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
»
Hard Disc
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of hard-disc Tenders

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

Advance Search
  • All-Tenders (12)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 Power Plant
image image
corporations/Associations/Others
TRN :35192861 |  03 Sep, 2025
Tender Value : 8.30 Lacs
 Tiruchirappalli - Tamil Nadu
Tender for supply of 11kv 30kn strain disc hardware
  • View Tender
  • Document
  • Bid Support
2 Mining Equipments
image image
Central Government/Public Sector
TRN :35194477 |  01 Sep, 2025
Tender Value : 0
 Nagpur - Maharashtra
Tender for gem bids for steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno 5  5 & & /document requiredfrom sellercertificate requested in atc, oem authorizationcertificate, additional doc 1 requested in atc, additionaldoc 2 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?yes documents submitted as part of a clarification orrepresentation during the tender/bid process will also bedisplayed to other participated bidders after log in    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension3  d /bid number: gem/2025/b/6590919; /dated: 21-08-2025  & & / bid document1 / 27 ; 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 elimination5 5 r r   /itc available tobuyeryes  4 4 /type of bidtwo packet bid4 4 t t /primary product categorysteel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1   u u   & w & w /time allowed for technicalclarifications during technical evaluation3 days x x b b y y x x 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno u u y y /evaluation methodgroup wise evaluation & & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankidbi bankschedule-1  /emd amount in inr25000schedule-2  /emd amount in inr25000schedule-3  /emd amount in inr25000   /epbg detail  > /advisory bankidbi bank 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 document2 / 27 for 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. the emd amount will be applicable for each schedule/group selected during bid creation.c.  , , ` x < ; / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. ` ` /beneficiary : head of department, financefinance department, moil limited, moil bhavan, 1a, katol road, nagpur-440013 the details of beneficiarybank for sending details of bg under sfms platform is advisory bank: idbi bank, idbi bank, gupta house, ravindranath tagore road, civil lines nagpur-440001, advisory bank ifsc code: ibkl0000389 & currentaccount no. 041102000018027.moil limited  /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 bid3 / 27 for 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. estimated bid value indicated above is being declared solely for the purpose of guidance on emd amount andfor determining the eligibility criteria related to turn over, past performance and project / past experience etc.this has no relevance or bearing on the price to be quoted by the bidders and is also not going to have anyimpact on bid participation. also this is not going to be used as a criteria in determining reasonableness ofquoted prices which would be determined by the buyer based on its own assessment of reasonableness andbased on competitive prices received in bid / ra process. 4. 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.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-1if the buyer has mentioned mse purchase preference in atc then service provider is required to uploadnecessary documents for mse purchase preference for verification by the buyer during evaluation.evaluation method group wise evaluation method contract will be awarded schedulewise and the determination of l1 will be done separately for each schedule.the details of item-consignee combination covered under each schedule are as under:evaluationschedulesitem/categoryconsignee/reportingofficerconsignee addressquantityschedule-1steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140154schedule-2steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140156schedule-3steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140113steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140133steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414014414013steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140114 / 27 steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 54 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm100additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 54 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.5 / 27 test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414015460steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 56 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed end6 / 27 classification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm150  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesadditional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 56 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess7 / 27 %na   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414015660steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 13 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm25additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 13 metric tonne specification parameternamebid requirement allowed values8 / 27 eligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414011360steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 33 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively9 / 27 bis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm50additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 33 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.10 / 27 technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414013360steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 3metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tube11 / 27 nominal bore of tube mm15  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesadditional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 3 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity12 / 27 . .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 441401360steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 1metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm40additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 1 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.13 / 27 pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414011605 5 : :         h h/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 the14 / 27 additional 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. genericbidder financial standing: the bidder should not be under liquidation, court receivership or similarproceedings, should not be bankrupt. bidder to upload undertaking to this effect with bid.3. genericbidders are advised to check applicable gst on their own before quoting. buyer will not take anyresponsibility in this regards. gst reimbursement will be as per actuals or as per applicable rateswhichever is lower, subject to the maximum of quoted gst %.4. genericbuyer organization specific integrity pact shall have to be complied by all bidders. bidders shall have toupload scanned copy of signed integrity pact as per buyer organizations policy along with bid. click hereto view the file5. genericbidder shall submit the following documents along with their bid for vendor code creation: a. copy of pan card. b. copy of gstin. c. copy of cancelled cheque. d. copy of eft mandate duly certified by bank.6. genericsupplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only.7. genericwithout prejudice to buyer s right to price adjustment by way of discount or any other right or remedyavailable to buyer, buyer may terminate the contract or any part thereof by a written notice to the seller, if:i the seller fails to comply with any material term of the contract.ii the seller informs buyer of its inability to deliver the materials or any part thereof within thestipulated delivery period or such inability otherwise becomes apparent.iii the seller fails to deliver the materials or any part thereof within the stipulated delivery periodand/or to replace/rectify any rejected or defective materials promptly.iv the seller becomes bankrupt or goes into liquidation.v the seller makes a general assignment for the benefit of creditors.vi a receiver is appointed for any substantial property owned by the seller.vii the seller has misrepresented to buyer, acting on which misrepresentation buyer has placed thepurchase order on the seller.8. genericwhile generating invoice in gem portal, the seller must upload scanned copy of gst invoice and thescreenshot of gst portal confirming payment of gst.9. scope of supplyscope of supply bid price to include all cost components : only supply of goods15 / 27 . purchase preference centrepurchase preference to micro and small enterprises mses: purchase preference will be given to mses asdefined in public procurement policy for micro and small enterprises mses order, 2012 dated23.03.2012 issued by ministry of micro, small and medium enterprises and its subsequentorders/notifications issued by concerned ministry. if the bidder wants to avail the purchase preference, the bidder must be the manufacturer of the offered product in case of bid for supply of goods. traders areexcluded from the purview of public procurement policy for micro and small enterprises. in respect of bidfor services, the bidder must be the service provider of the offered service. relevant documentaryevidence in this regard shall be uploaded along with the bid in respect of the offered product or service. ifl-1 is not an mse and mse seller s has/have quoted price within l-1+ 15% of margin of purchasepreference /price band defined in relevant policy, such seller shall be given opportunity to match l-1price and contract will be awarded for percentage of 25% of total value.11. purchase preference centrepurchase preference linked with local content pp-lc policy:the bid clause regarding preference to make in india products stands modified in this bid and shall begoverned by the pplc policy no. fp-20013/2/2017-fp-png dated 17.11.2020 issued by mop&ng asamended up to date. accordingly, bidders with local content less than or equal to 20% will be treated as non local supplier . the prescribed lc shall be applicable on the date of bid opening. sanctions on thebidders for false / wrong declaration or not fulfilling the local content requirement shall be as per the pplcpolicy. further following additional provisions are added in the certification and verification of local contentprovision of the preference to make in india clause:i. in case of foreign bidder, certificate from the statutory auditor or cost auditor of their own office orsubsidiary in india giving the percentage of local content is also acceptable. in case office orsubsidiary in india does not exist or indian office/subsidiary is not required to appoint statutoryauditor or cost auditor, certificate from practicing cost accountant or practicing charteredaccountant giving the percentage of local content is also acceptable.ii. along with each invoice: the local content certificate issued by statutory auditor on behalf ofprocuring company shall be submitted along with each invoice raised. however, the % of localcontent may vary with each invoice while maintaining the overall % of local content for the totalwork/purchase of the pro-rata local content requirement. in case, it is not satisfied cumulatively inthe invoices raised up to that stage, the supplier shall indicate how the local content requirementwould be met in the subsequent stages.iii. the bidder shall submit an undertaking from the authorized signatory of bidder having the power ofattorney along with the bid stating the bidder meets the mandatory minimum lc requirement andsuch undertaking shall become a part of the contract.12. certificatesbidders offer is liable to be rejected if they dont upload any of the certificates / documents sought in thebid document, atc and corrigendum if any.13. buyer added bid specific atcbuyer added text based atc clausesbidder to confirm clause mentioned in buyer atc in their offer:1. this purchase is also governed by the general terms and conditions: https://gem.gov.in/termscondition 2. delivery schedule: maximum delivery period for offered item should be 60 days from the date of receipt of purchase order. delivery period more than 60 days is not acceptable. o er with delivery period more than 60 days shall be straightway rejected. 3. firm price: prices quoted/bidded shall remain firm till supply is completed satisfactorily in all respects. price variation clause will not be accepted. 4. manufacturer authorization: wherever selling agent/dealer/distributor authorized by the manufacturerare submitting the bid, tender speci c authorization & undertaking certi cate by manufacturer on letter head of pr16 / 27 incipal/manufacturer, mentioning the details such as name, designation, address, e-mail id and phone no., as per annexure-i must be submitted. note: i the authorization should be pre- dated from tender opening date, properly signed and valid.the validity should corresponds to the delivery period stipulated in tender enquiry. ii selling agent/dealer/distributor authorized by the manufacturer shall submit manufacturer authorization as per annexure-i, failing which the offer shall be outrightly rejected. 5. the sellers/bidders who are not in the category of emd exemption: step-i: the intending bidders should submit earnest money of rs.25, 000.00 for schedule-1, rs.25, 000.00 for schedule-2 & rs.25, 000.00 for schedule-3. i.e. rs.75, 000.00 for all 3 schedules mentioned in bid documents to moil ltd., along with their o er otherwise their o er will summarily be rejected. emd should be deposited electronically rtgs/neft from nationalised/ scheduled bank only in the designated account as under: a: name of bank & branch: idbi bank, civil lines branch, nagpurb: account no. 0041102000038465c: ifs code: ibkl0000041 bidder to indicate bid number and name of bidding entity in the transaction details eld at the time of online transfer. bidder has to upload scanned copy/proof of the online payment transfer along with bid. bidders are requested to upload the emd details in format mentioned below. emd should be deposited in one go and exact amount should be re ected in our bank statement on or before the opening date & time of tender, failing which the o er shall be rejected outrightly. step-ii: after remittance of earnest money as above, utr no./reference no. in case of idbi bank should besubmitted by participating bidder in their o er on gem portal. the receipt of emd shall be veri ed by moil ltd., against details of the utr no. /reference no. in case of idbi bank and o ers of those participating bidders whose receipt of emd is confirmed by finance department, moil ltd., shall be considered for further evaluation. in short, mentioning the correct utr no. /reference no. in case of idbi bank in their o er on gem portal is mandatory, failing which the offer shall be rejected outrightly. earnest money by way of demand draft, cheque, bank guarantee, deposit receipt or any other form will not be entertained. i.e. no other mode of payment of emd shall be accepted. emd shall be forfeited if any bidder withdraws their offer before finalization of this tender.note: emd of the successful bidder shall be returned within 30 days of submission of performance bank guarantee/security deposit as per contractual terms or thirty days of successful completion of contract, whichever occurs earlier.format of emd deposited. bid number : name of bidder : bidder pan no. : bidder gstin no. bidder bank account no. bidder bank ifsc code : authorised person name: mobile no.& e-mail id of authorised person : 17 / 27 scheduleno.description of item/categorycorrectutr no. /referenceno.& dateamountrs.1lot no-1 g.i. pipe, size: od:115.0-113.1mm, wall thickness: 4.5 mm, nb: 100mm 25, 000/-2lot no-2 g.i. pipe, size: od: 166.5-163.9mm, wall thickness:4.8mm, nb: 150mm 25, 000/-3lot no-3 g.i. pipe, size: od:34.2 33.3mm, wall thickness: 3.20mm, nb: 25mm 25, 000/-lot no-4 g.i. pipe, size :od: 60.8 59.7mm, wall thickness: 3.60mm, nb: 50mmlot no-5 g.i. pipe, size: od: 21.8 21.0mm, wall thickness: 2.6mm, nb: 15mmlot no-6 g.i. pipe, size :od:48.8 47.9mm, wall thickness: 3.2mm, nb:40mm enclosed: payment receipt towards above utr no. /reference no. signed:designation:corporate seal: 6. for emd exemption bidders: the bidder seeking emd exemption, must submit the valid supporting document for the relevant category as per gem gtc with the bid may refer point no.4xiii, n of gtc general terms & conditions with amendments, if any. under mse category, only manufacturers for goods and service providers for services are eligible for exemption from emd. traders are excluded from the purview of this policy. in absence of valid emd exemption document, the bid will be out- rightly/summarily rejected and no correspondence in this regard shall be entertained. step i: the participating bidders under this category should mandatorily mention the exemption document type in their offer on gem portal.step-ii: upload the relevant document in the upload link on gem portal. the status of mse shall be decided based on the uploaded document and if found in line then only, their offer shall be considered for further evaluation. in short, mentioning the exemption document type in their o er on gem portal & uploading the same on gem portal is mandatory, failing which the o er shall be rejected outrightly. c: psus: state/central govt. organization/psus are exempted from submission of emd/sd. however, they should mandatorily mention the document type in their o er on gem portal for getting exemption andupload the relevant document with their o er on gem portal, failing which the o er shall be rejected outrightly. 18 / 27 . supplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only. please provide details of contact person name, designation, mobile & e-mail id for correspondence. 7.1 for madhya pradesh state mines/plant: the material shall be despatched & invoiced from supplier s invoicing location & invoice should be generated on consignee as per bid document. i.e. in the tax invoice to be issued by the supplier, ship to party & billed to party will be: consignee as per bid document with gstn: 23aaacm8952a1zt for madhya pradesh state supply. 7.2 for maharashtra state mines/plant: the material shall be despatched & invoiced from supplier s invoicing location & invoice should be generated on consignee as per bid document. i.e. in the tax invoice to be issued by the supplier, ship to party & billed to party will be: consignee as per bid document with gstn: 27aaacm8952a1zl for maharashtra state supply.8. despatch/transportation through registered common carrier: in the event you are successful tenderer and you intend to dispatch/transport the ordered material by road, it will be through registered common carrier as per guidelines mentioned in the carriage by road act 2007 and subsequent amendments if any. in case of non-compliance, action shall be imposed as deemed fit, as per the above mentioned carriage by road act 2007 . 9. performance bank guarantee: it is mandatory on part of supplier to submit the performance bank guarantee @ 5% of total value of order for period of 14 months as mentioned in bid document. - bank details: moil limited, nagpur- name of the bank & branch: idbi bank, gupta house, ravindranath tagore road, civil lines nagpur-440001- ifs code: ibkl0000389- current account no. 041102000018027.- the pbg will be submitted through structured financial management systemsfms platform- performance bank guarantee to be uploaded on gem portal within 15 days of award of contract on gem, as per general terms and conditions gtc on gem, refer clause no. 7, ii. hard copy to be submitted to jgm fin., moil ltd., moil bhawan 1a katol road, nagpur-440013. performance bank guarantee is to be furnished by a speci ed date generally fteen days after noti cation of award and it should remain valid for a period of sixty days beyond the date of completion of all contractual obligations ofthe supplier, including warranty obligations. the performance security will be forfeited in the event of a breach of contract by the bidder/contractor. it shall be refunded to the bidder/contractor without interest, after he duly performs and completes the contract in all respects but not later than sixty days of completion of all such obligations including the warranty under the contract. 10. declaration under companies act:the firm/individual while submitting the tender should submit the under mentioned declaration duly signed. we declare that none of our proprietor / partner / director of the rm/ company has any relationship within the meaning of section 6 of the companies act 2013 with any of the employee working in moil ltd. or director of moil . if the proprietor / partner / director of the rm/ company has any relationship within the meaning of section 6 of thecompanies act 2013 with any of the employee working in moil ltd or director of moil shall declare the same in his bid. 11. arbitration clause: disputes & arbitration for psus only- all the disputes and di erences arising out of or in any way touching or concerning this agreement between the parties shall be resolved by a reference to the permanent machinery of arbitrators pma i.e. to the sole arbitrator in the department of public enterprises as per the o.m. no. 41/2013-dpegm/fts-1835 dated 22/05/2018 issued by the department of public enterprises, ministry ofheavy enterprises govt. of india and for all purposes of the arbitration the rules and procedure prescribed therein shall be applicable . 12. jurisdiction: all questions, disputes or di erences, arising under, outside or in connection with the tender/or19 / 27 der contract shall be subject to the exclusive jurisdiction of the courts at nagpur only. 13. dispute: in the event of dispute arising out of this contract, the decision of chairman-cum managing director moil ltd. shall be final & binding. 14. no deviation certificate: we certify that, there is no deviation in the o er submitted by us, from the bid/tender terms & conditions on gem portal. in case if there is any di erence in any terms & conditions, the same may be ignored and considered to have been accepted by us into to as per bid document on gem . bidder to upload the no deviation certificate . 15. revised public procurement preference to make in india: it is certified that the tender is compliant to ppp mii order & shall be nalised keeping in view of all its updates. the instant tender shall be inter-alia subject to revised public procurement preference to make in india, order 2017 revision, as amended from time to time bearing no. p-45021/2/2017 pp be-ii issued by the government of india, ministry of commerce and industry, department for promotion of industry and internal trade public procurement section dated 16/09/2020. the tenderers who wish to take the preference under the said order dated 16/09/2020 shall mandatorily be required to submit the requisite documents as prescribed under the public procurement preference to make in india, order 2017- revision. only after satisfactory submission of the requisite documents bene ts under the aforesaid order shall be provided. revised order or any updates may be accessed at dpiits website: https.dipp.gov.in/public-procurements only to facilitate, we may request to refer clause no.9a & b of above order towards verification of local content reproduced hereunder and upload as applicable: a. the class-i local supplier / class-ii local supplier at that time of tender, bidding or solicitation shall be requiredto indicate percentage of local content and provide self-certi cation that, the item o ered 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 locations at which the local value addition is made. b. in cases of procurement for a value in excess of rs.10 crores, the class-i local supplier / class-ii local supplier shall be required to provide a certificate from i statutory auditor or cost auditor of the company in the case of companies orii a practicing cost accountant or practicing chartered accountant in respect of suppliers other than companies giving the percentage of local content. in event of non-submission of the above documents, your offer shall be liable to be ignored. kindly upload the certi cate giving the percentage %of local content and give details of the locations/addresss at which the local value addition is made. as per revised public procurement preference to make in india, order 2017, on 16/09/2020 enclosed, clause no.3, bidder to mention in which category their firm belong i.e. class-i local supplier/ class-ii local supplier/ non-local supplier. kindly upload the certificate by mentioning the class. in view of above, you are requested to kindly provide the self-certi cation as we certify that items o ered/quoted in tender has got % of local content and the details of the locations at which the local value addition is made is . bidder to submit the % of local content & location of local content with their offer. 16. restrictions on public procurement from certain countries: in this regard bidder may please refer o ce memorandum no. 6/18/2019-ppd dt.23-07-2020 & subsequent orders issued by public procurement division, department of expenditure, ministry of finance, government of india towards restrictions on public procurement from certain countries. referring to the above, the local suppliers should submit the certificate as under: we have read the clauses regarding restrictions on procurement from a bidder of a country which shares a land border with india and we hereby certify that our firm is not from such a country and is eligible to be considered . 17. bidder to con rm location from where the materials shall be invoiced upto destination basis as per consignee mentioned in bid document complete address, name of the bidder company/firm along with telephone no. & fax no., name of person, mobile no., e-mail id of the bidder to be given. 18. past supplies: bidders is requested to submit/upload the supply order copies for tendered items as docu20 / 27 mentary evidence towards past supplies from govt. deptt./govt. undertaking, enterprises/customer. 19. taxes: payment of tax is primarily the responsibility of the seller and will not be paid unless it is clearly shown on the quotation as payable extra. any change in taxation during the tenure of contract, will be as per applicable statute. under gst regime registration under gst is made mandatory. you shall mention your gst provisional id s incase your supply is from more than one location mention all relevant gst s in the quotation. offers received from company/ rm/individual without gst provisional id s are liable to be rejected provided they fall within the preview of gst. timely compliance of gst provisions and ling of gst returns is the responsibility of the bidder. any non-compliance may result in withholding of bills partly or fully until it is reflected in form gstr-2a. 19.1 tds under gst shall be deducted as per the applicable gst provisions. 20. bidder/supplier to ensure that the validity of the statutory certi cate /competency certi cate shall be valid during tender finalization and execution stage. 20.1 test certificate: the successful bidder shall be required to submit test certi cates of the o ered item along with supply, as per is provisions free of cost. 21. bidder to submit itr/profit & loss statement/balance sheet to substantiate applicability of gst. 22. treds platform: it may be noted that government of india has implemented trade receivable discounting system treds to address challenges faced by msmes in delayed payments after receipt/acceptance of material/services from government buyers leading to shortfall of working capital. treds is an online electronic institutional mechanism for facilitating the nancing of trade receivables of msmes through multiple nanciers. moil ltd., is already registered on the following treds platform: m/s. a. treds invoicemart, mumbai msme bidders are required to register on the treds platform. the msme vendors can avail the treds facility, if they want to . all mse vendors/suppliers are advised to get themselves registered on treds platform www.treds.in accordingly. 23. bidders who have not performed satisfactorily in the earlier tenders/work orders or have violated the terms of nit, moil ltd. reserves the right to dis-qualify that bidder. 24. integrity pact:a the bidder is required to submit the integrity pact agreement duly lled, scanned & signed by authorized signatory of tender as per enclosed annexure along with the tender document & upload. b a person signing ip shall not approach the courts while representing the matters to iems and he/ she will await their decision in the matter. the details of independent external monitor iem nominated for this tender are given here as under: name of independent external monitor iem: i shri. cmde rakesh anand, e-mail:- ansem 2000@yahoo.com ii shri. nand kumar mishra, e-mail:- lambodhar2021@gmail.com adidev2014@gmail.com 25. details of the location of mines & plants situated: 21 / 27 name of mines & postal addressoff day/authorityto be contactedkandri minepo-kandri, tah ramtek, distt.- nagpur ms, pin: 441401.tel.: 07114-268179 off.268149 res., 268150noskandrithursday mine manager note: bidder to confirm / accept above clauses along with their offer on gem:sign. & date of authorised signatory: name of authorised signatory: designation of authorised signatory: seal of firm: 26. for technical clarifications if any, you may contact: mr. atul sharma, jt.gmmech., moil bhawan, 1a, katol road, nagpur-440 013. mobile no. 7709045650 email: ats@moil.nic.in for commercial clarifications if any, you may contact: mr. d. i. khan, agmmaterials, moil bhawan, 1a, katol road, nagpur-440 013. contact no. 0712-2806140 mobile no. 7387411115 email: khan@moil.nic.in 27. annexure-a format for undertaking to be submitted/uploaded by bidder along with the tender documents i name and designation appointed as the attorney/ authorized signatory of the bidder including its constituents m/s. hereinafter called the bidder the purpose of the tender documents for .as per the tender no of moil, do hereby solemnly a rm and state on the behalf of the bidder including its constituents as under: 22 / 27 . i/we the bidders am/are signing this document after carefully reading the contents of the above mentioned tender. 2. i/we declare and certify that i/we have not made any misleading or false representation anywhere in the tendersubmitted including the annexure thereto. 3. i/we also understand that my/ our o er will be evaluated based on the documents/credentials submitted along with the offer and same shall be binding upon me/us. 4. i/we declare that the information and documents submitted along with the tender documents by me/ us are complete and correct and i/we are fully responsible for the authenticity and correctness or the information and documents, submitted by us. 5. i/we understand that at any time during process for evaluation of tenders, if any information / document submitted by me / us are found to be suppressing facts / forged / false / fabricated / fudged or incorrect, it shall lead to forfeiture of the emd, if submitted and initiating any legal action as deemed t the moil. further, i/we...........................name of the bidder and all my/ our constituents understand that my/ our offer shall be summarily rejected. 6. i/we also understand that at any time after award of contract, if the certi cates submitted by me / us are found to be suppressing facts / false/ forged/ fabricated / fudged or incorrect, it may lead to termination of the contract, along with forfeiture of emd / sd and performance guarantee if submitted, besides any other action provided in the contract and initiating any legal action as deemed fit by moil. 7. we declare that none of our proprietor / partner / director of the rm/ company has any relationship within themeaning of section 6 of the companies act 2013 with any of the employee working in moil ltd or director of moil . 8. we have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with india and we hereby certify that our firm is not from such country and is eligible to be considered . 9. we certify that, there is no deviation in the o er submitted by us, from the bid/tender terms & conditions on gem portal. in case if there is any di erence in any terms & conditions, the same may be ignored and considered to have been accepted by us in to to as per bid document on gem . 10. despatch/transportation through registered common carrier:in the event you are successful tenderer and you intend to dispatch/transport the ordered material by road, it will be through registered common carrier as per guidelines mentioned in the carriage by road act 2007 and subsequent amendments if any. in case of non-compliance, action shall be imposed as deemed t, as per the above mentioned carriage by road act 2007 . seal and signature of the bidder place: date:23 / 27 28. annexure - bformat of non-collusive tendering certificateto be signed by an authorised person on the tenderer s behalf to, moil limited, nagpur. dear sir/ madam, non-collusive tendering certificate for rfq/ tender no. date 1. we, names of the tenderers of address es of the tenderers refer to the bid/ o er against the tender . 2. non-collusionwe represent and warrant that in relation to the tender: a our bid was developed genuinely, independently and made with the intention to accept the contract it awarded; b our bid was not prepared with any agreement, arrangement, communication, understanding, promise of undertaking with any person including any other tenderer or competitor regarding:i prices;ii methods, factors or formulas used to calculate prices;iii an intention or decision to submit a bid;iv an intention or decision to withdraw a bid;v the submission of bid that does not conform with the requirements of the tender;vi the quality, quantity, speci cations or delivery particulars of the products or services to which this tender relates; andvii the terms of the bid, and we undertake that we will not, prior to the award of the contract, enter into or engage in any of the foregoing. 3. disclosure of in case of job/ project contractswe understand that we are required to disclose all intended sub-contracting arrangements relating to the tender tothe plants/ mines--------, moil limited, place -------------, including those which are entered into after the contract is awarded. we warrant that we have duly disclosed and will continue to disclose such arrangements to the plants/ mines --------, moil limited, place ------. 4. consequences of breach or non-compliancewe understand that in the event of any breach or non-compliance with any warranties or undertakings in this certi cate, the plants/ mines, moil limited, place may, at its discretion, invalidate our bid, exclude us in future tenders, pursue damages or other forms of redress from us including but not limited to damages for delay, costs and expenses of re-tendering and other costs incurred, and /or in the event that we are awarded the contract terminate the contract. signed for and on behalf of the tenderersignature: 24 / 27 name:position:date: 29. annexure - i authorization & undertaking certificate by manufactureron letter head of the principal / manufacturerto, moil limited, moil bhavan, 1-a, katol road, nagpur 440013. sub: gem bid no.: . dear sir, whereas we, m/s name of manufacturer who are established and reputable manufacturers of tendered/offered items having factories at addresses of factoryies, do hereby authorize m/ name & address our agent to submit a bid and execute the resultant contract with you on our behalf against the above tender. we, m/s name of manufacturer also undertake the following: i that, as a matter of our corporate policy, we do not directly quote/ market our products directly to any organization in india except in situations like supplies to oem /oes/ opm, supplies of spares and consumables bundled with supply of equipment, supplies to customers not covered by dealer network due to geographical/ logistics constraints. ii that we will accept the responsibility for the satisfactory execution of orders placed on our authorized agent including warranty/ guarantee obligations. iii that, wherever necessary, we will provide requisite inspection and testing facilities at our works in respect of orders placed on our authorized agent. iv our authorized agents price will not exceed that which we would have quoted. v we hereby accept to extend our full support and commitment for all the terms and conditions including guarantee and warranty as per the conditions of contract, technical speci cations for the goods and services o ered for supply by the above bidder on our behalf against this tender for the entire
  • View Tender
  • Document
  • Bid Support
3 Health Services/Equipments
image image
Central Government/Public Sector
TRN :35167845 |  03 Sep, 2025
Tender Value : 0
 Ahmedabad - Gujarat
Tender for gem bids for boq, hardboard register 58 gsm paper size 18 x 11 5pages 100 hardboard register 58 gsm paper size 18x 11 5 pages 200 hardboard register 58 gsm papersize 18 x 11 5 pages 300 hardboard register 58 gsmpaper size 18 x 11 5 pages 400 hardboard registerjumbo size 58 gsm paper paper size 18 x23 rate pages100 hardboard register jumbo size 58 gsm paperpaper size 18 x23 rate pages 200 hardboardregister jumbo size 58 gsm paper paper size 18 x23rate pages 300 hardboard register jumbo size 58gsm paper paper size 18 x23 rate pages 400 printedgum pad book 58 gsm paper hard binding and topcover paper colouring paper size 11 x 9 a 4 pages100 printed gum pad book 58 gsm paper hardbinding and top cover paper colouring paper size11 x 9 a 4 pages 200 printed gum pad book 58 gsmpaper hard binding and top cover paper colouringpaper size 11 x 9 a 4 pages 300 printed gum padbook 58 gsm paper hard binding and top coverpaper colouring paper size 11 x 9 a 4 pages 400 printed gum pad book 58 gsm paper fix with hardbinding and top cover paper colouring paper size11 x 9 a 4 pages 100 printed gum pad book 58 gsmpaper fix with hard binding and top cover papercolouring paper size 11 x 9 a 4 pages 200 printedgum pad book 58 gsm paper fix with hard bindingand top cover paper colouring paper size 11 x 9 a 4pages 300 printed gum pad book 58 gsm paper fixwith hard binding and top cover paper colouringpaper size 11 x 9 a 4 pages 400 printed gum padbook 58 gsm paper fix with hard binding and topcover paper colouring paper size 8 x 13 5 legal sizepages 100 printed gum pad book 58 gsm paper fix bid number gem2025b6434944 dated 19-08-2025 0 0 bid document1 30 0 0 2 2 with hard binding and top cover paper colouringpaper size 8 x 13 5 legal size pages 200, printed gumpad book 58 gsm paper fix with hard binding andtop cover paper colouring paper size 8 x 13 5 legalsize pages 300, printed gum pad book 58 gsm paperfix with hard binding and top cover papercolouring paper size 8 x 13 5 legal size pages 400, prescription pad as per our sample printing backside hard board 100 pages size 1 8, file for patientsas per sample printing required in five colour iepink yellow blue orange, biomedical waste baglable with thread, reciept book one pageperforation and second page fix both page shouldbe in different colour, discharge card patientsdischarge card in thick card sheet paper withdifferent colour as per sample with printing, sticker for blood bank in different colour and asper sample printing and material are required, vaccine card as per sample, hand wash hygeneposter with lamination size a3 page, prescriptioncard for extract the number of spectacles glasseswith thick card sheet 1 8 size, token book for casewindow withperforation and as per sample 100pages, token book for case windowwithperforation and as per sample, khakhi coverfor c t scan as per sample printing and size arerequired size 14 x 17, khakhi cover for c t scan asper sample printing and size are required size 10 x12, blood bank register printed in different coulera4 size hard bound register of 200 pages, bloodbank register printed in different couler a4 sizehard bound register of 300 pages, blood bankregister with thick board hard bound withdifferent colour printing size a 4 hard boundregister 400 pages, single form as per ourrequirement in different colour as per our samplesize a 4 size paper, single form as per ourrequirement in different colour as per our samplesize legal size paper, single form as per ourrequirement in different colour as per our samplesize a 3 size paper, gynecological and radiologysize a 3 pages 50 x 3 100 pages book, sticker formedicine dosage
  • View Tender
  • Document
  • Bid Support
4 Coal And Lignite
image image
Central Government/Public Sector
TRN :35157074 |  08 Sep, 2025
Tender Value : 0
 Burdwan - West Bengal
Tender for gem bids for procurement, cable, 1.1kv, 2 core, copper, pvc, 1.5mm2, discharge rod11kv, 2meter, pvc handgrip, insulating rubber mat 33kv 3feet x6 feetx 0.5 inch, blow down valve, cast steel, flanged type, size-2.5 inch with ibrtc, pressure gauge, 0-300psi, m.s.bend 6 inch, seamless, heavy duty, 90 degreebend, safety slogan board, retro reflective, size 36 inchx48 inch, ht bolt and nut, with washer, m12x150, pvcadhesive tape, 69kv, 25mmx30mtr, pvc non adhesivetape 25mmx25meter, 150mmx3mmx10mtrrs vulcanisingtape, 3.3kv, cleaner, crc-226, 500ml pack, m-seal hotcompound with hardner, 3.3kv, angle grinder, 600w, 230volt, 100mm wheel, 12000rpm, auxiliary contactor24volt
  • View Tender
  • Document
  • Bid Support
5 Security Services
image image
Central Government/Public Sector
TRN :35141787 |  25 Aug, 2025
Tender Value : 0
 Kota - Rajasthan
Tender for gem bids for maintenance, maintenance box, ink pad, teflon hp 1606 dn, logic cardcanon, ups 1 kva, key board with mouse, processor i512th gen intel, hard disc drive, dvd writer
  • View Tender
  • Document
  • Bid Support
6 Security Services
image image
Central Government/Public Sector
TRN :35134609 |  04 Sep, 2025
Tender Value : 0
 Pune - Maharashtra
Tender for gem bids for mt, 10565546 lv7 fat6x6 al sv 735301099 ta roller brg 10565538 lv7 fat6x6 al sv e75701411x spring brakeactuater 30 30 10602498 lv7 fat6x6 ee lv8 556831slide pad 10602527 lv7 fat6x6 ee lv8 512508 packingset packing set extn cyl 10602520 lv7 fat6x6 ee lv8487309 hp hose 10602510 lv7 fat6x6 ee lv8 556815slide pad 10602529 lv7 fat6x6 ee lv8 488197 hp hose 10602511 lv7 fat6x6 ee lv8 9914528 bushing 10602497 lv7 fat6x6 ee lv8 556807 slide pad 10602499 lv7 fat6x6 ee lv8 131598 bushing 10602512lv7 fat6x6 ee lv8 485780 lp hose 10602531 lv7fat6x6 ee lv8 548316 lp hose 10313289 lv7 ld f7832200 rane hfb64 power stg gear 10311838 lv7 ldp 3218345 fourth leaf 10317847 lv7 ld p 1019251reed valve repair kit consisting of 10349697 lv7 ldf 1921650 elbow hose 1 10313928 lv7 ld p 3708439bush gear assy 10316079 lv7 ld f 8249500 injector117kw 10325715 lv7 mpvy 060 l014 00 evaporatorassy 10312270 lv7 mpvy 8003402375 return pipe 10363101 lv7 mpvy 115 43 0035 1 meter gaugeharness 10333307 lv7 stln 5120 423955 wrenchopen end 10333478 lv7 stln f 4735600 cutting plier 10347205 lv7 stln f7x00400 fuse 15 amp 10341244lv7 stln 5920 72 0466085 fuse 10 amp 10347410 lv7stln 5920 72 0466088 fuse 30 amp 10612256 lv7 stlnf 7427800 control rod assy 10339175 lv7 stln 259072 0490427 input shaft cover 10612255 lv7 stln f7606060 housing door inside handle 10324010 lv7stln x 7482600 2n turbocharger 10565187 lv8 hmv8x8 al 986 7635 h p hose rd 16 5 8 lg 2240 10565198w18 hmv 8x8 al 010 0009 00 pressure switch low 10565197 w18 hmv 8x8 al 010 0016 00 thermostat 10385352 k7 9302102 valve ball 80mm 10377559 k7 bid number gem2025b6571008 dated 14-08-2025 0 0 bid document1 147 000062 machine hose binding 10311410 lv7 itrbeml 5365 181200 shim 10314014 lv7 itr beml 5360001806 spring helical compression 120 long 10314664 lv7 itr beml 5330 003676 seal plain od 170 xid 140 x 4 thick 10316764 lv7 itr beml 50 58 35hexagonal bolt m 12 lot 1 10317546 lv7 itr beml 50213 42 steel wire rope 6 mm dia 5600 long 10317562lv7 itr beml 50 213 35 u clamp with plate nut for6mm 10318122 lv7 itr beml 50 43 11 split pin 8 x 50lot 2 10322479 lv7 itr beml 5305 006375 screwmachine slotted cheese hd am 10323071 lv7 itrbeml 50 66 49 pin lot 1 10325940 lv7 itr beml 2540001996 50 95 hook towing hook assy for scotchblock 10326035 lv7 itr beml 2530 2322 diaphragmchamber brk 10326145 lv7 itr beml 2530 002931quick release valve lot 2 10321121 lv7 itr beml 5013 58 pipe 3 8 od 18g x 1250 long lot 2 to 4 10319201lv7 itr beml 4730 000915 tee connector 10319202lv7 itr beml 2530 001740 rod aligning vehicularaxle lh threads 10319726 lv7 itr beml msp 8 14repair kit hand control valve m 800070 10320704lv7 itr beml 2530 002536 adjuster slack brk off settype lh 10320887 lv7 itr beml 50 417 hardenedwasher flat steel od 120 x id 10321263 lv7 itr beml50 132 plate assy lot 2 to 4 10321342 lv7 itr beml5310 239497 bolt special 10321362 lv7 itr beml 5310239496 nut plain hexagon 10322496 lv7 itr beml 5060 thin slotted nut m 52 x 3 lot 1 10322517 lv7 itrbeml 50 55 16 5935 003397 junction box lot 1 10322519 lv7 itr beml 50 79 7 hex screw m 10 x 35 lot2 to 4 10322526 lv7 itr beml 50 55 15 3 pin socket24v lot 1 10322591 lv7 itr beml 5310 239500 washerbevel 10322841 lv7 itr beml 5315 002733 pinstraight headed for panard link 10323082 lv7 itrbeml 50 660 red reflector dia52 with metalliccover 10543305 lv7 itr beml 5306 001341 1 hex boltprecision coarse pitch 10318076 lv7 itr beml 50 374sealing ring lot 3 4 10318318 lv7 itr beml 50 366 13steel wire rope dia 6 x 8000 lot 3 10318746 lv7 itrbeml 50 319 70 pipe l 2400 3 8 od x18g seam less 10319091 lv7 itr beml 5306 005210 bolt machine hex1 2 20 unf x 1 3 4 10322750 lv7 itr beml rfno 100652hex nut m 6 lot 2 to 4 10312029 lv7 itr beml 5306004714 hex bolt m 52 x5 is 4218 71 lot 1 to 4 10320377 lv7 itr beml 50 294 2 bracket assy rh lot 34 10322447 lv7 itr beml 50 77 3 hex nut m 68x6 a f100 lot 2 10322855 lv7 itr beml 5315 003168 pinstraight headed pivot gimble 248 10348360 lv7 av15 578 003 100 752 43 shiftable sleeve 10339666 lv7av 15 574 010 041 503 screw m8x1x20 10340149 lv7av 15 273 521 114 703 oil seal 50x65x8 stn 029401 1 10361485 lv7 av 15 413 523 052 000 slag chapper 10334564 lv7 av 15 413 311 046 503 wrench 46x50 10339799 lv7 av 15 578 903 943 652 28 clampcomplete 10332556 lv7 av 15 413 331 330 250adjustable spanner 30 10311909 lv7 av 15 578 003914 152 28 spare tyre suspension 10327599 lv7 av 15311 210 211 105 washer 10 5 10332278 lv7 av 15 319531 800 211 packing ring 13x17 stn 029310 2 10340667 lv7 av 15 578 003 111 252 60 wedge of endpiece 10311919 lv7 av 15 578 003 914 352 80 pincomplete 10335423 lv7 av 15 578 003 102 652 16setting ring 10344708 lv7 av 15 443 316 952 109indication lamp red 10348007 lv7 av 15 578 903 917 bid details2 147 0 0 2 2 252 80 indicator, 10335055 lv7 av 15 347 223 363 200bulb bay 15d 24v21 5w, 10335638 lv7 av 15 311 733101 300 securing ring 130, 10338555 lv7 av 15 112397 200 000 cuff t20 55x63x7 3, 10323914 lv7 av 151102 04 0184 ring, 10324802 lv7 av 15 578 003 016 55230 glass sheet upper window, 10347932 lv7 av 15578 003 100 552 41 ring do 500015 30x17, 10331339lv7 av 15 578 003 109 852 85 setting up washer, 10347872 lv7 av 15 578 003 100 652 41 ring do 50001520x12, 10344691 lv7 av 15 578 003 102 452 60 disc, 10340217 lv7 av 15 549 714 120 400 pad lock, 10332916 lv7 av 15 336 632 561 080 hose 722 16 1010800, 10332814 lv7 av 15 336 632 521 020 hose 722 061010 200, 10322450 lv7 t 815 131 858 019 032 bushingfor socket, 10317836 lv7 t 815 130 054 161 704rubber ring, 10346680 lv7 t 815 4730 078257lubricator 16 m 12x1 5, 10338665 lv7 t 815 106 501140 830 screw cap hexagon head, 10340124 lv7 t815 130 054 440 294 rubber strip 130 054 440 294, 10340324 lv7 t 815 130 076 824 974 union tube 130076 824 974, 10342329 lv7 t 815 4710 041691 line, 10335700 lv7 t 815 106 103 140 616 screw caphexagon head 106 103 140 616, 10333408 lv7 t 815130 076 560 724 clamping band, 10338614 lv7 t 815273 111 010 024 rubber round section 101 111 010024, 10334063 lv7 t 815 5310 022866 slotted thin nutm27x2 is 5368 1969, 10334165 lv7 t 815 5310 022750washer 5 3 is 2016 1967 steel, 10334141 lv7 t 8155310 022893 spring washer 20 is 3063 72, 10314632lv7 t 815 130 074 711 754 lever assembly clutch 130074 711 754, 10347521 lv7 t 815 101 111 526 695 deckcovering sealing coating, 10336365 lv7 t 815 130050 910 444 washer split 130 050 910 444, 10340040lv7 t 815 101 525 002 803 seal nonmetallic roundsection, 10340086 lv7 t 815 4820 057572 valve plug150 181 014 004, 10333420 lv7 t 815 413 311 036 412two ended spanner 36x41 csn 230610 2, 10338128lv7 t 815 130 070 211 074 delivery pipe, 10323404 lv7t 815 442 076 855 484 line to bowl, 10333254 lv7 t815 413 411 018 001 combination pliers 180 csn 230380, 10313919 lv7 t 815 130 054 391 484 dust seal, 10340791 lv7 t 815 130 050 920 864 supporting shim, 10313912 lv7 t 815 130 054 390 114 protective bag, 10311387 lv7 t 815 130 053 621 494 connector withneck, 10349307 lv7 t 815 101 111 035 345 deckcovering sealing coating, 10320081 lv7 t 815 990700 020 000 spring, 10313636 lv7 t 815 294 005 001 4side glass, 10327375 lv7 t 815 442 965 051 014 frontapron rh, 10337134 lv7 t 815 442 942 390 174 rooffilling, 10531981 lv7 t 815 hmv 6x6 442 076 824 304line, 10528198 lv7 t 815 hmv 6x6 442 021 210 274steering tie rod, 10520081 lv7 t 815 hmv 6x6 130 076605 134 intake tube, 10516379 lv7 t 815 hmv 6x6 442075 911 534 tube, 10516279 lv7 t 815 hmv 6x6 442 076631 674 oil supply tube, 10517283 lv7 t 815 hmv 6x6443 316 086 000 signal lamp red, 10532254 lv7 t 815hmv 6x6 442 029 590 224 holder, 10320921 lv7 t 8154x4 413 321 028 000 allen key 4, 10320732 lv7 t 8154x4 442 079 860 314 metal box bulb assy, 10324453lv7 t 815 4x4 321 880 164 000 air duct, 10329919 lv7t 815 4x4 442 076 880 864 line, 10329824 lv7 t 815 4x4443 655 008 000 hose hw 1at 6x250 dkl dkl m 14x1 5, 10515768 lv7 t 815 hmv 443 933 980 180 inner plate, 10518267 lv7 t 815 hmv 442 973 620 184 handle    //bid details3 / 147 holder rh, 10531013 lv7 t 815 hmv 443 612 099 0straight cock, 10522842 lv7 t 815 hmv 5310 237306washer of springs, 10528245 lv7 t 815 hmv 442 026120 014 connecting chamber, 10531579 lv7 t 815hmv 442 052 270 244 screw, 10517953 lv7 t 815 hmv442 978 820 024 vessel 5 l, 10517335 lv7 t 815 hmv443 400 016 000 shift 6 3 amp 0 0160450 2, 10518261lv7 t 815 hmv 442 954 165 984 side gasket 548mm, 10520370 lv7 t 815 hmv 442 076 632 424 oil supplytube, 10518026 lv7 t 815 hmv 442 989 030 324 rearmud guard rh, 10517806 lv7 t 815 hmv 442 987 400144 covering bar long, 10515433 lv7 t 815 hmv 205439 155 4 protective bag, 10532534 lv7 t 815 hmv 442050 030 454 pin, 10531060 lv7 t 815 hmv 442 052 270264 centering screw, 10523248 lv7 t 815 hmv 130010 800 034 housing cover, 10532559 lv7 t 815 hmv309 503 140 822 screw cap hexagon head 309 503 140822, 10531591 lv7 t 815 hmv 442 052 011 704 screw, 10516319 lv7 t 815 hmv 442 076 608 964 excess fuelreturn line, 10526126 lv7 t 815 hmv 5310 240293 nutm6 csn 02 1401 25, 10532222 lv7 t 815 hmv 442 053651 394 neck, 10532046 lv7 t 815 hmv 442 076 835 824line, 10532027 lv7 t 815 hmv 442 076 828 614 line, 10338878 lv7 t 816 990 100 935 0 valve, 10348347 lv7t 816 347 222 061 0 bulb h4 24v 75 70w p43 t hd 94196, 10341988 lv7 t 816 298 932 074 4 short mudguardlh, 10326191 lv7 t 816 443 612 048 0 control valve, 10344805 lv7 t 816 443 612 133 0 magnet valve 472195 0180, 10320144 lv7 t 816 993 100 127 0 cylinderhead gasket, 10340977 lv7 krz 219 3506327 a pipeassy, 10344772 lv7 krz a 32 6105000 actuator lhlock, 10312491 lv7 krz 256 1203021 hose, 10318516lv7 krz 236u 1701203 gasket, 10334926 lv7 krz fg1193711000 v fog head lamp fg119, 10322191 lv7 krz255b 6800210 back rest seat, 10324509 lv7 krz 255b1104508 v lh tank to cock pipe assy, 10313037 lv7krz 255b 8506023 back rest front lh, 10319732 lv7krz 256b 1001008 pad, 10521998 lv7 krz rh 1000 99390544 flexible pipe double bowl fuel, 10522037 lv7krz rh 1000 9939 1204 flexible pipe, 10344837 lv7 zil250559 p8 zil nut, 10342734 lv7 zil 485 2403042expanding bushing, 10342270 lv7 zil 131 8403411front fender lower mud flap assy, 10325346 lv7 zil150v 3501035 shoe pull back spring, 10319399 lv7 zil131 3507099 gasket, 10325451 lv7 zil 130 1702165 bintermediate arm, 10314177 lv7 zil fg73711300gmoulding ring external assy, 10303168 lv7 sca124404 drain cock, 10306261 lv7 sca 195860 sealring, 10301214 lv7 sca 258660 tachometer, 10305661 lv7 sca 387244 gasket, 10304837 lv7 sca187608 rubber strip outer, 10304077 lv7 sca 810970o ring, 10304848 lv7 sca 811228 hose, 10305682 lv7sca 387259 gasket, 10307474 lv7 sca 233553 boot10565546 lv7/fat6x6/al/sv 735301099 ta roller brg, 10565538 lv7/fat6x6/al/sv e75701411x spring brakeactuater 30/30, 10602498 lv7/fat6x6/ee/lv8 556831slide pad, 10602527 lv7/fat6x6/ee/lv8 512508 packingset/packing set extn cyl, 10602520lv7/fat6x6/ee/lv8 487309 hp hose, 10602510lv7/fat6x6/ee/lv8 556815 slide pad, 10602529lv7/fat6x6/ee/lv8 488197 hp hose, 10602511lv7/fat6x6/ee/lv8 9914528 bushing, 10602497lv7/fat6x6/ee/lv8 556807 slide pad, 10602499lv7/fat6x6/ee/lv8 131598 bushing, 10602512lv7/fat6x6/ee/lv8 485780 lp-hose, 10602531lv7/fat6x6/ee/lv8 548316 lp-hose, 10313289 lv7/ld f-    //bid details4 / 147 rane hfb64 power stg gear, 10311838 lv7/ldp-3218345 fourth leaf, 10317847 lv7/ld p-1019251reed valve repair kit consisting of, 10349697 lv7/ldf-1921650 elbow hose-1, 10313928 lv7/ld p-3708439bush gear assy, 10316079 lv7/ld f-8249500 injector-117kw, 10325715 lv7/mpvy 060-l014-00 evaporatorassy, 10312270 lv7/mpvy 8003402375 return pipe, 10363101 lv7/mpvy 115-43-0035-1 meter & gaugeharness, 10333307 lv7/stln 5120-423955 wrenchopen end, 10333478 lv7/stln f-4735600 cutting plier, 10347205 lv7/stln f7x00400 fuse 15 amp, 10341244lv7/stln 5920-72-0466085 fuse 10 amp, 10347410lv7/stln 5920-72-0466088 fuse 30 amp, 10612256lv7/stln f-7427800 control rod assy, 10339175lv7/stln 2590-72-0490427 input shaft cover, 10612255 lv7/stln f-7606060 housing door insidehandle, 10324010 lv7/stln x-7482600-2nturbocharger, 10565187 lv8/hmv/8x8/al 986-7635 h phose rd 16-5-8 lg 2240, 10565198 w18/hmv/8x8/al010-0009-00 pressure switch low, 10565197w18/hmv/8x8/al 010-0016-00 thermostat, 10385352 k79302102 valve ball 80mm, 10377559 k7 4210-000062machine hose binding, 10311410 lv7/itr/beml 5365-181200 shim, 10314014 lv7/itr/beml 5360-001806spring helical compression 120 long, 10314664lv7/itr/beml 5330-003676 seal plain od 170 x id 140 x4 thick, 10316764 lv7/itr/beml 50-58-35 hexagonalbolt m-12 lot 1, 10317546 lv7/itr/beml 50-213-42steel wire rope 6 mm dia 5600 long*, 10317562lv7/itr/beml 50-213-35 u clamp with plate & nut for6mm *, 10318122 lv7/itr/beml 50-43-11 split pin 8 x 50lot 2, 10322479 lv7/itr/beml 5305-006375 screwmachine slotted cheese hd am *, 10323071lv7/itr/beml 50-66-49 pin lot 1, 10325940 lv7/itr/beml2540-001996 /50-95 hook towing hook assy forscotch, 10326035 lv7/itr/beml 2530-2322 diaphragmchamber brk, 10326145 lv7/itr/beml 2530-002931quick release valve lot 2, 10321121 lv7/itr/beml 50-13-58 pipe 3/8 od 18g x 1250 longlot 2 to 4, 10319201 lv7/itr/beml 4730-000915 tee connector, 10319202 lv7/itr/beml 2530-001740 rod aligningvehicular axle lh threads, 10319726 lv7/itr/bemlmsp-8-14 repair kit hand control valve m-800070, 10320704 lv7/itr/beml 2530-002536 adjuster slackbrk off set type lh *, 10320887 lv7/itr/beml 50-417hardened washer flat steel od 120 x id*, 10321263lv7/itr/beml 50-132 plate assy lot 2 to 4, 10321342lv7/itr/beml 5310-239497 bolt special, 10321362lv7/itr/beml 5310-239496 nut plain hexagon, 10322496 lv7/itr/beml 50-60 thin slotted nut m 52 x 3lot 1, 10322517 lv7/itr/beml 50-55-16 / 5935-003397junction box lot 1, 10322519 lv7/itr/beml 50-79-7hex screw m 10 x 35 lot 2 to 4 , 10322526lv7/itr/beml 50-55-15 3 pin socket 24v lot 1, 10322591 lv7/itr/beml 5310-239500 washer bevel, 10322841 lv7/itr/beml 5315-002733 pin straightheaded for panard link, 10323082 lv7/itr/beml 50-660red reflector dia52 with metallic cover*, 10543305lv7/itr/beml 5306-001341#1 hex bolt precisioncoarse pitch *, 10318076 lv7/itr/beml 50-374 sealingring lot 3 & 4, 10318318 lv7/itr/beml 50-366-13 steelwire rope dia 6 x 8000 lot 3, 10318746 lv7/itr/beml50-319-70 pipe l-2400 3/8 od x18g seam less *, 10319091 lv7/itr/beml 5306-005210 bolt machine hex
  • View Tender
  • Document
  • Bid Support
7 Services
image image
Central Government And Public Sector
TRN :35126845 |  25 Aug, 2025
Tender Value : 4.92 Lacs
 Mumbai - Maharashtra
Tender for gem bids for annual maintenance service - desktops, laptops andperipherals - printer monochrome, laser, compositecartridge ; epson, annual maintenance service - desktops, laptops and peripherals - printer monochrome, laser, composite cartridge ; hp, annual maintenance service -desktops, laptops and peripherals - printer monochrome, laser, composite cartridge ; canon, annual maintenanceservice - desktops, laptops and peripherals - multifunctionprinter monochrome, laser, composite cartridge, lowerrange; lexmak, annual maintenance service - desktops, laptops and peripherals - scanner; hp, annual maintenanceservice - desktops, laptops and peripherals - scanner;epson, annual maintenance service - desktops, laptopsand peripherals - portable hard disc nas; westerndigital my cloud, annual maintenance service -desktops, laptops and peripherals - all in one pc; lenovo, annual maintenance service - desktops, laptops andperipherals - all in one pc; acer, annual maintenanceservice - desktops, laptops and peripherals - all in one pc;apple, annual maintenance service - desktops, laptopsand peripherals - desktop pc; ibm, annual maintenanceservice - desktops, laptops and peripherals - desktop pc;lenovo, annual maintenance service - desktops, laptopsand peripherals - desktop pc; acer, annual maintenanceservice - desktops, laptops and peripherals - desktop pc;hcl, annual maintenance service - desktops, laptops andperipherals - desktop pc; hp, annual maintenance service -desktops, laptops and peripherals - desktop pc;assembled
  • View Tender
  • Document
  • Bid Support
8 Mining Equipments
image image
Central Government/Public Sector
TRN :35127483 |  26 Aug, 2025
Tender Value : 0
 Nagpur - Maharashtra
Tender for gem bids for revolving chair v4 q2 . . % % 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, oem authorization certificate, additional doc 1requested in atc, additional doc 2 requested inatc, additional doc 3 requested in atc, additional doc 4requested 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?yes documents submitted as part of a clarification orrepresentation during the tender/bid process will also bedisplayed to other participated bidders after log in    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension3  d /bid number: gem/2025/b/6526473; /dated: 13-08-2025  & & / bid document1 / 23 ; 9; 9   d d, , n n     -- / / number of days for which bidwould be auto--extended7  p %p % ;5 ;5 ; ; /bid to ra enabledyesp %p % q q /ra quali cation ruleh1-highest priced bid elimination5 5 s s   /itc available tobuyeryes  4 4 /type of bidtwo packet bid   t t   & v & v /time allowed for technicalclarifications during technical evaluation3 days w w b b x x w w 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno t t x x /evaluation methodtotal value wise evaluation & & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankidbi bank  /emd amount10000   /epbg detail  > /advisory bankidbi bank 4 %/epbg percentage%5.00  b /duration of epbgrequired months.14a.  .  ^    % & 4&  % &  % 4  > p 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.  , , ` w < ; / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. 2 / 23 ` ` /beneficiary : head of department, finance.finance department, moil limited, moil bhavan, 1a, katol road, nagpur-440013 the details of beneficiarybank for sending details of bg under sfms platform is advisory bank: idbi bank, idbi bank, gupta house, ravindranath tagore road, civil lines nagpur-440001, advisory bank ifsc code: ibkl0000389 & currentaccount no. 041102000018027.moil limited  /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 / 23 . 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.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-1if the buyer has mentioned mse purchase preference in atc then service provider is required to uploadnecessary documents for mse purchase preference for verification by the buyer during evaluation.revolving chair v4 84 pieces 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    v  v /technical specifications*   v / as per gem category speci cation  /speci cation v v /specificationname  b b t t /bid requirementallowed valuesgeneralrequirementtype of chairmid backunderstructuretilt mechanismrevolving with back tilting, center tilt mechanism, knee tilt mechanism, knee tilt synchronicmechanism, synchronic tilt mechanism, tilt workingwith torsion bar mechanism, active bio synchromechanism, front pivot synchro tilt mechanism orhigherlocking mechanismback tilt and locking, upright locking, tilt limiter, 3position locking, 4 position locking, 5 position locking, multi position locking or higherseat depth adjustmentadjustable, fixed type or higherrevolving mechanismdesigned with 360 degree-revolving typepedestal basemild steel chrome platedseatseat materialpu foamdensity of pu used in seatkg per cubic meter>40< 50thickness of pu used inseat mm>40< 50minimum seat height fromfloor surface mm< 400, >400< 500, >500width of seat mm>450< 500depth of seat mm>450< 500seat upholstery materialleatherettebackrestbackrest typeflexi back, tilting type or higherbackrest heightfixed, adjustable or higher4 / 23 backrest support typecontoured back / without lumber supportbackrest base framematerialhot pressed plywooddensity of pu used inbackrest kg per cubicmeter>40< 50thickness of pu used inbackrest mm>40< 50width of backrest mm>450< 500backrest height from theseat level> 350< 450, >450< 550, >550armrestarmrest type and armmovementfixed  /speci cation v v /specificationname  b b t t /bid requirementallowed valuesadditional specification parameters - revolving chair v4 84 pieces specification parameternamebid requirement allowed values1 pre-qualificationcriteria:the equipment offered by the bidder shall be considered proven provided25 nos. of quantity under procurement, quoted model or similar equipment, must have been supplied by the bidder in india to the mining industryand/or to the other industries private or govt./ public sector undertakingwithin 5 years of the date of opening of the tender and performedsatisfactorily for a minimum period of one year from the date ofcommissioning.1.1 pre-qualificationcriteria:the performance of only that equipment would be considered for assessingprovenness which have been commissioned at least one year prior to thedate of opening of the tender but not prior to five years from the date ofopening of tender. satisfactory performance certificate issued by respectivebuyer organization along with the above orders should be uploaded with thebid2 eligibility criteria:the bidder should be an manufacturer or their authorized dealer. biddershould upload registration certificate for manufacturer and tender specificauthorization certificate for authorized dealer obtained from theirmanufacturer. selling agent/dealer/distributor authorized by themanufacturer shall submit manufacturer authorization as per annexure-i, failing which the offer shall be outrightly rejected.3 warranty :warranty period of the supplied products shall be 1 years from the date offinal acceptance of goods or after completion of installation, commissioning& testing of goods if included in the scope of supply, at consignee location.oem warranty certificates must be submitted by successful bidder at thetime of delivery of goods. the seller should guarantee the rectification ofgoods in case of any break down during the guarantee period. referwarranty clause mentioned in bid document* bidders offering must also comply with the additional specification parameters mentioned above. 5 / 23 5 ; 5 ;   p %p % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //p ; e p ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //p ; e p ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1krishnachurachakraborty440013, moil limited, moilbhawan, 1-a, katolroad, nagpur-4400138460special terms and conditions-version:1 effective from 18-06-2024 for category revolving chair v41. special terms and conditions1. the colours for the seat and back, are speci ed based on the procurement done by various buyerson gem. 2. sellers are advised to refrain from uploading any catalogue selecting image colour other than theoption chosen for the catalogue, as available in the category. any mismanagement of this will betreated seriously as per gem policies.3. in case buyer requires to buy any other colour not covered in the category, same may be speci edunder additional parameters while creating the bid. the colours mentioned in the additionalparameters by the buyer in the bid shall prevail over the colours indicated in the catalogue.4. sellers are advised to check the complete bid document while offering their prices. 5 5 : :         h h/buyer added bid specific terms and conditions1. buyer added bid specific atcbuyer added text based atc clauses bidder to confirm clause mentioned in buyer atc in their offer:1: the sellers/bidders who are not in the category of emd exemption:step-i: the intending bidders should submit earnest money schedule/item wise mentioned in bid documents tomoil ltd., alongwith their offer otherwise their offer will summarily rejected. emd should be deposited electronically rtgs/neft from nationalised/ scheduled bank only in the designated account as under:a: name of bank & branch: idbi bank, civil lines branch, nagpurb: account no. 0041102000038465c: ifs code: ibkl0000041 bidder to indicate bid number and name of bidding entity in the transaction details eld at the time of online transfer. bidder has to upload scanned copy/proof of the online payment transfer along with bid. bidders are requested to upload the emd details in format mentioned below. emd should be deposited in one go and exact amount should be re ected in our bank statement on or before the opening date & time of tender, failing which the o er shall be rejec6 / 23 ted outrightly. bidder should note the due date & time of closing of tender & deposit the emd well in advance in the designated account. step-ii: after remittance of earnest money as above, utr no./reference no. in case of idbi bank should be submitted by participating bidder in their o er on gem portal. the receipt of emd shall be veri ed by moilltd., against details of the utr no. /reference no. in case of idbi bank and o ers of those participating bidders whose receipt of emd is con rmed by finance department, moil ltd., shall be considered for further evaluation. in short, mentioning the correct utr no. /reference no. in case of idbi bank in their o er on gem portal is mandatory, failing which the offer shall be rejected outrightly. note: emd of the successful bidder shall be returned within 30 days of submission of performance bank guarantee/security deposit as per contractual terms or thirty days of successful completion of contract, whichever occurs earlier. emd shall be forfeited if any bidder withdraws their offer before finalization of this tender. format for submitting details of emd deposited. bid number: details required for vendor registration at moil ltd. name of bidder: bidder pan no.: bidder location of despatch/invoicing gstin no. bidder bank account no. with cancelled cheque. bidder bank ifsc code: authorised person name : mobile no. & e-mail id of authorised person: 7 / 23 sndescription of item/category correct utr no. /reference nodate amount 1revolving chair v4 q2 10, 000.00 enclosed: payment receipt towards above utr no. /reference no. signed:designation:corporate seal : 2: for emd exemption bidders: the bidder seeking emd exemption, must submit the valid supporting document for the relevant category as per gem gtc with the bid may refer point no.4xiii of gtc general terms & conditions with amendments, if any. under mse category, only manufacturers for goods and service providers for services are eligible for exemption from emd. traders are excluded from the purview of this policy. in absence of valid emd exemption document, the bid will be out- rightly/summarily rejected and no correspondence in this regard shall be entertained. step i: the participating bidders under this category should mandatorily mention the exemption document type in their offer on gem portal. step-ii: upload the relevant document in the upload link on gem portal. the status of mse shall be decided based on the uploaded document and if found in line then only, their o er shall be considered for further evaluation. in short, mentioning the exemption document type in their offer on gem portal & uploading the same on gem portal is mandatory, failing which the offer shall be rejected outrightly. c: psus: all central/state government organization/psus are exempted from submission of emd/sd. however, they should mandatorily mention the document type in their o er on gem portal for getting exemption and upload the relevant document with their o er on gem portal, failing which the o er shall be rejected outrightly.3: security deposit: successful bidder will have to deposit security deposit @5% of total value of order. kindly therefore remit security deposit @5% of total value of order towards amount of security deposit by way of online payment/ neft/rtgs into moil limited, current account no. 0041102000038465, idbi bank, civil lines branch, nagpur, ifsc: ibkl0000041 within 15 days from date of notification of award or placement of order.supplier has to inform the utr no. and purchase order/contract no. to the o ce of gm fin. & gm mtls., moil ltd., moil bhawan, 1a, katol road, nagpur -440013 through letter/e-mail e-mail-id of concerned dealing finance officer krs@moil.nic.in & copy to material officer ajaykolte@moil.nic.in as under:security deposit rs...........deposited on dtd.......... vide utr no............ against purchase order/contract no.............8 / 23 untill the s.d. amount is deposited, invoice shall not be treated as admissible and shall not be processed for payment. all central/state government organization/psus are exempted from submission of security deposit.this is mandatory on part of supplier to remit the security deposit & submit details to gm fin., moil ltd., moil bhawan, 1a, katol road, nagpur-440013/ on e-mail: krs@moil.nic.in within 15 days from date of notification of award or placement of order.security deposit will be released within 30 days after acceptance of material, successful installation & commissioning if required and receipt of performance bank guaranteesif applicable.4: despatch/transportation through registered common carrier: in the event you are successful tenderer and you intend to dispatch/transport the ordered material by road, it will be through registered common carrier as per guidelines mentioned in the carriage by road act 2007 and subsequent amendments if any. in case of non compliance, action shall be imposed as deemed fit, as per the above mentioned carriage by road act 2007 .5: supplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only. please provide details of contact person name, designation, mobile & e-mail id for correspondence.5.1: instruction to supplier for generating invoice:supplier to ensure that all contractual obligation is ful lled with respect to security deposit and performance bank guarantee before generating invoice on gem. pbg to be uploaded on gem and sd to be submitted within 15 days of award of contract.supplier to ensure that if possible they should upload digital e-signed supplier speci c invoice/e-invoice on gem to facilitate payment on priority.for head o ce: the material shall be despatched & invoiced from supplier s invoicing location & invoice should be generated on consignee chief manager per. moil ltd., moil bhawan, 1a, katol road, nagpur -440013 as per bid document. i.e. in the tax invoice to be issued by the supplier, ship to party & billed to party will be: consignee as per bid document with gstn: 27aaacm8952a1zl for maharashtra state supply. sndescription of item/categoryqtyaddress of consignee & gstnoff day/ authority to be contacted1revolving chair v4q284madam krishnachura palchief manager per.email: krishna.pal@moil.nic.inmobile: 7219552308moil limited, moil bhawan, 1-a, katol road, nagpur-440013, nagpur, maharashtra-440013, indiagstn: 27aaacm8952a1zl2nd saturday, 4th saturday & sunday --------------------------------------- chief manager per.moil limited, moil bhawan, 1-a, katol road, nagpur-440013, nagpur, maharashtra-440013, india 6: bidder to con rm location from where the materials shall be invoiced upto destination basis as per consignee mentioned in bid document complete address, name of the bidder company/firm along with telephone no. & fax no., name of person, mobile no., e-mail id of the bidder to be given.7: past supplies: bidders is requested to submit/upload the supply order copies for tendered items as documentary evidence towards past supplies from govt. dept/ govt. undertaking, enterprises/ customer.9 / 23 : taxes: payment of tax is primarily the responsibility of the seller and will not be paid unless it is clearly shown on the quotation as payable extra. any change in taxation during the tenure of contract, will be as per applicable statute. under gst regime registration under gst is made mandatory. you shall mention your gst provisional id s in case your supply is from more than one location mention all relevant gst s in the quotation. o ers received from company/ rm/individual without gst provisional id s are liable to be rejected provided they fall within the preview of gst. timely compliance of gst provisions and ling of gst returns is the responsibility of the bidder. any non-compliance may result in withholding of bills partly or fully until it is reflected in form gstr-2a.supplier must furnish/upload the necessary documents for availing of gst input tax credit itc as per gst law.8.1: tds under gst shall be deducted as per the applicable gst provision9: bidder/supplier to ensure that the validity of the statutory certi cate /competency certi cate shall be valid during tender finalization and execution stage.10: treds platform: it may be noted that government of india has implemented trade receivable discounting system treds to address challenges faced by msmes in delayed payments after receipt/acceptance of material/services from government buyers leading to shortfall of working capital. treds is an online electronic institutional mechanism for facilitating the nancing of trade receivables of msmes through multiple nanciers. moil ltd., is already registered on the following treds platform:m/s. a. treds invoicemart, mumbaimsme bidders are required to register on the treds platform. the msme vendors can avail the treds facility, if they want to.all mse vendors/suppliers are advised to get themselves registered on treds platform www.treds.in accordingly.11: bidders who have not performed satisfactorily in the earlier tenders/work orders or have violated the terms of nit, moil ltd. reserves the right to dis-qualify that bidder.12: arbitration clause:- disputes & arbitration for psus only- all the disputes and di erences arising out of or in any way touching or concerning this agreement between the parties shall be resolved by a reference to the permanent machinery of arbitrators pma i.e. to the sole arbitrator in the department of public enterprises as per the o.m.no. 41/2013-dpegm/fts-1835 dated 22/05/2018 issued by the department of public enterprises, ministry of heavyenterprises govt of india and for all purposes of the arbitration the rules and procedure prescribed therein shall beapplicable .13: declaration under companies act: the firm/individual while submitting the tender should submit the under mentioned declaration duly signed. we declare that none of our proprietor / partner / director of the rm/ company has any relationshipwithin the meaning of section 277 read with rule 4 of chapter 1 of the companies act 2013 with any of the employee working in moil ltd or director of moil . if the proprietor / partner / director of the rm/ company has any relationship within the meaning of section 277 read with rule 4 of chapter 1 of the companies act 2013 with any of the employee working in moil ltd or directorof moil shall declare the same in his bid.14: no deviation certi cate: we certify that, there is no deviation in the o er submitted by us, from the bid/tender terms & conditions on gem portal. in case if there is any di erence in any terms & conditions, the same may be ignored and considered to have been accepted by us in toto as per bid document on gem . bidder to upload the no deviation certificate . 15: for technical clarifications if any, you may contact: madam krishnachura palchief manager per.10 / 23 landline: 0712-2806116email: krishna.pal@moil.nic.inmobile: 7219552308moil limited, moil bhawan, 1-a, katol road, nagpur-440013, nagpur, maharashtra-440013, india for commercial clarifications if any, you may contact: mr. ajay kolte, dy.g.mmaterialsmoil bhawan, 1a, katol road, nagpur-440 013.contact no. 0712-2806289mobile no. 09960638248/9112675559email: ajaykolte@moil.nic.in 16: revised public procurement preference to make in india: kindly upload the certi cate giving the percentage % of local content and give details of the locations/addresss at which the local value addition is made.as per revised public procurement preference to make in india, order 2017, on 16/09/2020, clause no.3, bidderto mention in which category their rm belong i.e. class-i local supplier/ class-ii local supplier/ non-local supplier. kindly upload the certificate by mentioning the class.in cases of procurement for a value in excess of rs.10 crores, the class-i local supplier / class-ii local supplier shall be required to provide a certificate fromi statutory auditor or cost auditor of the company in the case of companies orii a practicing cost accountant or practicing chartered accountant in respect of suppliers other than companies giving the percentage of local content.17: restrictions on public procurement from certain countries:in this regard bidder may please refer o ce memorandum no. 6/18/2019-ppd dt. 23-07-2020 & subsequent ordersissued by public procurement division, department of expenditure, ministry of finance, government of india towardsrestrictions on public procurement from certain countries.referring to the above, the local suppliers should upload the certificate as under: we have read the clauses regarding restrictions on procurement from a bidder of a country which shares a land border with india and we hereby certify that our firm is not from such a country and is eligible to be considered or however, if any local supplier falls in the category of bidders as indicated in the de nitions clauses at cl no: 6, 7, 8, 9 and 10 of order f.no.6/18/2019-ppd, public procurement no. 1 dt.23-07-2020, should upload the certi cate as under: we have read the clauses regarding restrictions on procurement from a bidder of a country which shares a land border with india and we hereby certify that our rm is from such a country and has been registered with competent authority specified in annexure -i of order f.no.6/18/2019-ppd, public procurement no. 1 dt. 23-07-2020 and further certify that our rm ful ls all requirements in this regard and is eligible to be considered. the evidence of valid registration by the competent authority is uploade11 / 23 d herewith note.1. bidder to choose any one of the above condition which is applicable and upload the same in upload link.2. in case of indian agents of the local suppliers quoting against the tender, both the indian agent and their principals should upload the above mentioned certificates.referring to the above, the local suppliers should submit the certificate as under: we have read the clauses regarding restrictions on procurement from a bidder of a country which shares aland border with india and we hereby certify that our rm is not from such a country and is eligible to be considered .you are requested to submit declaration / certificate as per following format towards compliance of public order on restrictions under rule 144 xi of the general financial rules gfrs, 2017. declaration format: declaration of compliance of order public procurement no.1, 2 & 3 dtd 23 jul 2020 & 24 jul 2020 on restrictions under rule 144 xi of the general financial rules gfrs, 2017 before completing this declaration, bidders must study the general conditions, definitions, govt directives applicable in respect of public procurement no.1, 2 & 3 dtd 23 jul 2020 & 24 jul 2020 on restrictions under rule 144 xi ofthe general financial rules gfrs, 2017& prescribed tender conditions. 12 / 23 the declaration by the authorised signatory of the firm. i, the undersigned, ..................................................................................................................... fullnames, do hereby declare, in my capacity as of m/s....................................................................................................... name of bidder entity, that:1 the facts contained herein are within my own personal knowledge. 2 i have read the order public procurement no.1, 2 & 3 dtd 23 jul 2020 & 24 jul 2020 on the subject ofrestrictions under rule 144 xi of the general financial rules gfrs, 2017 regarding restrictions on procurement from a bidder of a country which shares a land border with india and comply to all the provisions of the order3 i certify that m/s..................................................................................................... name of bidderentity is not from such a country or, is from such a country strike out whichever is not applicable, has been registered with the competent authority. i hereby certify that this supplier ful lls all requirements in this regard and is eligible to be considered. where applicable, evidence of valid registration by thecompetent authority is attached4 i understand that the submission of incorrect data and / or if certificate / declaration given by m/s...............................................................................................................name of bidder entity is found to befalse, this would be a ground for immediate termination and further legal action in accordance with law as per clause 12 of the public order on restrictions under rule 144 xi of the general financial rules gfrs, 2017 authorised signature: date: seal / stamp of bidder: 18: assignment and subletting: the supplier shall not, without the written permission of the purchaser, sublet or assign a portion or portions of the supplies, erection provided that any such consent shall not relieve the supplier from any obligation, duty or responsibility under the contract. provided further, this clause shall not apply to purchase by the supplier of standard products which have been approved by the purchaser. 19: the right to alter our requirements or to reject any or all the tenders without assigning any reasons is reserved with company. 20: format for undertaking to be submitted/uploaded by bidder along with the tender documents refer annexure-a. 13 / 23 annexure-a: format for undertaking to be submitted/uploaded by bidder along with the tender documents14 / 23 i name and designation appointed as the attorney/ authorized signatory of the bidder including its constituents m/s. hereinafter called the bidder the purpose of the tender documents for .as per the tender no of moil, do hereby solemnly affirm and state on the behalf of the bidder including its constituents as under: 1. i/we the bidders am/are signing this document after carefully reading the contents of the above mentioned tender. 2. i/we declare and certify that i/we have not made any misleading or false representation anywhere in the tender submitted including the annexures thereto. 3. i/we also understand that my/ our offer will be evaluated based on the documents/ credentials submitted along with the offer and same shall be binding upon me/us. 4. i/we declare that the information and documents submitted along with the tender documents by me/ us are complete and correct and i/we are fully responsible for the authenticity and correctness or the information and documents, submitted by us. 5. i/we understand that at any time during process for evaluation of tenders, if any information / document submitted by me / us are found to be suppressing facts / forged / false / fabricated / fudged or incorrect, it shall lead to forfeiture of the emd, if submitted and initiating any legal action as deemed fit the moil. further, i/we ........................... name of the bidder and all my/ our constituents understand that my/ our offer shall be summarily rejected. 6. i/we also understand that at any time after award of contract, if the certi cates submitted by me / us are found to be suppressing facts / false/ forged/ fabricated / fudged or incorrect, it may lead to termination of the contract, along with forfeiture of emd / sd and performance guarantee if submitted, besides any other action provided in the contract and initiating any legal action as deemed fit by moil. 7. we declare that none of our proprietor / partner / director of the firm/ company has any relationship within the meaning of section 277 read with rule 4 of chapter 1 of the companies act 2013 with any of the employee working in moil ltd or director of moil . 8. we have read the clauses regarding restrictions on procurement from a bidder of a country which shares a land border with india and we hereby certify that our firm is not from such a country and is eligible to be considered . 9. bidder nancial standing undertaking: we certify that we are not under liquidation, court receivership or similar proceedings, not bankrupt to this effect with bid . 10. we certify that, there is no deviation in the o er submitted by us, from the bid/tender terms & conditions on gem portal. in case if there is any di erence in any terms & conditions, the same may be ignored and considered to have been accepted by us in toto as per bid document on gem . seal and signature of the bidderplace:date:15 / 23 21: format for non-collusive tendering certificate to be submitted/uploaded by bidder along with the tender documents format of non-collusive tendering certificateto be signed by an authorised person on the tenderer s behalf to, moil limited, nagpurdear sir/ madam, non-collusive tendering certificate for tender no. date . 1: we, names of the tenderers of address es of the tenderers refer to the bid/ offer against the tender . 2: non-collusionwe represent and warrant that in relation to the tender: a our bid was developed genuinely, independently and made with the intention to accept the contract it awarded;b our bid was not prepared with any agreement, arrangement, communication, understanding, promise of undertaking with any person including any other tenderer or competitor regarding:i prices;ii methods, factors or formulas used to calculate prices;iii an intention or decision to submit a bid;iv an intention or decision to withdraw a bid;v the submission of bid that does not conform with the requirements of the tender;vi the quality, quantity, specifications or delivery particulars of the products or services to whichthis tender relates; andvii the terms of the bid, and we undertake that we will not, prior to the award of the contract, enter into or engage in any of the foregoing. 2: disclosure of in case of job/ project contracts 16 / 23 we understand that we are required to disclose all intended sub-contracting arrangements relating to the tender tothe plants/ mines--------, moil limited, place , including those which are entered into after the contract is awarded. we warrant that we have duly disclosed and will continue to disclose such arrangements to the plants/ mines , moil limited, place --. 3: consequences of breach or non-compliancewe understand that in the event of any breach or non-compliance with any warranties or undertakings in this certificate, the plants/ mines, moil limited, place may, at its discretion, invalidate our bid, exclude us in future tenders, pursue damages or other forms of redress from us including but not limited to damages for delay, costs and expenses of re-tendering and other costs incurred, and /or in the event that we are awarded the contract terminate the contract. signed for and on behalf of the tenderersignature:name:position:date: note: para 2b is not applicable to agreements, arrangements, communications, understandings, promises or undertakings with:a the plants/ mines, moil limited, place;b a joint venture partner, where joint venture agreements, arrangements, relevant to the bid exist and which are notified to the plants/ units-, moil limited, place ;c consultants or sub-contractors, provided that the communications are held in strict confidence and limited to the information required to facilitate that particular consultancy arrangement or sub-contract;d professional advisers, provided that the communications are held in strict confidence and limited to the information required for the adviser to render their professional advice in relation to the tender;e insurers or brokers for the purpose of obtaining an insurance quote, provided that the communications are held in strict confidence and limited to the information required to facilitate thatparticular insurance arrangement; andf banks for the purpose of obtaining financing for the contract, provided that the communications are held in strict confidence and limited to the information required facilitating that financing. 22: detailed technical literature/lea ets/brochure should be submitted along with the tender containing complete specification. drawings wherever necessary be also submitted.17 / 23 23: it is mandatory on part of supplier to submit the performance bank guarantee@5% of total value of order for period of 14 months as mentioned in bid document.advisory bank details:- advisory bank: idbi bank- name of the advisory bank & branch: idbi bank, gupta house, ravindranath tagore road, civil lines nagpur-440001- advisory bank ifsc code: ibkl0000389- current account no. 041102000018027.- the pbg will be submitted through structured financial management systemsfms platform- performance bank guarantee to be uploaded on gem portal within 15 days of award of contract on gem, as per general terms and conditions gtc on gem, refer clause no. 7, ii . hard copy to be submitted to gm fin., moil ltd., moil bhawan 1a katol road, nagpur-440013. performance bank guarantee is to be furnished by a specified date generally fifteen days after notification ofaward and it should remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the supplier, including warranty obligations. the performance security will be forfeited in the event of a breach of contract by the bidder/contractor. it shall be refunded to the bidder/contractor without interest, after he duly performs and completes the contract in all respects but not later than sixty days of completion of all such obligations including the warranty under the contract.24: in the event of placement order it shall be essential for successful tenderer to submit all relevant document required i.e. test certificate, valid copy of bisif required, guarantee/warranty certificate etc along with the supply.25: technical requirements: the items shall be of the best quality and workmanship and comply with the contract in all respects and shall be to the technical & commercial satisfaction of the purchaser/representative as per ordered terms and condition. the tenderer shall be deemed to have fully examined and to have the knowledge of the general and special technical requirements of the items for which he has submitted his tender. the tenderer, if he so desires, shall seek clari cation from the purchaser/ representative on any aspects of the technical requirements, before submission of the tender, and ignorance of any aspects of the technical requirements, before submission of thetender, shall not absolve the supplier of his responsibility. 26: payment term: 80% payment on receipt & acceptance of materials at site & receipt of pbg as per bid document and balance 20% after satisfactory commissioning and presentation of successful commissioning certi cate, signed by the consignee. 27: manufacturer authorization: wherever selling agent/dealer/distributor authorized by the manufacturer are submitting the bid, tender speci c authorization & undertaking certi cate by manufacturer on letter head of principal/manufacturer as per annexure-i must be submitted. note: i the authorization should be pre- dated from tender opening date, properly signed and valid.the validity should corresponds to the delivery period stipulated in tender enquiry. ii selling agent/dealer/distributor authorized by the manufacturer shall submit manufacturer authorization as per annexure-i, failing which the offer shall be outrightly rejected. 18 / 23 annexure- iauthorization & undertaking certificate by manufactureron letter head of the principal / manufacturerto, moil limitedmoil bhavan, 1-a, katol road, nagpur 440013. sub: gem bid no.: dear sir whereas we, m/s name of manufacturer who are established and reputable manufacturers of tendered/offered items having factories at addresses of factoryies, do hereby authorize m/s name & address our agent to submit a bid and execute the resultant contract with you on our behalf against the above tender. we, m/s name of manufacturer also undertake the following: i that, as a matter of our corporate policy, we do not directly quote/ market our products directly to any organization in india except in situations like supplies to oem /oes/ opm, supplies of spares and consumables bundled with supply of equipment, supplies to customers not covered by dealer network due to geographical/ logistics constraints. ii that we will accept the responsibility for the satisfactory execution of orders placed on our authorized agent including warranty/ guarantee obligations. iii that, wherever necessary, we will provide requisite inspection and testing facilities at our works in respect of orders placed on our authorized agent. iv our authorized agents price will not exceed that which we would have quoted. v we hereby accept to extend our full support and commitment for all the terms and conditions including guarantee and warranty as per the conditions of contract, technical speci cations for the goods and se19 / 23 rvices offered for supply by the above bidder on our behalf against this tender for the entire
  • View Tender
  • Document
  • Bid Support
9 Construction
image image
State Government
TRN :35118912 |  02 Sep, 2025
Tender Value : 0
 Rourkela - Orissa
Tender for gem bids for bid number gem2025b6552717 dated 12-08-2025 bid document1 53 1 1 knife double bladed electrician, neon tester, blow lampbrass, electrician screwdriver thin stem insulated handle, crimping tool, wire cutter and stripper, copper bitsoldering iron, de soldering gun, contactor and auxiliarycontacts, limit switch, rotary switch, hydrometer, portable electric drill machine, load bank lamp or heatertype, laboratory type induction coil, out side micrometer, knife switch dpdt fitted with fuse terminals, earth plate, earth electrode, mccb, elcb, rccb, fuses, rheostatsliding type, capacitors, various lamps, bus bar withbrackets, rubber mat, electrician helmet, safety belt, ohm meter series type and shunt type portable box type, digital multi meter, a c voltmeter m i analog portable boxtype housed in bakelite case, milli voltmeter centre zeroanalog portable box type housed in bakelite case, ammeter mc analog, portable box type housed in bakelitecase, ac ammeter mi analog portable box type housed inbakelite case, kilo wattmeter analog, digital wattmeter, a c energy meter, power factor meter digital, frequencymeter, magnetic flux meter, lux meter, tachometer, tong tester or clamp meter, megger, 3 point d c starter, 4 point d c starter, wheat stone bridge with galvanometerand battery, single phase variable auto transformer, phase sequence indicator, growler, resistance typestarter, direct online starter, star delta starter manual, star delta starter semi automatic, star delta starter fullyautomatic, star delta starter soft starter, autotransformer type starter, oscilloscope dual trace, function generator, soldering iron, temperaturecontrolled soldering iron, discrete component trainer, linear i c trainer, digital i c trainer, electric inductionplate, electric kettle, electric iron, immersion heater, a cceiling fan and ac table fan, geyser storage type, mixture and grinder, washing machine semi-automatic, motor pump set, inverter with battery, voltage stabilizer, dc power supply, battery charger, current transformer, potential transformer, solar panel with battery, ink jet orlaser printer, dc compound motor with starter and switch, thyristor igbt controlled d. c. motor drive with tachogenerator feedback arrangement, thyristor igbt controlleda. c. motor drive with vvvf control 3 phase, electricalmachine trainer, used dc generators series shunt andcompound type for overhauling practice, motorised benchgrinder, manual motor coil winding machine, ceiling fancoil winding machine, primary current injection set, stepper motor with digital controller, shaded pole motor, smart meter, ev charger, ev charger home, portabledouble telescopic ladder, 3 ph variac, rotary hammerdrill 1 ph, lcr meter, cut out relays, reverse currentrelays, over current relays, under voltage relays, pin typeshackle type egg type and suspension type insulatorsincluding hardware fitting
  • View Tender
  • Document
  • Bid Support
10 Security Services
image image
State Government
TRN :35082168 |  29 Aug, 2025
Tender Value : 0
 Cuttack - Orissa
Tender for gem bids for 4mp ip wdr camera, 43 inch monitor, 32 nos channel nvr, 10 tb hard disc, 4 port poe switch, 6 core outdoorarmored ofc smf, fiber laying with accessories, cat 6 utpcable, sclc duplex patch cord, sfp module, 6 core fiberliu, outdoor rack 2u, pvc conduit, hdmi cable, poemedia converter, installation with accessories
  • 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 : hard disc
  • Computer Item Sale Tenders ,
  • Usb Flash Memory Tenders ,
  • External Cd Writer Tenders ,
  • Computer Accessories Tenders ,
  • Hard Disc Scrap Tenders ,
  • Lan Card Scrap Tenders ,
  • Benching Station Tenders ,
  • Server Fan Module Tenders ,
  • Bill Payment Kiosk Tenders ,
  • Printer Scrap Tenders

Get hard disc Tender Alert...

916644

Related Searched Keywords : hard disc

  • Renovation Work Tenders From Maharashtra
  • Canal Works Tenders From Delhi
  • Civil Engineering Tenders From West-Bengal
  • Foot Over Bridge Reapir Tenders From -Tamil-Nadu
  • Sewage Pipeline Tenders From Andhra-Pradesh
  • Railway Bridge Tenders From Gujarat
  • Railway Over Bridge Tenders From Karnataka
  • Civil Infrastructure Work Tenders From Uttar-Pradesh
  • Roofing Work Tenders From Rajasthan
  • Site Leveling Tenders From Madhya-Pradesh

Read More


Tender Document

642924

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 »

  • Granite Work Tenders
  • Fencing Work Tenders
  • Drilling Work Tenders
  • Stone Cladding Tenders
  • Bore Well 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