms except the deviations to Tender/ Enquiry Documents
must be given in this questionnaire itself and not elsewhere in the
quotation. In case of contradiction, the terms given below shall prevail.
Deviations to Tender/ Enquiry Documents, if any, must be listed in the
format attached at the end of this questionnaire.
Sl. Vendor’s
Descriptions
No. Confirmations
1 (i) Confirm acceptance of technical specifications
and scope of supply/ work as per attached
tender/ enquiry documents.
(ii) In case of deviations, confirm that the same
has been highlighted separately.
2 Confirm that data sheets/ technical questionnaire
duly filled in are attached, wherever required in
tender/ enquiry.
3 Confirm Spare parts list, wherever required as per
tender/ enquiry documents, with item wise prices
have been submitted for following categories of
Spares:
(a) Insurance Spares
(b) Commissioning & Start – up Spares
(c) Mandatory Spares
(d) Vendor recommended spares for two years/
one-year normal operation and maintenance
(e) Special Tools & Tackles
Sl. Vendor’s
Descriptions
No. Confirmations
4 It is noted that deviations to terms & conditions
shall lead to loading of prices or rejection of offer.
5 Indicate Manufacturer’s name & address with Tel/
Fax no., etc.
6 Confirm that the quoted prices are based on FOR/
FOT Despatch point including packing &
forwarding.
(i) If quoted on Ex-works basis, indicate P&F
charges in terms of percentage.
(ii) Indicate dispatch station.
7 Confirm that firm freight charges up to Site are
quoted in price bid.
8 In case you have not quoted the freight charges
separately in the Price bid, quote the same in
terms of % of the quoted FOT dispatch point price
9 Confirm that freight charges for recommended
spares for two years/ one-year normal O&M have
been quoted separately and freight for all other
supplies are included in freight charges of main
equipment.
10 Confirm you have quoted prices strictly in the
price schedule format enclosed with tender/
enquiry documents.
11 Confirm Transit insurance is excluded from the
quoted prices. If inclusive, indicate rebate for
excluding the same.
12 (a) Statutory variation in GST, if any, upto the
contractual delivery date (CDD) shall be
borne by NALCO. Any increase beyond the
CDD for which Input Tax Credit is not
Sl. Vendor’s
Descriptions
No. Confirmations
admissible to NALCO shall be borne by the
vendor. However, the benefit of any
reduction in any of the above statutory
levies beyond CDD must be passed on to
NALCO. Pl. note and confirm.
(b) Please indicate the present rate of GST
applicable on the supplies (For Intra-state
supplies CGST + SGST shall be applicable
whereas for Inter-state IGST shall be
applicable. Vendor to quote accordingly).
(c) If there is any increase in GST at the time of
supplies for any reasons, other than
statutory, including turnover, confirm the
same will be borne by the vendor.
(d) If GST is presently not applicable, confirm
whether the same will be borne by the
vendor in case it becomes leviable later.
(e) In case (c) or (d) is not acceptable, advise
maximum rate of GST chargeable
13 Confirm submission of GSTIN along with
acknowledgement receipt containing the ARN
14 Confirm in case of delay on a/c of vendor, any
new or additional taxes and duties imposed after
contractual delivery/ completion period for which
Input Tax Credit is not admissible to NALCO shall
be to vendor’s account.
15 Confirm acceptance to delivery/ Completion Period
as mentioned in tender/ enquiry documents
16 Confirm utility requirement wherever applicable
are given in offer.
Sl. Vendor’s
Descriptions
No. Confirmations
17 Confirm customer references are given in offer.
Sl. Vendor’s
Descriptions
No. Confirmations
under GST you are entitled to full credit of GST
paid and you shall have benefit of incremental
input tax credit under the GST regime as above.
As such you need to pass on the benefit of your
incremental input tax credit to NALCO.
Accordingly, please quote your best basic prices
(In Price bid)
29 Indicate type of your Vendor category under GST:
Compounding Scheme Vendor or Registered
Vendor or Un Registered Vendor
If Vendor is GST Compounding Scheme vendor,
please confirm that you have submitted the copy
of the declaration:
FORM GST –CMP 01 or FORM GST CMP 02. (In
case of non-submission of these documents, your
offer may be liable for rejection.)
30 Confirm that you have quoted the HSN
(Harmonized System of Nomenclature) code of
goods or Accounting Code of services for all items
as per scope of supply/ work of tender/ enquiry
documents.
31 (i) All other Commercial terms & conditions
shall be as per Tender/ enquiry Documents.
Confirm acceptance.
(ii) In case of deviations, confirm clause wise
comments have been specified in the format
attached at the end of this questionnaire.
(iii) All the terms & conditions have been
indicated in this format including Annexure
and has not been repeated elsewhere. It is
noted that terms & conditions indicated
Sl. Vendor’s
Descriptions
No. Confirmations
elsewhere shall be ignored.
32 If offer is based on certain Imported Raw
Materials required for Equipment/ Materials
offered, please note and specify the following:
(i) Owner will not provide any Import License
for the same. Any expenditure towards the
same shall be borne by Seller.
(ii) Indicate Description, Quantity & CIF value of
Imported Materials (in Rs.) for each
Equipment/ item of quotation in price bid.
(iii) Confirm that all variations in Customs duty
and Foreign Exchange till complete
execution of the contract shall be to Seller’s
account.
33 Confirm that all taxes, duties and levies of any
kind payable by Seller up to the stage of handing
over of the system to Owner shall be borne by
you.
34 The vendor is required to state whether any of the
Directors of vendor is a relative of any of the
Directors of Owner or the vendor is a firm in which
any Director of Owner or his relative is a partner
or the vendor is a Private Company in which any
of the Directors of Owner is a member or Director.
35 Confirm that the quoted prices are valid for
acceptance for period as indicated in the tender/
enquiry documents.
36 Confirm that the quoted prices for vendor
recommended two years/ one-year O&M spares
shall be valid for period as mentioned in the
tender/ enquiry documents.
Sl. Vendor’s
Descriptions
No. Confirmations
37 Confirm that in case of conflicting version of
various terms & conditions at different places,
Owner can choose any version.
38 Confirm that net worth of your company during
the last financial year is positive.
39 Please furnish Annual Report containing Balance
Sheet & Profit & Loss Account for the last 3 years.
40 As soon as shipment/ dispatch is made, the seller
shall intimate Nalco’s Underwriters the dispatch
details at the address, to be intimated later.
41 Please note that you have not been banned or de-
listed by any Government or Quasi Government
agencies or PSU. Confirm you have submitted
declaration to this effect as per tender conditions.
42 Furnish name and address of the official to whom
correspondence should be sent including
telephone number/ fax number and e-mail id. If e-
mail id is not available, an undertaking is to be
given that e-mail id is to be registered within 2
weeks of bid submission
43 Confirm you have submitted EMD as per tender/
enquiry.
44 Confirm you have submitted the duly filled in SA
8000 Questionnaire as per tender/ enquiry.
45 Confirm you have submitted two original copies of
the pre - contract Integrity Pact as per tender/
enquiry.
Place: Signature:
Date: Name :
Designation :
Seal :
DEVIATIONS TO TENDER/ ENQUIRY DOCUMENTS
REFERENCE OF TENDER/
SL. ENQURY DOCUMENT
SUBJECT DEVIATIONS
NO. CLAUSE
DOCUMENT
NO.
NOTE: This shall be submitted along with the Un-priced Offer. Deviation
mentioned anywhere else in the offer shall not be considered.
Place: Signature:
Date: Name:
Designation:
Seal:
STANDARD TERMS AND CONDITIONS OF PURCHASE
(INDIGENOUS)
1. ACCEPTANCE OF ORDER:
2. The Purchase Order No. and date should be quoted in all correspondences
including the dispatch documents and invoices.
No part of the contract nor any share or interest therein shall, in any
manner or degree, be transferred, assigned or sub-let by the Seller directly
or indirectly to any person, firm or corporation whatsoever without the
consent of NALCO in writing.
4. PRICE(S):
The Price mentioned in the Purchase Order will remain firm and fixed till
complete execution of the Order unless otherwise specified elsewhere in the
Order. However statutory variations, if any in taxes, duties and levies during
contractual delivery period only, may be considered against documentary
evidence. NALCO will not pay any packing and forwarding charges or any
other taxes, duties or levies that have not been specified in the Order.
In case of taxable goods, for availing Input Tax Credit Transporter's copy of
Invoice as prescribed in the GST Rule, must be handed over to the
transporter along with other relevant dispatch documents. The original copy
of the Tax Invoice should be sent along with the payment documents.
However, any modification in the prescribed rule by GST Council from time
to time will be applicable.
Delivery period is the essence of the contract and the materials should be
dispatched within this time, failing which, NALCO without prejudice to its
rights under the contract shall have the option either to recover liquidated
damages @ 1/2% of order value per week or part thereof subject to a
maximum of 5% of the undelivered portion/ the order value (if the item(s)
cannot be used unless full supply is made) or to cancel the Order and
purchase the materials from alternative source at the risk and cost of the
supplier.
7. ALTERNATIVE ARRANGEMENTS:
If the Seller fails to fulfill the terms and conditions of the order, NALCO shall
have the right to procure the materials from any other party for execution/
completion of the contract and recover from Seller all charges/ expenses/
losses/ damages suffered by NALCO, at the risk and cost of the Seller after
giving 15 days’ notice to the seller. This will be without prejudice to the
rights of NALCO for any other action including termination.
8. TERMINATION:
NALCO shall have the right to terminate the contract by giving 60 days’
notice without assigning any reasons thereof. However, in the event of any
breach of terms of the contract, NALCO will have right to terminate the
contract by written notice to the Seller. NALCO shall have the right to
terminate the contract or any part thereof by written notice to the seller in
the event of any direction or restriction imposed by the Govt. of India which
may affect the Contract.
9. INSPECTION-CHECKING-TESTING:
prejudice the right of buyer to reject unsuitable material after arrival at the
destination unless specifically stated to the contrary in the Order. Expenses
relevant to the preparation and performance testing, inspection and the
preparation of any test reports of certificates shall be borne by the Seller
Except for the salaries, fees, traveling lodging and boarding expenses of
Buyers representatives.
The Seller will have to inform Purchaser at least eight days in advance of
exact place, date and time of tendering the equipment or materials for
required inspection and provide free access to inspectors during normal
working hours to Sellers or his/its sub vendor’s works and place at their
disposal all useful means of performing, checking, marking testing
inspection and final stamping.
10. PACKING:
11. CONSIGNEE:
Delivery Challan and non-negotiable copies of LR/RR along with one copy of
the invoice shall be sent to the Consignee specified in the Purchase Order so
as to reach him immediately. In addition to above, the supplier shall send
the dispatch particulars such as LR/RR No. Bill No. and value through FAX/
E-mail. Unless the above are complied with, the supplier shall be responsible
for Wharfage, Demurrage and all risks in transit.
14. E-WAY BILL (EWB):
E-way bill and provisions contained therewith, which is covered under Sec
68 of the CGST Act,2017 and Rule 138 made there under, shall be the
responsibility of the supplier.
15. The seller shall ensure to dispatch the materials only through NALCO's
authorized transporters where the contract is entered on ex-works/ F.O.R.
dispatching point delivery term. In case the order is placed on FOT
destination basis and payment is to be negotiated through bank, the
material should be dispatched through any registered common carrier.
Transportation through NALCO’s authorized/ approved transporters will be
preferable.
Unless otherwise specified, all the Bank charges at the supplier’s end will be
to the seller's account.
17. BILLING:
Dispatch documents (i.e., Packing list, Challan, LR/RR) along with Bills shall
be sent as follows:
(a) Direct payment: - Two sets to the designated Finance and Materials
executive and one set to the consignee specified in the purchase
order.
(b) Payment through Bank - One set to the designated finance executive,
two sets to negotiating Bank with advice to send one set to the
designated finance executive along with Bank intimation. The
supplier will also send one set to each of the authorities placing the
purchase order and one set to the designated consignee in Central
Stores.
19. WARRANTY:
dispatch whichever is earlier. Repaired or replaced materials shall be
similarly guaranteed for a period of not less than 18 months from the date
of dispatch.
Whenever any claim against the Seller for payment of sums of money arises
out of or under the contract, Purchaser shall, without prejudice to any other
mode or source of recovery available, be entitled to recover sums from any
sums then due or which at any time thereafter may become due to the
Seller under this or any other contract with the Purchaser and/or by
recourse to any bank guarantee available to purchaser for this purpose, and
should this sum be not sufficient to cover the recoverable amount, the Seller
shall pay to the Purchaser on demand the balance remaining due.
(i) Cancel the order wholly or in part without any liability/ cancellation
charges and procure the goods from elsewhere, in which case the
Seller shall make good the difference between the cost of goods
procured elsewhere and price set forth in the order with the Seller.
(ii) Hire, for the period of delay, the goods meeting the specifications
from elsewhere at Seller’s cost and risk.
The Vendor shall at its own risk and cost remove any rejected Material(s)
from the Site after suitable replacement of the materials. In case of plant,
machinery, equipment, parts or components which have been installed, the
vendor shall dismantle and remove the same from the Site subject to the
following:
iii) The vendor shall furnish a bank guarantee to NALCO from NALCO
approved banks for equivalent amount
iv) The vendor shall undertake to replace the rejected Material(s) with
other Material(s) conforming to the Vendor’s guarantees aforesaid
applicable thereto.
The fact of goods having been inspected by the Purchaser before receipt at
Project Site shall not affect the Purchaser’s right to reject non-confirming
goods in any way. Besides, the Purchaser shall have the right to recover
actual expenses incurred by Purchaser in installing and removing the non-
confirming goods in case the vendor fails to dismantle and/or remove any
rejected Material(s) from the Project Site within the time specified.
22. ARBITRATION:
All disputes or differences whatsoever which shall at any time arise between
the parties hereto touching or concerning this contract or the execution or
maintenance thereof of the contract or the rights touching or concerning the
works or the execution or maintenance thereof of this contract or the
construction meaning operation or effect thereof or to the rights or liabilities
of the parties or arising out of or in relation thereto whether during or after
completion of the contract or whether before or after determination, before
closure or breach of the contract (other than those in respect of which the
decision of any person is by the contract expressed to be final and binding)
shall after written notice by either party to the contract to the other of them
and to the Appointing Authority hereinafter mentioned be referred for
adjudication to a sole Arbitrator to be appointed as hereinafter provided.
For the purpose of appointing the sole Arbitrator referred to above, the
Appointing Authority i.e. Chairman cum Managing Director, NALCO, will
send within thirty days of receipt of the notice, to the seller a panel of three
names of persons.
The seller shall on receipt of the names as referred select any one of the
person names to be appointed as a sole Arbitrator and communicate his
name to the Appointing Authority within thirty days of receipt of the names.
The appointing Authority shall there upon without any delay appoint the
said person as the sole Arbitrator. If the seller fails to communicate such
selection as provided above within the period specified, the Appointing
Authority shall make the selection and appoint the selected person as the
sole Arbitrator.
The fees, if any, of the Arbitrator shall, if required to be paid before the
award is made and published be paid half and half by each of the parties.
The costs of the reference and of the award including the fees, if any of the
Arbitrator shall be in the discretion of the Arbitrator who may direct to and
by whom and in what manner, such costs or any part thereof shall be paid
may fix or settle the amount of costs to be so paid.
The award of the arbitrator shall be final and binding on both the parties.
Within 10 days of occurrence and cessation of the event(s), the other party
shall be notified with certificate issued by Chamber of Commerce or
statutory authorities. It is understood that delivery dates will be extended
only for the above-mentioned impediments. The decision of NALCO
regarding this shall be final and binding on Seller. Only those events of force
majeure which impede the execution of the contract at the time of its
occurrence shall be taken into cognizance.
In the event of Force Majeure, Seller shall bear any costs incurred by it
resulting there from. The Seller affected by Force Majeure shall use all
reasonable efforts to prevent and reduce to a minimum and mitigate the
effect of delays occasioned by such Force Majeure
25. Performance Guarantee (in the shape of a Bank Guarantee from a bank
approved by NALCO), wherever specified, shall be submitted in NALCO's
format in the manner specified in the purchase order.
26. Other terms and conditions of the enquiry including agreed variation, if any,
to the extent not covered above will also be applicable to this Order.
The seller hereby agrees to accept part order at Purchaser’s option without
any limitation whatsoever.
29. REPEAT ORDER:
Seller agrees to accept Repeat Order (s) during a period of twelve (12)
months from the date of original Purchase Order on same unit prices, terms
and conditions as that of original Purchase Order.
The Terms and conditions of the Purchase Order and other annexures to the
purchase order constitute the entire Agreement between the Seller and
NALCO in relation to the purchase order. Changes will be binding only if the
amendments are made in writing and signed by an authorized
representative of NALCO and the Seller.
33. NON-WAIVER:
The dispatch documents, invoices, packing lists and all other relevant
documents shall contain the same units of weight and measurements as
given in the Purchaser’s Purchase Order.
35.1 It would be the responsibility of the Seller to get the registration with the
respective Tax authorities under provision of GST. Any taxes being charged
by the Sellers would be claimed by issuing proper TAX Invoice in a GSTN
(Goods & Services Tax Network) acceptable format indicating details
elements of all taxes charged and necessary requirements as prescribed
under the respective tax laws and also to mention his correct and valid
GSTN number along with NALCO’s GSTN number as applicable for particular
supply on all invoices raised on NALCO under GST Regime.
35.2 The Seller would be liable to reimburse or make good of any loss/claim by
NALCO towards tax credit rejected /disallowed by any tax authorities due to
non-deposit of taxes or non updation of the data in GSTIN network or non-
filling of returns or non-compliance of tax laws by the Seller by issuance of
suitable credit note to NALCO. In case, Seller does not issue credit note to
NALCO, NALCO would be constrained to recover the amount including
interest payable along with statutory levy/Tax, if any, payable on such
recovery.
35.3 Tax element on any Debit Note / Supplementary invoice, raised by the
contractor will be reimbursed by NALCO as long as the same is within the
permissible time limit as per the respective taxation laws and also
permissible under the Contract terms and conditions. Contractors to ensure
that such debit Notes are uploaded while filing the statutory returns as may
be prescribed from time to time.
35.4 The contractor will be under obligation for quoting/charging correct rate of
tax as prescribed under the respective Tax Laws. Further the Contractor
shall avail and pass on benefits of all
exemptions/concessions/benefits/waiver or any other benefits of similar
nature or kind available under the Tax Laws. In no case, differential Tax
Claims due to wrong classification of goods and/or services or
understanding of law or rules or regulations or any other reasons of similar
nature shall be entertained by NALCO.
35.5 In case, NALCO’s Input Tax Credit (ITC) is rejected on account of wrong
levy of tax i.e. payment of Integrated Tax in place of Central Tax+
State/Union Territory Tax or vice versa, the contractor is liable to make
good the loss suffered by NALCO by issuance of suitable credit note to
NALCO. In case, contractor does not issue credit note to NALCO, NALCO
would be constrained to recover the amount including interest payable
along with Statutory levy, if any, payable on such recovery.
35.6 NALCO shall reimburse GST levied as per invoice issued by the Contractor as
prescribed under section 46 of the CGST Rules 2017 and respective states
Act and Rules.
35.8 The HSN Code under which the goods/service will fall should be clearly
mentioned along with the Rate at the time of submission of invoice for
releasing payment.
35.9 In case, NALCO is not able to take Input Tax Credit due to any
noncompliance/default/negligence of the seller, the same shall be recovered
from the pending bills/dues (including security deposit, BG, etc.).
35.10 Seller shall be responsible to indemnify NALCO for any loss, direct or
implied, accrued to NALCO on account of supplier’s failure to discharge his
statutory liabilities like paying taxes on time, filling appropriate returns
within the prescribed time, etc.
35.11 Any benefit by way of reduction in rate of tax or increase in input tax credit
arising due to introduction of GST shall be passed on to NALCO through
reduction in supply value by way of commensurate reduction in Bill value.
of taxable goods and/or services, provided if the contract value is more than
Rs.2,50,000/-.
Seller shall protect and fully indemnify the Purchaser from any claims for
infringement of patents, copy right, trade mark of the like. Seller shall also
protect and fully indemnify the Purchaser from any claims from Sellers
workman/employees, their heirs, dependents, representatives, etc. or from
any other person/persons or bodies/companies, etc. for any act of
commission or omission while executing the order.
Seller shall be responsible for compliance with all requirements under the
laws and shall protect and indemnify completely the Purchaser from any
claims/penalties arising out of any infringement.
Where the price of Material(s) is a lump sum price and pro-rata payment is
envisaged in the Purchase Order, the Seller shall within 60 (sixty) days of
the issue of the Purchase Order furnish to NALCO for approval, a priced and
detailed Bill of Material(s)/ Billing Schedule as required covering all
Material(s), which shall conform to the price break-up and Total Order Value
given in the Purchase Order. The Bill of Material(s) shall operate as the
Billing Schedule for payment of the price of the Material(s). In preparing the
Bill of Material(s), the Seller shall ensure that all contracted Material(s) are
included in the Bill of Material(s) so as to ensure that NALCO is not required,
due to any oversight or omission, to pay any taxes and duties on a value in
excess of the total Value indicated in the order. Should NALCO be required
to pay taxes or duties on account of such oversight or omission, the Seller
shall reimburse such excess payments to NALCO.
These requirements must be respected failing which the order will not be
deemed to have been duly executed for all purposes.
Seller’s standard Sales Conditions, if any, shall not be applicable to the offer
and only the Purchaser’s General Purchase Conditions shall apply with the
exception of deviations specifically agreed between the Seller and the
Purchaser and/or brought out in the Purchase Order.
41. NON-ASSIGNMENT:
The Seller must furnish itemized priced list of spare parts required for two
year’s operation of the equipment, if asked for. The Seller shall provide the
necessary cross-sectional drawing to identify the spare parts numbers and
their location as well as inter-changeability chart, wherever necessary and
applicable.
The first filling of oils and lubricants for every equipment shall be included in
the price, if asked for. The Seller shall also recommend the quality and
quantity of oils and lubricants required for one year’s continuous operation,
if asked for.
46. The special Terms and Conditions, if any, stipulated in the tender will
supersede those in standard terms & conditions of Purchase (Indigenous) in
case of any conflicting provisions.
STANDARD TERMS & CONDITIONS OF PURCHASE (IMPORTS)
1. ACCEPTANCE OF ORDER:
No part of the contract nor any share or interest therein shall, in any
manner or degree, be transferred, assigned or sub-let by the Seller directly
or indirectly to any person, firm or corporation whatsoever without the
consent of Purchaser in writing.
3. PRICES:
Seller shall confirm that quoted prices in any form shall be firm and subject
to no escalation whatsoever till complete execution of order.
(i) Price quoted shall exclude transit insurance charges from F.O.B. Port
of Shipment or Airport as the same shall be arranged by the
Purchaser. All transit insurance charges for inland transit up to F.O.B.
Port of Shipment or Airport should be included by the Seller in their
prices.
(ii) Even when, CFR Indian Sea/ Air Port prices are quoted alternatively
as per specific requirement of the tender enquiry/ NIT, quoted prices
shall exclude Insurance charges from FOB Port of Shipment to
discharge Port in India which will be arranged and borne by the
Purchaser.
(ii) All Bank charges, taxes, duties and levies of any kind that may be
payable up to the stage of putting the materials in F.O.B. Position
shall be borne by the Seller.
(iii) All taxes and duties payable in India on the material shall be payable
by the Purchaser, except income tax on supervision of erection and
commissioning charges or any other technical services rendered in
India, as applicable as per Double Taxation Avoidance agreement
between Seller’s country and India, which shall be borne by the
Seller.
4. PAYMENT TERMS:
Unless specifically asked for and agreed between the parties for any other
payment terms full payment to the Seller shall be made through an
irrevocable Letter of Credit. In case, the Seller desires to get the Letter of
Credit confirmed, confirmation charges will be borne by the Seller. The
Seller shall furnish a contract cum performance bank guarantee in the
prescribed proforma for the agreed value indicated and valid for the
warranty period vide clause 14 as well as for liquidated damage for Delayed
Deliveries vide clause 8.2 hereof.
A certificate to the effect that nothing is due to the Seller from Purchaser
(No dues Certificate/ no claim certificate) shall form part of the documents
to be submitted while claiming the final payment.
Any other payment terms e.g., on C.A.D. basis will be applicable only if
mutually agreed upon.
Seller’s standard Sales Conditions, if any, shall not be applicable to the offer
and only the Purchaser’s General Purchase Conditions shall apply with the
exception of deviations specifically agreed between the Seller and the
Purchaser and/or brought out in the Purchase Order.
6. COMPLETE AGREEMENT:
The Terms and conditions of the Purchase Order and other annexures to the
purchase order constitute the entire Agreement between the Seller and
NALCO in relation to the purchase order. Changes will be binding only if the
amendments are made in writing and signed by an authorized
representative of NALCO and the Seller.
7. IMPORT LICENSE:
Details of Import License shall be communicated prior to order finalization.
c) Act of states/ government, any direction or restriction imposed by the
Government of India which may affect the contract
d) Riot, war, invasion, act of foreign enemies, hostilities (whether war
declared or not), national emergencies, civil war, rebellion, revolution,
insurrection of military or usurped power;
e) Ionizing radiation or contamination, radioactivity from any nuclear fuel/
nuclear waste from reaction of nuclear fuel or any other hazardous
radioactivity.
f) Epidemics, fire, major power cuts for a consecutive minimum period of 30
days
g) Freight embargoes, strikes at national/ state wide level (for more than 10
consecutive days) where the supplier's works is located.
Within 10 days of occurrence and cessation of the event(s), the other party
shall be notified with certificate issued by Chamber of Commerce or
statutory authorities. It is understood that delivery dates will be extended
only for the above-mentioned impediments. The decision of the Owner
regarding this shall be final and binding on Seller. Only those events of force
majeure which impedes the execution of the contract at the time of its
occurrence shall be taken into cognizance.
In the event of Force Majeure, Seller shall bear any costs incurred by it
resulting there from. The Seller affected by Force Majeure shall use all
reasonable efforts to prevent and reduce to a minimum and mitigate the
effect of delays occasioned by such Force Majeure.
In case of Delivery schedule not being adhered to in progressing the
manufacture or supply the Purchaser has the right to:
(i) Cancel the order wholly or in part without any liability/ cancellation
charges and procure the goods from elsewhere, in which case the
Seller shall make good the difference between the cost of goods
procured elsewhere and price set forth in the order with the Seller.
(ii) Hire for the period of delay the goods meeting the specifications from
elsewhere at Seller’s cost and risk.
The Vendor shall at its own risk and cost remove any rejected Material(s)
from the Site after suitable replacement of the materials. In case of plant,
machinery, equipment, parts or components which have been installed, the
vendor shall dismantle and remove the same from the Site subject to the
following:
The fact of goods having been inspected by the Purchaser before receipt at
Project Site shall not affect the Purchaser’s right to reject non-confirming
goods in any way. Besides, the Purchaser shall have the right to recover
actual expenses incurred by Purchaser in installing and removing the non-
confirming goods in case the vendor fails to dismantle and/or remove any
rejected Material(s) from the Project Site within the time specified.
If the Seller fails to fulfill the terms and conditions of the order, Purchaser
shall have the right to procure the materials from any other party for
execution/completion of the contract and recover from Seller all
charges/expenses/losses/damages suffered by Purchaser, at the risk and
cost of the Seller after giving 15 days’ notice to the seller. This will be
without prejudice to the rights of Purchaser for any other action including
termination.
11. TERMINATION:
Purchaser shall have the right to terminate the contract by giving 60 days’
notice without assigning any reasons thereof. However, in the event of any
breach of terms of the contract, Purchaser will have right to terminate the
contract by written notice to the Seller. Purchaser shall have the right to
terminate the contract or any part thereof by written notice to the seller in
the event of any direction or restriction imposed by the Govt. of India which
may affect the Contract.
12. INSPECTION-CHECKING-TESTING:
raw materials at manufacturer’s shop, at fabricator’s shop and at the time of
actual dispatch before and/or after completion of packing.
The Seller will have to inform Purchaser at least eight days in advance of
exact place, date and time of tendering the equipment or materials for
required inspection and provide free access to inspectors during normal
working hours to Sellers or his/its sub vendor’s works and place at their
disposal all useful means of performing, checking, marking testing
inspection and final stamping.
13. REVISIONS, CHANGES AND CANCELLATION:
the date of last shipment, whichever period shall first expire, and the Seller
is notified thereof. Seller shall, at its own expense and as promptly as
possible make such alternations, repairs and replacements as may be
necessary to permit the materials to function in accordance with the
specifications and fulfill the foregoing guarantees. Purchaser may, at its
option, remove such defective materials, at Seller’s expense, in which event
Seller shall without cost to Purchaser and as promptly as possible furnish
and install proper materials. Repaired or replaced materials shall be similarly
guaranteed for a period of not less than twenty (20) months from the date
of shipment.
In the event that the materials supplied do not meet the specifications
and/or are not in accordance with the drawings, data sheets or the terms of
this order and rectification is required at Site, Purchaser shall notify the
Seller giving full details of deficiencies. Accordingly, Seller shall attend the
site within seven (7) days of receipt of such notice or as at a mutually
agreed upon date to meet and agree with representatives of Purchaser the
action required to correct the deficiencies. Should the Seller to fail to attend
meeting at Site within time prescribed above, Purchaser shall immediately
rectify the works/materials and Seller shall reimburse Purchaser all costs
and expenses incurred in connection with such trouble or defect.
15. NON-ASSIGNMENT:
Packing shall be able to withstand rough sea weather for the reasonable
period as warranted by the nature of material and shall be commensurate
with best commercial export practices. Similarly, for air freighting packing
shall confirm to IATA standards and regulations.
All packing, boxing, crating, marking and shipment shall conform to the
specifications or requirements detailed in the respective attachment to the
Order. The Seller shall be held liable for damage or breakage to the goods
due to defective or insufficient packing or protection. The Seller shall not
charge anything extra for such packing or any dues or levies on packing.
The shipping documents, invoices, packing lists and all other relevant
documents shall contain the same units of weight and measurements as
given in the Purchaser’s Purchase Order.
The Seller must furnish itemized priced list of spare parts required for two
year’s operation of the equipment, if asked for. The Seller shall provide the
necessary cross-sectional drawing to identify the spare parts numbers and
their location as well as inter-changeability chart, wherever necessary and
applicable.
20. PART ORDER:
Seller hereby agreed to accept part order at Purchaser’s option without any
limitation whatsoever.
Seller agreed to accept Repeat Order (s) during a period of twelve (12)
months from the date of original Purchase Order on same unit prices, terms
and conditions as that of original Purchase Order.
Whenever any claim against the Seller for payment of sums of money arises
out of or under the contract, Purchaser shall, without prejudice to any other
mode or source of recovery available, be entitled to recover sums from any
sums then due or which at any time thereafter may become due from to the
Seller under this or any other contract with the Purchaser and/or by
recourse to any bank guarantee available to purchaser for this purpose, and
should this sum be not sufficient to cover the recoverable amount, the Seller
shall pay to the Purchaser on demand the balance remaining due.
23. NON-WAIVER:
purported oral modification or revisions of the order by Purchaser/
Purchaser’s representatives act as waiver of the terms hereof.
Seller shall protect and fully indemnify the Purchaser from any claims for
infringement of patents, copy right, trademark of the like. Seller shall also
protect and fully indemnify the Purchaser from any claims from Sellers
workman/ employees, their heirs, dependents, representatives, etc. or from
any other person/persons or bodies/ companies, etc. for any act of
commission or omission while executing the order.
Seller shall be responsible for compliance with all requirements under the
laws and shall protect and indemnify completely the Purchaser from any
claims/ penalties arising out of any infringement.
The submission by the Seller to Purchaser of drawings and data
documentation wherever applicable shall be an integral part of the order.
The number of copies (re-producible and prints) and time limits for
submitting these documents by the Seller shall be as specified in the Order.
These requirements must be respected failing which the order will not be
deemed to have been duly executed for all purposes.
28. ARBITRATION:
All disputes or differences whatsoever which shall at any time arise between
the parties hereto touching or concerning this contract or the execution or
maintenance thereof of the contract or the rights touching or concerning the
works or the execution or maintenance thereof of this contract or the
construction meaning operation or effect thereof or to the rights or liabilities
of the parties or arising out of or in relation thereto whether during or after
completion of the contract or whether before or after determination, before
closure or breach of the contract (other than those in respect of which the
decision of any person is by the contract expressed to be final and binding)
shall after written notice by either party to the contract to the other of them
and to the Appointing Authority hereinafter mentioned be referred for
adjudication to a sole Arbitrator to be appointed as hereinafter provided.
For the purpose of appointing the sole Arbitrator referred to above, the
Appointing Authority i.e. Chairman cum Managing Director, NALCO, will
send within thirty days of receipt of the notice, to the seller a panel of three
names of persons.
The seller shall on receipt of the names as referred select any one of the
person names to be appointed as a sole Arbitrator and communicate his
name to the Appointing Authority within thirty days of receipt of the names.
The appointing Authority shall there upon without any delay appoint the
said person as the sole Arbitrator. If the seller fails to communicate such
selection as provided above within the period specified, the Appointing
Authority shall make the selection and appoint the selected person as the
sole Arbitrator.
The fees, if any, of the Arbitrator shall, if required to be paid before the
award is made and published be paid half and half by each of the parties.
The costs of the reference and of the award including the fees, if any of the
Arbitrator shall be in the discretion of the Arbitrator who may direct to and
by whom and in what manner, such costs or any part thereof shall be paid
may fix or settle the amount of costs to be so paid.
The award of the arbitrator shall be final and binding on both the parties.
Subject to aforesaid, the provisions of the Arbitration and Conciliation Act,
1996 as amended by the Arbitration and Conciliation (Amendment) Act,
2015 or any statutory modification or re-enactment thereof and the rules
made there under, and for the time being in force shall apply to the
arbitration proceeding under this clause.
Foreign Arbitration:
The Arbitration and Conciliation Act 1996 has provisions for international
commercial arbitration, which shall be applicable if one of the parties has its
central management and control in any foreign country.
When the contract is with a foreign supplier, the supplier has the option to
choose either the Indian Arbitration and Conciliation Act, 1996 or arbitration
in accordance with the provisions of the United Nations Commission on
International Trade Law (UNCITRAL) arbitration rules.
30. IMMUNITY TO GOVERNMENT OF INDIA:
31. GENERAL:
the Company (NALCO) shall be liable to the other, whether in Contract, tort,
or otherwise, for any consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs. Notwithstanding any other
provisions incorporated elsewhere in the contract, the aggregate liability of
the Contractor in respect of this contract, whether under Contract, in tort or
otherwise, shall not exceed 100% of contract value.
The first filling of oils and lubricants for every equipment shall be included in
the price, if asked for. The Seller shall also recommend the quality and
quantity of oils and lubricants required for one year’s continuous operation,
if asked for.
35. The special Terms and Conditions, if any, stipulated in the tender will
supersede those in standard terms & conditions of Purchase (Import) in
case of any conflicting provisions.
FORMAT FOR DETAILS OF ORDERS PLACED/ CONTRACTS AWARDED ABOVE RS.2.0 CRORE DURING THE MONTH
1 2 3 4 5 6 7 8 9 10 11 12 13 14
Tender Item/ Mode Date of Type of Last No. of No. and No. and Whether Contract Name of Value of Scheduled
No. Nature of publication Bidding date tenders names of names of contract No. and Contractor contract date of
of Tender of NIT (Single/ of received parties parties awarded Date completion
Work Enquiry Two Bid receipt qualified not to lowest of supplies
system) of after qualified tenderer/
Tender technical after evaluated
evaluation technical L1
evaluation
PRE-CONTRACT INTEGRITY PACT
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on
_________ day of the month of _______ 20__, between, on one hand, the National
Aluminium Company Limited (NALCO), a company registered under the Companies Act
1956 and a Government of India Enterprise, having its Registered Office at NALCO
Bhawan, P/1, Nayapalli, Bhubaneswar- 751013, Odisha, India (referred to as NALCO)
acting through Shri __________ (with designation of the Officer) (hereinafter called
the “BUYER”, which expression shall mean and include, unless the context otherwise
requires, his successors in office and assigns) of the First Part and M/s. ____________
represented by Shri ____________, Chief Executive Officer (hereinafter called the
“BIDDER / Seller” which expression shall mean and include, unless the context
otherwise requires, his successors and permitted assigns ) of the Second Part.
NOW THEREFORE
To avoid all forms of corruption by following a system that is fair, transparent and free
from any influence / prejudiced dealings prior to during and subsequent to the
currency of the contract to be entered into with a view to: -
Enabling the BUYER to obtain the desired said stores/equipment at a competitive price
in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other corrupt practices and the BUYER will comment to
prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
1.1 The BUYER undertakes that no official of the BUYER, connected directly or
indirectly with the contract, will demand, take a promise for or accept, directly or
through intermediaries, any bribe, consideration, gift, reward, favour or any material
or immaterial benefit or any other advantage from the BIDDER, either for themselves
or for any person or organisation or third party related to the contract in exchange for
an advantage in the bidding process, bid evaluation, contracting or implementation
process related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike and will
provide to all BIDDERs the same information and will not provide any such information
to any particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
1.3 All the officials of the BUYER will report to the appropriate Government office
any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
Commitments of BIDDERs
3. The BIDDER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during any
pre-contract or post-contract stage in order to secure the contract or in furtherance to
secure it and in particular commit itself to the following: -
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organisation or third
party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to
give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the BUYER or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the contract or any
other contract with the Government for showing or forbearing to show favour or
disfavour to any person in relation to the contract or any other contract with the
Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives
and Indian BIDDERs shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payment to be made by them to agents / brokers or
any other Intermediary, in connection with this bid / contract.
3.5 The BIDDER, either while presenting the bid or during pre-contract negotiations
or before signing the contract, shall disclose any payments he has made, is committed
to or intends to make to officials of the BUYER or their family members, agents,
brokers or any other intermediaries in connection with the contract and the details of
services agreed upon for such payments.
3.6 The BIDDER will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
3.7 The BIDDER will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
3.8 The BIDDER shall not use improperly, for purposes of competition or personal
gain, or pass on to others, any information provided by the BUYER as part of the
business relationship, regarding plans, technical proposals and business details,
including information contained in any electronic data carrier. The BIDDER also
undertakes to exercise due and adequate care lest any such information is divulged.
3.9 The BIDDER commits to refrain from giving any complaint directly or through
any other manner without supporting it with full and verifiable fact.
3.10 The BIDDER shall not instigate or cause to instigate any third person to commit
any of the actions mentioned above.
3.11. If the Bidder or any employee of the Bidder or any person acting on the behalf
of the Bidder, either directly or indirectly, is a relative of any of the officers of the
Buyer, or alternatively, if any relative of an officer of the Buyer has financial
interest/stake in the Bidder’s firm, the same shall be disclosed by the Bidder at the
time of filing of tender.
The term “relative” for this purpose would be as defined in Section 6 of the Companies
Act 1956.
3.12. The Bidder shall not lend to or borrow any money from or enter into monetary
dealings or transactions, directly or indirectly, with any employee of the Buyer.
3.13 Bidder(s)/ Contractor(s) who have signed the integrity pact shall not approach
the courts while representing the matter to IEMs and shall wait for their decision in the
matter.
4. Previous Transgression
4.1. The Bidder declares that no previous transgression occurred in the last three
years immediately before signing of this integrity Pact, with any other company in any
country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could Justify
Bidder’s exclusion from the tender process.
4.2. The Bidder agrees that if it makes incorrect statement on this subject, Bidder
can be disqualified from the tender process or the contract, if already awarded, can be
terminated for such reason.
5.1. Any breach of the aforesaid provisions by the BIDDER or any one employed by
it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall
entitle of the BUYER to take all or any one of the following actions, wherever required:
(i) To immediately call off the pre-contract negotiations without assigning any
reason or giving any compensation to the BIDDER. However, the proceedings with the
other BIDDER(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit /
Performance Bond (after the contract is signed) shall stand forfeited either fully or
partially, as decided by the BUYER and the BUYER shall not be required to assign any
reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian
BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of
State Bank of India, while in case of a BIDDER from a country other than India with
interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to
the BIDDER from the BUYER in connection with any other contract for any other
stores, such outstanding payment could also be utilized to recover the aforesaid sum
and interest.
(v) To en-cash the advance bank guarantee and performance bond / warranty
bond, if furnished by the BIDDER, in order to recover the payments, already made by
the BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be
liable to pay compensation for any loss or damage to the BUYER resulting from such
cancellation / rescission and the BUYER shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of NALCO
for a minimum period of five years, which may be further extended at the discretion of
the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any
middleman or agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of
any contract signed by the BUYER with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this Pact.
5.2 The BUYER will be entitled to take all or any of the actions mentioned at para
5.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed
by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of
an offence as defined in Chapter IX of the Indian Penal Code 1860 or Prevention of
Corruption Act, 1988 or any other statute enacted for prevention of corruption.
5.3 The decision of the BUYER to the effect that a breach of the provisions of this
Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER.
However, the BIDDER can approach the independent Monitor(s) appointed for the
purposes of this Pact.
6.1. The BUYER has a panel of Independent External Monitors (hereinafter referred
to as IEMs) for this Pact in consultation with the Central Vigilance Commission as
mentioned in NALCO’s NIT/NALCO’s website (www.nalcoindia.com).
6.2 The task of the IEMs shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
6.3 The IEMs shall not be subject to instructions by representatives of the parties
and perform their functions neutrally and independently.
6.4 Both the parties accept that the IEMs have the right to access all the documents
relating to the project / procurement including minutes of meetings.
6.5 As soon as the IEM notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the BUYER.
6.6 The BIDDER(s) accepts that the IEM has the right to access without restriction
to all Project documentation of the BUYER including that provided by the BIDDER. The
BIDDER will also grant the IEM, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same
is applicable to Subcontractors. The IEM shall be under contractual obligation to treat
the information and documents of the BIDDER / Subcontractor(s) with confidentiality.
6.7 The BUYER will provide to the IEM sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the parties. The parties will offer to the IEM the
option to participate in such meetings.
6.8 The IEM will submit a written report to the designated Authority of BUYER /
Secretary in the Department / within 8 to 10 weeks from the date of reference or
intimation to his by the BUYER / BIDDER and should be occasion arise, submit
proposals for correcting problematic situations.
7. Facilitation of Investigation:
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the IEMs shall be entitled to examine all the documents including the
Books of Accounts of the BIDDER and the BIDDER shall provide necessary information
and documents in English and shall extend all possible help for the purpose of such
examination.
10. Validity:
10.1 This Pact begins when both parties have legally signed it. It expires for the
Contractor 12 months after the last payment under the contract, and for all other
Bidders 6 months after the contract has been awarded. If any claim is made/ lodged
during this time, the same shall be binding and continue to be valid despite the lapse
of this pact as specified above, unless it is discharged/ determined by CMD, NALCO.
10.2 Should one or several provisions of this Pact turn out to be invalid, the
remainder of this Pact shall remain valid. In this case, the parties will strive to come to
an agreement to their original intentions.
12. The parties hereby sign this Integrity Pact at ___________ on ___________.
BUYER BIDDER
Name of the Officer:
Designation:
Company: NALCO
Official Seal:
Witness Witness
1. ________________________ 1. ________________________
2. ______________________ 2. _______________________
Bid Securing Declaration Form
To
I/We accept that I/We may be disqualified from bidding for any contract with you for
a period of Two Years from the date of notification if I am /We are in a breach of any
obligation under the bid conditions, because I/We
I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are
not the successful Bidder, upon the earlier of (i) the receipt of your notification of the
name of the successful Bidder; or (ii) thirty days after the expiration of the validity of
my/our Bid.
Signed: ( insert signature of person whose name and capacity are shown) in the
capacity of (insert legal capacity of person signing the Bid Securing Declaration)
Name: (insert complete name of person signing he Bid Securing Declaration)
Duly authorized to sign the bid for an on behalf of (insert complete name of Bidder)
Dated on ____________________ day of ____________________ (insert date of
signing) Corporate Seal (where appropriate)
(Note: In case of a Joint Venture, the Bid Securing Declaration must be in the
name of all partners to the Joint Venture that submits the bid)
Annexure-I
23.03.2012 L1 price.
2. Sub target of 4% shall be earmarked for
procurement from MSEs owned by SC/ST
entrepreneurs.
Office order Ref Bid Security/ As approved in the 299th meeting of FDC dated
D(P&T)/864/2020 EMD, 03.12.2020, Bid Security/ EMD, Performance
dated 08.12.2020 Performance Security/ Additional performance security in case
Security/ of Abnormally Low bids should be in conformity
Additional to the OMs No.9/4/2020-PPD dated 12.11.2020
performance issued by Deptt of expenditure and also DPE OM
security in case DPE/7/(4)/2017-Fin (Part1) dated 19.11.2020.
of Abnormally
Low bids
The above list is not exhaustive. Necessary action without fail must be taken by all
concerned on all other Govt. OM/guidelines/notices, which have been issued and
orders issued from time to time. On receipt of Govt. OM/ circulars/ guidelines, the
same is circulated to all GGM (Malts) of Corporate and Site, ED of complexes and
other concerned executives. This will be the responsibility of above person to ensure
circulation of communication to down below all concerned executives for strict
compliance.
******************************************************************
ABBREVIATION