Thetenders.com
  +91 92760 83333 / +91 92743 15555
  • Indian Tenders
  • |
  • Global Tenders
  • |
  • Projects
  • |
  • Tender Awarded
  • |
  • Sub-Contractor
  • Pay Online
  • Register now
  • Login
  • Indian Tenders Tender information of India
  • Global Tenders International Tender information
  • Projects Project information of India
  • Tender Awarded Tender awarded information
  • Sub-Contractor Vendor information of India
  • Pay Online
  • Register now
  • Login
  • Contact Info All India : 9276083333 / 9274315555 South India : 9274315555
TheTenders
»
Indian Tenders
»
Keyword Tenders
»
Ent Item
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of ent item Tenders

List of latest ent item Tenders in Indian Tenders. Click on any ent item Tenders to view BOQ, NIT and Tender Documents. Get GeM Registration and Bidding Support, Vendor Registration for ent item Tenders.

Advance Search
  • All-Tenders (12)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 Railway Transport
image image
Central Government And Public Sector
TRN :35294518 |  13 Sep, 2025
Tender Value : 0
 Dibrugarh - Assam
Tender for supply of wedge lock as per sanrok drawing no-1ed-1208 confirming to rdso specification no. rdso/2011/cg-03 rev.03. make-sanrok enterprises pac item..
  • View Tender
  • Document
  • Bid Support
2 Sugar
image image
Co-operative
TRN :35290865 |  19 Sep, 2025
Tender Value : 9.32 Crore
 Bulandshahr - Uttar Pradesh
Tender for gem bids for manpower outsourcing services - fixed remuneration -non-it technical; mechanical engineer; graduate, manpower outsourcing services - fixed remuneration -non-it technical; chief chemist; as per federation norms, manpower outsourcing services - fixed remuneration -non-it technical; chief cane officer; as per federationnorms, manpower outsourcing services - fixedremuneration - non-it technical; dy chief engineer dychief chemist dy chief cane officer; as per federationnorms, manpower outsourcing services - fixedremuneration - it-technical; mfg chemist assistantengineer mech elec etc; as per federation norms, manpower outsourcing services - fixed remuneration -non-it technical; cane development inspector; graduate, manpower outsourcing services - fixed remuneration -non-it technical; cane supervisor; graduate, manpoweroutsourcing services - fixed remuneration - non-ittechnical; lab incharge; graduate, manpoweroutsourcing services - fixed remuneration - it-technical;computer science engineer; graduate, manpoweroutsourcing services - fixed remuneration - non-ittechnical; legal adviser; graduate, manpower outsourcingservices - fixed remuneration - non-it technical; peonorderly watchman sweeper mali mazdoor doonga mazdoordoonga mate plumber helper sample boys lime stationmazdoor mazdoor pan sprup crystallizer molasses mazdoorseed .., manpower outsourcing services - fixedremuneration - non-it technical; cook security jamadarcane carrier operator motor pump attendant fitter helperkhalasi oilman water treatment boiler feed pumpattendant bagasse carrier attendant electrical.., manpoweroutsourcing services - fixed remuneration - non-ittechnical; mill turbine operator fitter i fitter ii switch boardattendant wireman turner i ii black smith welder i ii fitterweighbridge head khalasi evaporator operator quad mate  /bid number: gem/2025/b/6644773* /dated: 05-09-2025  & & / bid document1 / 56 & & /item categoryasst.., manpower outsourcing services - fixedremuneration - non-it technical; mill house head fitter;10th with iti or diploma in respective field, manpoweroutsourcing services - fixed remuneration - non-ittechnical; power turbine operator; 10th with iti or diplomain respective field, manpower outsourcing services - fixedremuneration - non-it technical; mason; 10th with iti ordiploma in respective field, manpower outsourcingservices - fixed remuneration - non-it technical; caneunloader operator; high school, manpower outsourcingservices - fixed remuneration - non-it technical; boilerincharge; 12th passed, manpower outsourcing services -fixed remuneration - finance/accounts; sr accountant;graduate post graduate in respective field, manpoweroutsourcing services - fixed remuneration - non-ittechnical; security officer draft man mech mech formanelectric forman work shop forman lab chemist panincharge etc or similar work; degree/diploma in respectivefield, manpower outsourcing services - fixed remuneration- non-it technical; legal asstt purchase i c sale i c, security inspector asstt accountant cashier head timekeeper, godwon keeper store keeper cane accountantcane head clark share accountant et.., manpoweroutsourcing services - fixed remuneration - non-ittechnical; expert finance assistant; ca or icaw or csintermediate or mba in finance, manpower outsourcingservices - fixed remuneration - non-it technical; handpump mistri; 10th pass with iti, manpower outsourcingservices - fixed remuneration - admin; weighment clerkgate clerk account asstt typist timekeeper accounts clerkasstt cashier asstt store keeper pf clerk data entry optryard supervisor centre ic loan section ic etc or similar.., manpower outsourcing services - fixed remuneration -non-it technical; instrument mechanic; 10th with iti havingexperiece in respective field
  • View Tender
  • Document
  • Bid Support
3 Steel And Iron Product
image image
Central Government/Public Sector
TRN :35285132 |  25 Sep, 2025
Tender Value : 0
 Visakhapatnam - Andhra Pradesh
Tender for gem bids for toner cartridges / ink cartridges / consumables for printersq2 specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional delivery7 / 12 time shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the originaldelivery period while exercising the option clause. bidders must comply with these terms.2. buyer added bid specific atcbuyer added text based atc clauses1.material: procurement of printer cartridges .please submit gem bid document duly stamped and signed .2.delivery schedule: as per bid document. however, rinl-vsp reserves the right to revise the delivery schedules, depending on vsp s production requirements and storage capacity, without any change in price, terms and conditions of po.3. rinl reserves the right to negotiate with the tenderers without prejudice to their quoted price.4.inspection: inspection at r.i.c. central stores department, r.i.n.l., visakhapatnam steel plant, visakhapatnam-530031, andhra pradeshtest certificate not applicable5.number of sources: 01 one :the intended number of source is one . however, the bid quantity may be split in two sources as per the mii and mse policy of buyer; subject to purchase preference to eligible mses and make-in-india suppliers; subject to matching l1 price by any of the tenderers from l2 onwards in the order of ranking. if none of the l2 tenderers onwards matches the l1 price, then full tendered quantity may be ordered on the l1 tenderer.6.purchase preference: purchase preference will be accorded to micro & small entrepreneurs mses/ssis and make in india class-1 local suppliers mii class-1 as per the prevailing orders / policy of govt. / rinl, subject to fulfillment of eligibility and submission of requisite / stipulated documents in support ofeligibility and subject to matching of l-1 lnip price. 7.conditions for availing benefit is detailed under cl.no. 8.0 of detailed terms and conditions of invitation to supply tender ref vsp s website: www.vizagsteel.com.8.for the purpose of this bid, the order of preference public procurement policy ppp & make in india mii is as under:a local mses - till the total quantity on local mses equals or exceeds 50%.b aimses - till the total quantity on aimses including local mses equals or exceeds 25%.c mii class 1 local suppliers - till the total quantity on class 1 suppliers equals or exceeds 50% d others including mses/non mses/ mii/ non mii in the order of ranking9.price firmness: price shall be quoted in rs. per no. for supply on for vsp stores basis inclusive of material price, freight, transit insurance, taxes / gst, etc. and the price finalized shall remain firm till completion of supplies. gst shall be applicable on all penalties like liquidated damages, penalties for variation in material specification, risk purchase recovery, shortages, penalty for late lifting/ delivery, forfeiture of emd / pg bond/ security deposit etc if levied by the purchaser on the seller/supplier and shall be recovered along with gstapplicable thereon. the purchaser shall issue tax invoice in favour of the seller/supplier for such recoveries. 10. not-withstanding anything specified in this tender document, rinl at its sole discretion, unconditionally and without having to assign any reason, reserves to itself the right: to accept or reject the lowest priced tender or any other tender or all the tenders; to accept any tender in full or in part quantity; to reject the offers not conforming to the tender terms and to accord purchase preference to public sector undertakings wherever applicable as per government policy/ guidelines. to extend purchase preference to local & non-local ssis / mses micro and small enterprises, subjectto submission of documents as stipulated. 8 / 12 .terms of payment: 100% payment of the value of each consignment shall be made against submission of bills along with vsp s acceptance garn goods acceptance / rejection note. payment shall be released on 60th day 21st day for local micro and small enterprises and 45th day for non-local mses, subject to submission of documents as stipulated for availing mse benefits from the date of acceptance of material at vsp i.e. garn date.payment shall be made by neft/rtgs mode or such other mode of electronic fund transfer offered by banks. tenderers must furnish the required bank account details to vsp in prescribed proforma so that the same can be updated in vsp s database. 12.emd and performance guarantee bond: not required 13.right to accept/reject offers:rinl/vsp does not pledge itself to accept the lowest priced offer or any other offer and reserves to itself the right of accepting the whole or any part of the tender/offer or portion of the quantity tendered and the tenderers bidders shall supply the same at the rate quoted.14.liquidated damages: shall be as per gem gtc clause no. 15. iii with following addition/modification: subject to a maximum of 10% of value of such consignments, excluding taxes. for levy of ld in case of late delivery, date of receipt of material by rinl-vsp stores along with necessary documents shall be considered as date of delivery, subject to acceptance of material by rinl-vsp after inspection. 15.establishment of credibility of non-enlisted/non-assessed vendors: if a tenderer who responds to this bid is presently not enlisted with rinl-vsp as an approved vendor, and/or those tenderers for whom vendor assessment is not done by gem for the category printer catridges., has to upload the following documents in the offer/bid in gem:notarized statutory manufacturing / service industry registration certificate, i.e., empartiiissuedbydic/nsicregistration certificate / udyog aadhar memorandum for the same/similar tendered itemsfor mses.ornotarized copy of certificate of registration of shops and establishments for a dea1er/agent/trader etc.ornotarized copy of certificate of incorporation along with memorandum and articles of association of the private/public limited companies.ii notarized copy of proprietary/partnership deeds in case of proprietary/partnership firms.iii notarized copy of gst registration certificate and pan card copy in the name of company in case of limited companies or in the name of individuals in case of proprietary firms.iv self-attested financial worth and audited financial statements for the last three 3 years.v self-attested copies of purchase orders/contracts for the same or similar tendered item/s.vi self-certified iso certificate, if any.vendor assessment report has to be submitted by the bidders for whom vendor assessment is already done by gem for the category printer catridges16.bidder shall have minimum 20% domestic value addition class-i or class-ii local supplier as per orderno. p-45021/2/2017-pp be-ii dt. 04.06.2020 of dpiit, ministry of commerce, goi and shall submit declaration as per format at annexure-ii of this atc along with their techno-commercial bid. 17. documents to be uploaded: by the bidder/seller during bid participation in gem:i this bid document, specification sheets, drawings, corrigendum if any, etc. duly signed and stamped by bidder on all pages, confirming acceptance.ii bidders must select the mse option to claim mse benefits while submitting the offer on gem itself and upload their udyam registration for same
  • View Tender
  • Document
  • Bid Support
4 Railway Transport
image image
Central Government / Public Sector
TRN :35286181 |  24 Sep, 2025
Tender Value : 0
 Visakhapatnam - Andhra Pradesh
Tender for supply of set of spares for maintenance of hydraulic lifting table 700kg capacity. set consists of 09 items as per annexure attached. make: r. sons enterprise or similar.
  • View Tender
  • Document
  • Bid Support
5 Railway Transport
image image
Central Government / Public Sector
TRN :35282295 |  22 Sep, 2025
Tender Value : 0
 Secunderabad - Telangana
Tender for supply of service connector of 2.5 sq.mm cross section for connecting light fittings as per item no.224 - 201 of wago make or equivalent as per the technical data. 1. type of wiring: side-entry wiring, 2.total number of connection points-2; 3. total number of potentials: 1, 4. connection technology: cage clamp, 5. actuation type: push-in, 6. connectable conductor materials: copper, 7. solid conductor: 0.5-5 mm2/20-16awg, 8. fine stranded conductor: 0.5-5 mm2/20- 16awg, 9. strip length: 9-11mm/0.35-0.43 inch, 10. width: 8mm/0.315 inch, 11. height: 15.5mm/0.61 inch, 12. depth: 42 mm/1.654 inch, 13.colour: grey, 14. fire load mj ;0.099 mj, 15. weight g: 5g.
  • View Tender
  • Document
  • Bid Support
6 Electrical Products
image image
Central Government/Public Sector
TRN :35240875 |  11 Sep, 2025
Tender Value : 0
 Tiruchirappalli - Tamil Nadu
Tender for tender enquiry for entering into a contract for fabrication and supply of pressure part items and dispatch to respective project sites.
  • View Tender
  • Document
  • Bid Support
7 Railway Transport
image image
Central Government / Public Sector
TRN :35233304 |  19 Sep, 2025
Tender Value : 0
 Secunderabad - Telangana
Tender for supply of set of items for body side entrance door.
  • View Tender
  • Document
  • Bid Support
8 Railway Transport
image image
Central Government/Public Sector
TRN :35224066 |  20 Sep, 2025
Tender Value : 0
 Izatnagar - Uttar Pradesh
Tender for supply of sealing brush of swing door for entrance to ac area of length 1910mm as per rcf drg. no.mi006232, item:- 10 detailed drg. no. 310113.0.21.500.119..
  • View Tender
  • Document
  • Bid Support
9 Railway Transport
image image
Central Government / Public Sector
TRN :35225096 |  11 Sep, 2025
Tender Value : 0
 Vijayawada - Andhra Pradesh
Tender for supply of set of entrance door window glass gaskets for wap4 locos consisting of 04 items as follows. 1 ref, no. 1 : base gasket-1 as per drg. no. b/trs/g7/cab/3/7 or latest if any. qty/set. 100 metres. 2 ref. no. 2 : base gasket-2 as per drg. no. b/trs/g7/cab/3/7 or latest if any. qty/set. 100 metres. 3 ref. no. 3 : front gasket- 1 as per drg. no. b/trs/g7/cab/3/7 or latest if any. qty/set. 100 metres. 4 ref. no. 4 : front gasket-2 as per drg. no. b/trs/g7/cab/3/7 or latest if any. qty/set. 100 metres..
  • View Tender
  • Document
  • Bid Support
10 Fertilizers And Pesticides
image image
Central Government/Public Sector
TRN :35214002 |  12 Sep, 2025
Tender Value : 0
 Raigad - Maharashtra
Tender for gem bids for sodium hypochlorite solution v2 as per is 11673 part 1q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno 5  5 & & /document requiredfrom sellerexperience criteria, bidder turnover, certificate requestedin atc, additional doc 1 requested in atc, additional doc2 requested in atc, additional doc 3 requested inatc, additional doc 4 requested in atc*in case any bidder is seeking exemption from experience /turnover criteria, the supporting documents to prove hiseligibility for exemption must be uploaded for evaluation bythe buyer7 7  9  9 : : ; ; & 9 & 9   < <  9  9 ; ; > >? ? % % /do you want to showdocuments uploaded by bidders to allbidders participated in bid?no    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension3  d /bid number: gem/2025/b/6600304; /dated: 23-08-2025  & & / bid document1 / 12 ; 9; 9   d d, , m m     -- / / number of days for which bidwould be auto--extended7  o %o % ;5 ;5 ; ; /bid to ra enabledyeso %o % p p /ra quali cation ruleh1-highest priced bid elimination  4 4 /type of bidtwo packet bid   q q   & s & s /time allowed for technicalclarifications during technical evaluation3 days t t b b u u t t 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno q q u u /evaluation methodtotal value wise evaluation x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankicici  /emd amount300000   /epbg detail  > /advisory bankstate bank of india 4 %/epbg percentage%5.00  b /duration of epbgrequired months.14a.  .     % & 4&  % &  % 4  > \ o 9 /emd exemption: the bidder seeking emd exemption, must submit the valid supporting documentfor the relevant category as per gem gtc with the bid. under mse category, only manufacturers for goods andservice providers for services are eligible for exemption from emd. traders are excluded from the purview of thispolicy.b.  , , t < ; / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. /beneficiary : chief manager financethal, department of fertilizers, rashtriya chemicals and fertilizers limited rcf, ministry of chemicals and2 / 12 fertilizerscm finance  /splitting   ; / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceyes     /mse purchase preference   /mse purchase preferenceyes1. preference to make in india products for bids < 200 crore:preference shall be given to class 1 local supplieras defined in public procurement preference to make in india, order 2017 as amended from time to time and itssubsequent orders/notifications issued by concerned nodal ministry for specific goods/products. the minimumlocal content to qualify as a class 1 local supplier is denoted in the bid document. if the bidder wants to avail thepurchase preference, the bidder must upload a certificate from the oem regarding the percentage of the localcontent and the details of locations at which the local value addition is made along with their bid, failing whichno purchase preference shall be granted. in case the bid value is more than rs 10 crore, the declaration relatingto percentage of local content shall be certified by the statutory auditor or cost auditor, if the oem is a companyand by a practicing cost accountant or a chartered accountant for oems other than companies as per the publicprocurement preference to make-in -india order 2017 dated 04.06.2020. only class-i and class-ii local suppliersas per mii order dated 4.6.2020 will be eligible to bid. non - local suppliers as per mii order dated 04.06.2020 arenot eligible to participate. however, eligible micro and small enterprises will be allowed to participate .thebuyers are advised to refer the om no.f.1/4/2021-ppd dated 18.05.2023.om no.1 4 2021 ppd dated 18.05.2023 for compliance of concurrent application of public procurement policyfor micro and small enterprises order, 2012 and public procurement preference to make in india order, 2017. 2. purchase preference will be given to mses having valid udyam registration and whose credentials arevalidated online through udyam registration portal as defined in public procurement policy for micro and smallenterprises mses order, 2012 dated 23.03.2012 issued by ministry of micro, small and medium enterprises andits subsequent orders/notifications issued by concerned ministry. if the bidder wants to avail themselves of thepurchase preference, the bidder must be the manufacturer / oem of the offered product on gem. traders areexcluded from the purview of public procurement policy for micro and small enterprises and hence resellersoffering products manufactured by some other oem are not eligible for any purchase preference. in respect of bidfor services, the bidder must be the service provider of the offered service. relevant documentary evidence inthis regard shall be uploaded along with the bid in respect of the offered product or service and buyer will decideeligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. if l-1 isnot an mse and mse seller s has / have quoted price within l-1+ 15% selected by buyer of margin ofpurchase preference /price band defined in relevant policy, such mse seller shall be given opportunity to matchl-1 price and contract will be awarded for 25% selected by buyer percentage of total quantity. the buyers areadvised to refer the om no. f.1/4/2021-ppd dated 18.05.2023 om no.1 4 2021 ppd dated 18.05.2023 forcompliance of concurrent application of public procurement policy for micro and small enterprises order, 2012and public procurement preference to make in india order, 2017. benefits of mse will be allowed only if seller isvalidated on-line in gem profile as well as validated and approved by buyer after evaluation of documentssubmitted. 3. reverse auction would be conducted amongst all the technically qualified bidders except the highest quotingbidder. the technically qualified highest quoting bidder will not be allowed to participate in ra. however, h-1will also be allowed to participate in ra in following cases:i. if number of technically qualified bidders are only 2 or 3.3 / 12 ii. if buyer has chosen to split the bid amongst n sellers, and h1 bid is coming within n.iii. in case primary product of only one oem is left in contention for participation in ra on elimination of h-1.iv. if l-1 is non-mse and h-1 is eligible mse and h-1 price is coming within price band of 15% of non-mse l-1v. if l-1 is non-mii and h-1 is eligible mii and h-1 price is coming within price band of 20% of non-mii l-1sodium hypochlorite solution v2 as per is 11673 part 1 300000 liter 5 5 1 2 & & % % % % < < % % 4 `4 ` b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    s  s /technical specifications*   s / as per gem category speci cation  /speci cation s s /specificationname  b b q q /bid requirementallowed valuesstandards &certificationgoverning standardgenerally confirming to is 11673-part 1 latestrequirementchemical/physicaltype of gradesgrade 2 for industrial userelative density at 25 deg / 25deg c, min1.20available chlorine as cl2, percent, mass by volume12.5 to 15.0total chlorine as cl2, percent, mass by volume12.5 to 15.0free alkali as naoh, g/l, min5.0free sodium carbonate asna2co3, g/l, max0.5packaging &markingnet content of eachcontainer/ pack50 litertest reportstype of lab which carried outtest of complete product toprove the conformity of productas per specificationfrom central govt. lab, nabl accredited lab, manufacturer in-house testadditional specification parameters - sodium hypochlorite solution v2 as per is 11673 part 1 300000 liter specification parameternamebid requirement allowed valuessodium hypochloritethe chemical specification is as follows: sodium hypochlorite naocl as peris 11673 latest grade 2 1. relative density at 25 c/25 c: 1.20 min 2.available chlorine as cl, % by mass/volume: 12.5 to 15.0 3. total chlorine, % by volume as cl: 12.5 to 15.0 4. free alkali as naoh, g/l, min: 5.0 totalquantity 3, 00, 000 litre +/- 25 %* bidders offering must also comply with the additional specification parameters mentioned above. 4 / 12   //o ; b o ; b   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; b o ; b   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1sushil kumar402208, stores, rcf ltd thal, alibag, district raigad300000365special terms and conditions-version:1 effective from 22-01-2025 for category sodium hypochloritesolution v2 as per is 11673 part 11. the product may also carry an isi mark/standard mark as per the bis standard governing this category. assuch buyers may also opt for isi marked product while creating bid. in such cases buyer shall verify validbis license for the same at the time of evaluation of bid and check isi marking at the time of receipt ofmaterial before issuing crac. 5 5 : :         e e/buyer added bid specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional deliverytime shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the originaldelivery period while exercising the option clause. bidders must comply with these terms.2. buyer added bid specific atcbuyer added text based atc clausestender au-85726 for supply of sodium hypochlorite 300, 000 liter earnest money deposit emd for rs. 3, 00, 000 /- is to be deposited as per following instructions: online deposit: emd to be deposited online in rashtriya chemicals and fertilizers ltd rcf s accountthrough payment gateway available on our website at: www.rcfltd.com under portals emd payment click here for emd payment. submit the acknowledgement/receipt of online emd payment along with your offer.if exempted from submission of emd, then upload a valid exemption details.please note emd and integrity pact shall not be accepted after bid submission due date and non-submission of the same along with bid shall lead to rejection of your o er. no communication shall be done for the same.pre-qualification criteria:a. experience criteria: a. for manufacturer only: bidder shall submit self- attested po copies and / or invoice copies as evidence of manufacture and supply of 150 kl of sodium hypo chlorite solution is as per is 11673 latest grade 2, manufactured and supplied during an5 / 12 y one of the last 3 years. b. for non-manufacturers: po copy of sodium hypo chlorite solution as per is 11673 latest grade 2 supplied during last seven years from the date of tender satisfying minimum one criteria as follows: i. single po copy of minimum quantity 240 kl.ii. two po copies of minimum quantity 150 kl each.iii. three po copies of minimum quantity 120 kl each.. c. relaxation in experience criteria for eligible mses/ startups1. for mses- relaxation of 25% in prior experience shall be provided to the qualifying mses.2. for start-ups no prequali cation criteria except for criteria de ned by government of india for de nition as start up like certi cate from dipp, maximum years from incorporation and turnover criteria. vendor shall be start up for item under procurement and maximum 10% additional qty. to be awarded to them. for detail kindly refer annexure-v of buyer added atc.b. financial criteria: i. ca certified turnover during last three financial years 2021-22, 2022-23, 2023-24 or 2022-23, 2023-24, 2024-25 required minimum avg. turnoverof rs. 82.12 lakh. the turnover should be issued by practicing ca with membership number, seal and signed with udinin case the date of constitution / incorporation of the bidder is less than 3 years old, the average turnover in respect of the completed financial years after the dateof constitution shall be taken into account. in this case, the financial turnover during last nancial year / the average nancial turnover during preceding two nancial years should be at least rs. 82.12 lakh. ii. relaxation in experience criteria for eligible mses/ startups1. for mses- relaxation of 25% in annual nancial turnover shall be provided to the qualifying mses.2. for startups no prequali cation criteria except for criteria de ned by government of india for de nition as start up like certi cate from dipp, maximum years from incorporation and turnover criteria. vendor shall be start up for item under procurement and maximum 10% additional qty. to be awarded to them.for detail kindly refer annexure-v of buyer added atc. iii. the net worth of the bidder rm manufacturer or principal of authorizedrepresentative should not be negative on the relevant date . it means the net worth of the bidder should not be negative in the balance sheet of last nancial year.andnet worth of bidder should have not eroded by more than 30% thirty percent in the lastthree years, ending on the relevant date . it means the net worth of last nancial year should not be less than 70% compared to the 3rd last financial year.in case the date of constitution/ incorporation of the bidder is less than 3 years old, the following will be applicable: the net worth in each of these years should not be negative. net worth in respect of the immediate previous financial year should not have eroded more 30 per cent than that of its previously audited nancial statement. in case the bidder has completed financial statements of only preceding year, the clause of net worth erosion will not be applicable the relevant date means 31-03-2024 for block of fy 2021-22, 2022-23& 2023-24 and 31-03-2025 for block of fy 2022-23, 2023-24, 2024-25.the nancial soundness should be ca certi ed or audited nancial statement certified by cac. make in india clause: as per revision dt 19.07.2024 of public procurement policy 2017, non-local suppliers cannot participate in tenders having estimates less than r6 / 12 s. 200 crores. offers of class-i and class-ii local suppliers as per make in india policy can only be considered for evaluation and award of contract.d. integrity pact duly signed with date and stamped on each page. upload in relevant packet of this tender.signing the integrity pact is a prerequisite for prequalification. integrity pact and nit conditions will form part of the contract. security deposit:the supplier receiving the loa is required to furnish the required performance security, in the prescribed form by the speci ed date; failing this necessary action including forfeiture of emd will be taken against the supplier. supplier shall submit the security deposit for 05% of the order value basic contract value without taxes within 15 days of the p.o. date in the form of dd or bank guarantee as per r.c.f. format from r.c.f. approved banker valid for a period of delivery period plus 60 days for claim period. or performance security may be furnished in the form of insurance surety bond, account payee demand draft, fixed deposit receipt from a commercial bank, bank guarantee issued/con rmed from any of the commercial bank in india, or online payment in an acceptable form. if the supplier / contractor fails to submit the performance security as indicated above, performance security will be deducted from running billsthe performance security will be forfeited and credited to the procuring entity s account in the event of a breach of contract by the contractor. it shall be refunded to the contractor without interest, after he duly performs and completes the contract in all respects but not later than 90ninety days of completion of all such obligations including the warranty under the contract.bank guarantee to be addressed and submitted to: chief manager finance, rcf thal unit, alibag, raigad 402208.technical conditions:1the chemical specification is as follows: sodium hypochlorite naoclas per is 11673 latest grade 21. relative density at 25 c/25 c: 1.20 min2. available chlorine as cl, % by mass/volume: 12.5 to 15.03. total chlorine, % by volume as cl: 12.5 to 15.04. free alkali as naoh, g/l, min: 5.0total quantity 3, 00, 000 litre +/- 25 % terms and conditions- 1. certi cate of analysis from nabl accredited lab/manufacture in-house/oem and msds shall be suppliedalong with supply.2. material received at rcf thal shall be inspected by rcf thal. rcf representative will draw sample and analysis will be carried out at rcf s laboratory. the results obtained at rcf s laboratory will be nal and binding. the consignment shall be rejected if it does not meet the po specification. delivery period:1. delivery period of naocl shall be within one year from gem po placement.2. delivery shall be in staggered manner as per rcf requirement. at single time minimum 15 kl to 20 kl sodium hypochlorite will be required.3. material delivery shall be done within ten days after rcf concern official information.7 / 12 . drum shall be delivered on wooden pallet.5. successful bidder shall take back the empty hypo drums within one month after use.6. material shall be supplied in drum having sodium hypochlorite solution in net volume of 50 litre drum.7. delivery at rcf thal site only.8. the shelf life of the sodium hypochlorite solution shall be a minimum of one 1 year from the date of delivery of the material. payment terms: payment shall be made on the 30th day from the date of receipt of material at rcf thal site, subject to acceptance of the material as per the acceptance/rejection criteria and submission of all required documents. acceptance / rejection criteria for sodium hypochlorite: 1. acceptance standard range 12.5% to 15%: if the active chlorine content of the supplied material is between 12.5% and 15%, the material shall be accepted. payment will be made considering 12.5% active chlorine content as the base i.e.100 percent payment. any excess concentration above 12.5% shall not be considered for additional payment.2. acceptance higher than 15%: if the active chlorine content exceeds 15%, the material shall still be accepted. however, payment will be restricted to 12.5% of active chlorine content only. example: if one bidder supplies sodium hypochlorite with 12.5% and another with >15% chlorine, both will be paid at the 12.5% base rate.3. acceptance with pro-rata payment 9.5% to <12.5%: if the active chlorine content lies between 9.5% and less than 12.5%, the material will be accepted, but payment shall be made on a pro-rata basis. payment formula:payable amount actual chlorine content % / 12.5% rate as per gem po per litreexample: if the actual chlorine content is 11%, then:payment 11 % / 12.5 % rate as per gem po per litre4. rejection below 9.5% : if the active chlorine content is below 9.5%, the entire lot shall be rejected and not accepted for delivery. integrity pact:rcf has accepted and agreed to the terms and conditions of the integrity pact.the bidder, as a token of acceptance of the terms and conditions of the integrity pact will sign and stamp the integrity pact and submit the same with nit documents.signing the integrity pact is a prerequisite for prequalification and integrity pact and nit conditions will form part of the contract. documents to be submitted along with offer:1. emd payment details8 / 12 . integrity pact duly signed with date and stamped on each page3. po copies as per above mentioned criteria4. ca certified turnover proofs of last three financial years mentioning udin5. net worth details as mentioned above6. make in india declaration as per make in india policy mentioning % of local content and place of value addition7. no deviation certificate as per format given in bid document please note emd and integrity pact shall not be accepted after bid submission due date and non-submission of the same along with bid shall lead to rejection of your offer. no communication shall be done for the same. additional information:1. the rates quoted shall be inclusive of all taxes, duties, freight, insurance and any other statutory charges.2. pre-bid meeting shall be conducted on 10th day of tender publishing at rcf thal, alibag, raigad maharashtra-402208. queries regarding pre-bid meeting shall be sent to rcf on following mail before 7 days of pre-bid meeting.3. any communication shall be done to mail id gshaha@rcfltd.com/ hemant.rao@rcfltd.com note: please note that any blank field un-marked in the preceding confirmation box will be treated as agreed only. no.descriptionbidder confirmationplease put in front of your confirmation1pl. ensure following documents are submitted along with bid document 1.1emd as per bid document submitted1.2po copy as per pqc submitted1.3turnover certificate as per pqc submitted1.4net worth certificate of last 3 years submitted1.5integrity pact duly filled, signed and stamped along with date on each page which is attached in buyer added atc.also signed and stamp copy of buyer added atc. submitted9 / 12 .6make in india declaration as per make in india policy mentioning % of local content and place of value addition submitted2pl. make sure that quoted rates are inclusive of all taxes i.e. gst, freight, packing and forwarding and insurance, statutory charges etc i.e. delivered price to rcf thal stores confirmed3please note that rcf will not accept any deviation in payment termpayment terms: payment terms: payment shall be made on the 10th day from the date of crac as per std. term & cond., subject to acceptance of the material as per the acceptance/rejection criteria and submission of all required documents. noted4mutually agreed damages clause for late delivery @ 0.5% per week or part thereof subject to maximum of 10% of total p.o./contract value. noted5firm price: price shall remain firm through out
  • View Tender
  • Document
  • Bid Support
  • 1
  • 2
  • Tenders Expired In - 2025
  • Tenders Expired In - 2024
  • Tenders Expired In - 2023
  • Tenders Expired In - 2022
  • Tenders Expired In - 2021
  • Tenders Expired In - 2020
  • Tenders Expired In - 2019
  • Tenders Expired In - 2018
  • Tenders Expired In - 2017
  • Tenders Expired In - 2016
  • Tenders Expired In - 2015
Related Searched Keywords : ent item
  • Sphygmomanometer Scrap Tenders ,
  • Bipolar Resection Set Tenders ,
  • Radiodiagnostic Machine Tenders ,
  • Protoscope Tenders ,
  • Footplate Tenders ,
  • Flash Sterilizer Tenders ,
  • Led Phototherapy Machine Tenders ,
  • Radiofrequency Device Tenders ,
  • Suction Unit Tenders ,
  • Eto Sterilizer Tenders

Get ent item Tender Alert...

741510

Related Searched Keywords : ent item

  • Road Under Bridge Tenders From Maharashtra
  • Civil Works Tenders From Delhi
  • Gravelling Tenders From West-Bengal
  • Interlocking Tiles Work Tenders From -Tamil-Nadu
  • Sewer Lines Tenders From Andhra-Pradesh
  • Infrastructures Work Tenders From Gujarat
  • Plastering Tenders From Karnataka
  • Drainage System Tenders From Uttar-Pradesh
  • Water Proofing Treatment Tenders From Rajasthan
  • Demolition Work Tenders From Madhya-Pradesh

Read More


Tender Document

006339

State Tenders »

  • Maharashtra Tenders
  • Delhi Tenders
  • West Bengal Tenders
  • Tamil Nadu Tenders
  • Andhra Pradesh Tenders

City Tenders »

  • Hyderabad Tenders
  • Visakhapatnam Tenders
  • Guwahati Tenders
  • Patna Tenders
  • Chandigarh Ut Tenders

Keyword Tenders »

  • Road Under Bridge Tenders
  • Compound Wall Tenders
  • Water Proof Tenders
  • Tile Works Tenders
  • Excavating Tenders

Sector Tenders »

  • Drugs And Pharmaceuticals Tenders
  • Survey Work Tenders
  • Shipping Transport Tenders
  • Scientific Research And Instruments Tenders
  • Security Services Tenders

Ownership Tenders »

  • Central Government And Public Sector Tenders
  • Co Operative Tenders
  • Corporations And Associations And Others Tenders
  • Private Sector Tenders
  • State Government Tenders

Indian Segment

  • State Tenders
  • City Tenders
  • Industry Tenders
  • SubIndustry Tenders
  • Sector Tenders
  • Ownership Tenders
  • Agency Tenders
  • Keyword Tenders
  • Source of Tenders

Browse Tenders

  • RFP-RFQ Tenders
  • Vender Registration Tenders
  • ICB Tenders
  • NCB Tenders
  • Auction Tenders
  • Corrigendum Tenders
  • E Procurement Tenders
  • GeM Tenders (Registration)

Global Segment

  • Middle East Countries Tenders
  • European Countries Tenders
  • African Countries Tenders
  • Asian Countries Tenders
  • Saar Countries Tenders
  • Australia Oceania Countries Tenders
  • South America Countries Tenders
  • North America Countries Tenders

Others

  • Services
  • Sitemap
  • About Us
  • Contact Us
  • Career
  • Tender Consultants

Get in touch with us

  • +91-92760 83333 (In India)
    +91-92743 15555 (South India)

  • sales@thetenders.com / ceo@thetenders.com

W B


Copyright ©2018 - Thetenders.com. Read Policies

Download Mobile App