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
»
It Supplies
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of it-supplies Tenders

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

Advance Search
  • All-Tenders (12)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 Railway Transport
image image
Central Government / Public Sector
TRN :35295458 |  06 Oct, 2025
Tender Value : 0
 Vijayawada - Andhra Pradesh
Tender for supply, erection & installation of t shaped modular workstation having two keyboard pullout trays, two cpu trolleys, two storage encase metal pedestals, two ergo footrest and also provided with integrated cable management as per specification details mentioned below. 1 two workstations, each shall be of 5 feet l x 5 feet w x 4 feeth and the total combined t shaped modular workstation size: 10 feetl x 5 feetw x 4 feeth 01 setwhich is made up of 25 mm hpl/nfc engineered wood & 1 mm acrylic laminate. 2 all the interconnecting wiring for lan, power supply and telephone wires shall be done inside the cable management systempowder coated aluminium interlocking extrusions and adequate ports shall be provided on the work surface. 3 standard communication & power accessories :- i lan rj45 ports : 4 nos ii telephone rj11 ports : 4 nos iii power supplies 5 amp. sockets : 6 nos 4 all wires shall be brought out to interface boxes as one for power supply and another for the communication cables. these boxes shall be designed to accept connections from the control room circuits. 5 modular workstation material shall confirms to hpl/nfc engineered wood25mm thickness or its similar as per epd-ies-0012055 : 002 s-p-12055 certification or latest if any..
  • View Tender
  • Document
  • Bid Support
2 Education And Research Institutes
image image
State Government
TRN :35289459 |  25 Sep, 2025
Tender Value : 0
 Kapurthala - Punjab
Tender for gem bids for electrical, study of self and mutual inductance measurment trainer kit, battery charger, inverter, battery for inverter, colour coded resistances, sliding rheostats, induction coil, dc regulated power supplies, multipurpose wire stripperand cutter, combination plier insulated 8 inch, roundwire gauge, voltage or line tester, voltage or line testernon contact, tape roll, rccb 40 amps 4 pole, singlecore wire 4 sqmm roll, single core wire 2.5 sqmm roll, single core wire 1.5 sqmm roll, single core wire 1 sqmmroll, 3 phase 4 core cable 10mm square roll, 3 phase 4core xlpe cable 35mm square roll, display boarddifferent wires and cable, display board different switches, desert cooler, room heater, electric kettle, voltagestabilizers, digital megger, single phase powermeasurment kit, three phase switch fuse unit, dol starter, electric drill kit, l key set, soldering gun kit, model cutsection ceiling fan, power cable jointing kit, single phaselamp load, three phase lamp load, led street light, heavy duty power extension board, pvc casing capping, flexible pvc pipe, pvc conduit pipes, motor coil windingmachine, heat convector, electric oven, digital clip onmeter, measuring tape, screw driver mains voltage tester, trainer board to study chopper, trainer board to studydual converter, trainer board to study cycloconverter, study of mosfet trainer kit, scr based lamp intensitycontrol, parallel operation of alternator, dc series motor, single phase transformer, sepratly excited dc generator, tachometer, synchronous generator, rs flip flop, t flipflop, multiplexer and demultiplexer trainer kit, portablemoving iron voltmeter, portable moving iron ammeter, portable wattmeter, portable standard energy meter, thermocouple trainer kit, portable frequency meter, model cut section of refrigerator, cut section model of air  /bid number: gem/2025/b/6640554* /dated: 05-09-2025  & & / bid document1 / 127 & & /item categoryconditioner, mercury vapor lamp kit, sodium vapor lampstudy kit, halogen lamp study kit, neon lamp study kit, compact fluorescent lamp cfl study kit, resistancewelding machine, 8085 microprocessor trainer kit, 3 corecopper cable roll, 4 core copper cable roll, 2 corealuminium cable roll, double pole mcb with box, 4 polemcb with box, led tube lights, galvanized iron wire 100mtr, nut bolt with washer, circle cable clip, heavy dutyswitch socket with gang box, thimbles, anvil 50 kg withstand, ball peen hammer 500gm, basted file 12 inch, bench type drill machine capacity 13 mm, bench vice, divider 12 inch, flat file 12 inch, flat file rough 10 inch, grinder, hand hacksaw frame, hs twist drill 5, 6.8, 8.5, 10.5, 12.5, 5 or 8, 3 or 4, pipe vice, pipe wrench 8 inch, screw driver kit, sledge hammer 5 kg, smooth file 12 inch, square face hammer 500 gm, steel foot rule 300mm, steel foot rule 600mm, steel number punch 5mm, trysquare 8 inch, vernier caliper lc 0.02mm, 150mm, acetylene cylinder, acetylene pipe 15 meter, acetyleneregulator with spanner, chipping hammer, circle cuttingmachine, edge folding machine, foot shear machine, foundry bellow, funnel stake, gaggers, gate cutters, gloves pair, hand rammer, hand stake, ladle, ladleholder, leg vice 4 inch, lifter or tong 2 in 1, millingmachine conventional, molding board, molding boxesflasks, oil fired tilting type, oxygen regulator withspanner, oxygen cylinder, oxygen pipe 15 meter, planner, pneumatic rammer, riddle, rivet set, rivet snap, round die handle, round stake, sand mix muller, scriber 8inch, shaper, sheet steel wire gauge, shovel, single snip, slick, swab, swage block 4 inch, tap wrench 5 or 16 in 1in, taper stake, tong 12 inch flat, trowel, welding screen, welding torch high pressure, welding torch low pressure, gear tooth vernier, sling psychrometerstudy of self and mutual inductance measurment trainerkit, battery charger scr based automatic 12 v, ac inputvoltage 230 v, output dc voltage 0-12 v, 0-2 amp. ratingprovided with voltmeter, ammeter of suitable range, inverter pure sine wave inverter of rating 1500 va ormore, compatible with one 12 volts battery and noiselessoperations., battery for inverter tubullar lead acidbattery min 180 ah, colour coded resistances resistancesof different values viz 5ohm, 10 ohm, 50 ohm 200 ohm, 250ohm, 500 ohm, 1000 ohm with 50 pieces each, slidingrheostats wound with evenly oxidised iron free nickelcopper wire on vitreous enamelled round steel tube.contactors should be of laminated phosphor bronze sheet, resistance tolerance ranges + 20% or 5% double tube, induction coil induction coil of 50 turns and 100 turns woundon non-magnetic material cylindrical surface with provisionto connect galvanometer., dc regulated power supplies 0-30v, 5a, dc and also with short circuit and over leadprotection with measuring devices, multipurpose wirestripper and cutter stripper should automatically adaptsitself to wires from 10 to 24 awg. capable of striping, cutting and crimping copper, aluminum, sheathed core wireand cable. handle made of thermoplastic rubber., combination plier insulated, 8 inch 8 inch combination pliersmade from high grade steel with high quality insulationsleeves., round wire gauge measuring range - 1 to 36mm, material - stainless steel, shape round, voltage/linetester 12v-220v ac/dc contact type plastic digital testerwith lcd display and neon bulb, voltage/line tester non-contact non-contact voltage tester, 12-1000v ac voltage    //bid details2 / 127 detector with sound and light alarm, digital display, autopower off, capable of identifing live/null wires and locatesbreakpoints without touching wire, tape roll pvc insulationtape roll fire retardant self-extinguishing, durable, waterproof and weatherproof insulation, rccb 40 amps 4pole rccb a type 4 pole ac, residual current - 300ma, rated current - 40a, horizontal din rail mount type, singlecore wire 4 sqmm flexible single core 4 sqmm copperstranded wire with 1100 v, , flame retardant, weatherresistant having minimum 90 meter wire in roll, singlecore wire 2.5 sqmm flexible single core 2.5 sqmm copperstranded wire with 1100 v, , flame retardant, wetherresistant having minimum 90 meter wire in roll, singlecore wire 1.5 sqmm flexible single core 1.5 sqmm copperstranded wire with 1100 v, , flame retardant, weatherresistant having minimum 90 meter wire in roll, singlecore wire 1 sqmm flexible single core 1 sqmm copperstranded wire with 1100 v, , flame retardant, weatherresistant having minimum 90 meter wire in roll, 3 phase 4core cable 10mm square 10 sqmm flexible cable, having 4cores of stranded copper with current rating of minimum73 amp and voltage rating of minimum1100 volts, 3 phase4 core xlpe cable 35mm square 4 core aluminumconductor, xlpe insulated, galvanised steel strip / wirearmoured cables as per is 7098 with voltage rating of 1100volts or more and current rating of 117 amp or more, display board - different wires & cable display board withboard size 4 feet x 3 feet, having good strength, minimum12 types of wire and cables, actual components mountedright across the place with name plate., display board -different switches display board having following types ofswitches toggle, slide, push button piano key, rotary, spst, spdt, dpst, dpdt, band selector, multi-way mastermains switch and actual components mounted right acrossthe place with name plate, desert cooler desert cooler with18 gauge galvanized sheet metal body with 35l tankcapacity, 14 200w isi fan motor, honeycomb pads withstand., room heater wire wound type, 1000 watts, 230 v, 50 hz supply, electric kettle 750 watts, 230v single phaseac, 50hz, capacity 1 litre, voltage stabilizers 500 va, input170/260 volts, output 210- 240 volts automatic withvoltmeter, digital megger portable digital megger/ in testvoltage 1000v with range of 0.01m ohms to 4000 m ohms, with 0.1m ohm resolution, battery operated, hand held, single phase power measurment kit single phase 230 voltssingle phase power measurment kit with completeaccessories and operation manual and single phasesuitable load, three phase switch fuse unit surfacemounting type 415v, 100a rewireable switch fuse unitwith separate bus bar unit having 4 aluminum bus bars, dol starter 10 hp-7.5kw dol starter, operating voltage: 415v ac 3-phase, operating mode :auto / manual display :7 segment 3-digit overload range : 2 -50amp indicationat motor on by lamp start -stop by push button metalbody, electric drill kit drill capacity, 5-22 mm in concrete, 5-10 mm in steel rated voltage 235 volts, 50 hz, ac, fullload input 450 watt, full load speed 650 rpm. impact rate3270 blows/minute, l-key set hex key size: 1.5mm, 2mm, 2.5mm, 3mm, 4mm, 5mm, 5.5mm, 6mm, 8mm, 10mm, anti-corrosion, anti rust, soldering gun kit instant actionsoldering device trigger controlled with built in illuminationof soldering butt bakelite housing, normal power 45 watts, with approx. 2 mts supply cord suitable for electric supply of230 volt ac, single phase 50 hz. accessories: i fine bit ii    //bid details3 / 127 bit for plastics, model cut section ceiling fan model cutsection of ceiling fan showing its internal parts, powercable jointing kit epoxy based cable jointing kit, singlephase lamp load portable single phase 230v, 50hz, 3kwelectrical lamp load, front panel built with high classinsulated bakelite sheet with sticker well printed circuitsand symbols, voltmeter, ammeter, on board switches tovary the load as per requirment and with wheels installedon bottom to move, three phase lamp load portable threephase 440v, 50hz, 5kw electrical lamp load, front panelbuilt with high class insulated bakelite sheet with stickerwell printed circuits and symbols, voltmeter, ammeter, onboard switches to vary the load as per requirment and withwheels installed on bottom to move, led street lightmaterial-aluminium, input voltage-90-305v, lighting type-led, ip rating-ip65, power watt - 100w , heavy dutypower extension board single phase 220v, 3 socket 15aheavy duty power extension board with surge protector and3.5 meter long 3 core pure copper wire, pvc casingcapping pvc casing and caping with 1 inch width and 12 ftlength for electric wire installation, flexible pvc pipe ltelectrical wiring flexible pipe 20 mm with 30 mtr length, pvc conduit pipes lt 32mm pvc electrical conduit pipe, 3mtr length, motor coil winding machine motor coil windingmachine, bench mounted, power driven, wire diameter 0.02to 1.2mm, lcd display, 50-6000 rpm, 0.5 hp, 230v, 50 hz, single phase ac motor,, heat convector operating on 230v, 50hz single phase power supply, 1000/ 2000w power ratingwith thermostat for temperature control, isi mark., electricoven electric oven 15l capacity with heat convection, double heating rods 1000 watts each with glass door andstainless steel body., digital clip on meter i display 3.5digits ii max. reading 1999 iii ac current resolutionaccuracy range 200 amps to 100 ma +1.25 to 5 digit 100amps to amp iv ac voltage 2000 v to 0.1 v : +1% to 5 digit1000 v to 0.1 v : + 1% to 5 digit v resistance 200 m ohmsto 0.1 ohms + 1.00% , measuring tape pocket measuringtape of steel spring return device, flexible, clearly graduatedin metric readings 2 mts long, screw driver mains voltagetester flat tip screw driver with built in new test lamptransparent plastic handle insulated block, metal pocket clipsuitable upto 400 v. ac blade 4 x 100 mm overall length180 mm, trainer board to study chopper single phase 230volts trainer board with complete accessories andoperation manual, trainer board to study dual convertersingle phase 230 volts trainer board with completeaccessories and operation manual, trainer board to studycycloconverter single phase 230 volts trainer board withcomplete accessories and operation manual, study ofmosfet trainer kit single phase 230 volts trainer boardwith complete accessories and operation manual, scrbased lamp intensity control single phase 230v, 50hztrainer board with scr-triac ac voltage controller kit withscr, triac, ac source voltage, inbuilt analog basedtriggering pulse unit, lamp load and fused protection., parallel operation of alternator 2no. 3 phase 3kva 415v, 50 hz alternators with suitable prime mover and panelhaving analog voltmeter: 03 nos analog ammeter: 03 nosanalog frequency meter: 02 nos lamp board bank forlamp method: 01 no phase sequence meter: 02 nos 3 pointdc starter: 02 nos alternator excitation unit: 02 nos fieldrheostat: 02 nos. connected externally with rpm meter, necessary switches, fuses with all terminal brought out, dc series motor dc series motor, 230 v, 3 hp, 1440 rpm    //bid details4 / 127 with breaking eddy current or drum pulley arrangementand appropriate panel board and over speed safetyprecautions e.g. light shunt winding etc, single phasetransformer single phase transformer, 230/115 v, 50 hz, 3kva housed in a metal tank with all terminal brought out, three phase lamp load 4 kw three phase lamp load withmetallic housing and available with suitable mcb, switches, voltmeter and ammeter. front panel built with high classinsulated bakelite sheet with sticker well printed circuitsand symbols, sepratly excited dc generator separatelyexcited dc generator, 230 volt, 5 h.p, 1440 rpm completewith appropriate panel board with voltmeters, ammeters, switches, indicators, starter and field regulator withappropriate panel board with voltmeters, ammeters, switches, indicators, starter and field regulator and allterminal brought out, tachometer digital non-contact typetachometers 0-10, 000 rpm, 3 1/2 digit, synchronousgenerator 3 phase, 415 volt, 5 h.p., with prime mover, 110volts dc shunt generator as excitor, starter, outputterminals brought out with 3 phase 3kw lamp load, rs flipflop single phase 230v, 50hz trainer board to study rsflip flop, t flip flop single phase 230v, 50hz trainerboard to study t flip flop, multiplexer and demultiplexertrainer kit single phase 230v, 50hz trainer board with, 8:1multiplexer, 1:8 demultiplexer, 4:1 multiplexer, 1:4demultiplexer, portable moving iron voltmeter 0-300 volts, ac voltmeters portable moving iron 150 mm uniform scalewith anti parallax mirror, knife edge pointer, housed in ateak wood/ebonite case, accuracy +1.5%, portable movingiron ammeter 0-5 ampere ac ammeters portable movingiron, 150 mm uniform scale with anti parallax, mirror, knifeedge pointer, housed in a teak wood/ebonite case, accuracy+1.5%, portable moving iron ammeter 0-10 ampere acammeters portable moving iron, 150 mm uniform scale withanti parallax, mirror, knife edge pointer, housed in a teakwood/ebonite case, accuracy +1.5%, portable wattmeterportable dynamometer type, housed in teak wood/ebonitecase, scale 150 mm knife edge pointer with anti parallax, current range 0-5-10 amp voltage range 0-250-500 volt, portable standard energy meter single phase, inductiontype 50 hz, 5a/10a 250 v, portable standard energy meter3 phase, induction type, 4 wire.440 v 10 a, 50 hz., thermocouple trainer kit thermocouple trainer kit witharrangements of thermocouple sensor for copperconstantan thermocouple, oven for heating, lcd display, 2no.s thermometers suitable to measure temperature from0 c to 200 c., portable frequency meter digital, 4 digit leddisplay frequency meter suitable for use on 230 v ac mainsupply range 20-99 hz, portable frequency meter vibratingreed type 230 v, having 21 reed 40-60 hz. abs body, portable frequency meter moving coil type, portablehoused in phenolic moulded body with antiparallax mirror.scale and knife edge pointer, range 40-60 hz, 230 v, modelcut section of refrigerator model cut section of refrigeratorfor study electrical circuit of refrigirator, cut section modelof air conditioner cut section model of domestic window airconditioner to study electrical circuit of air conditioner, mercury vapor lamp kit mercury vapour lamp 120 watt, 230v, 50 hz ac supply complete with choke, lamp holderand power factor capacitor, sodium vapor lamp study kitsodium vapour lamp 120 watt/250 watt, 230 volts, 50 hzwith choke and lamp holder, halogen lamp study kit 1000watts/1500 watt, 230 v, 50 hz complete with fittings, neonlamp study kit single phase 230 volts neon lamp study kit    //bid details5 / 127
  • View Tender
  • Document
  • Bid Support
3 Security Services
image image
Central Government/Public Sector
TRN :35291623 |  17 Sep, 2025
Tender Value : 0
 Poonch - Jammu And Kashmir
Tender for gem bids for drugs, tab albendazole 400 mg albendazole syp each 5 mlcontaining 200 mg bott of 10 ml syp perpn syp sitagliptin50 mg plus metformin 500 mg tab ivermectin tab 6 mgperpn tab amoxycillin 500 mg cap oblique tab cefotaxime sodium 0 point 5 gm inj cefuroxime 500 mgtab clotrimazole mouth paint 1 percent bott of 15 ml roxithromycin 150 mg tab fluconazole cap oblique tab150mg itraconazole 100mg cap amikacin sulphate 100mg oblique 2 ml inj metronidazole 400 mg tab injamoxycillin 500 mg plus clavulanic acid cefotaximesodium 1 gm plus sulbactum 500 mg inj silversulphadiazine 1 persent cream w oblique v comma tube of20 gms paraffin 15ml containing magnesium hydroxide11point 25ml comma liq paraffin 3 point 75ml bott of 170ml ondansetron inj 2mg oblique ml 4ml inj ondansetron 8 mgtab tab folic acid 5 mg heparin 5000 iu oblique ml inj inj tranexamic acid 500 mg oblique 5ml tab tranexamicacid 500 mg phytomenadione vit k 1 mg oblique 0 point5ml inj gel choline salicylate and benzalkonium chloridegel of 10 gm mannitol 20 persent inj bott of 100 ml atorvastatin 20mg tab fenofibrate 200 mg tab tabtorsemide 10 mg scored inj adenosine 3 mg oblique mlamp of 2 ml amiodaron hcl tab 150 mg inj in 3ml amp amiodarone hcl tab 200mg atorvastatin 10 mg tab samlodipine 5mg tab tab atenolol 50 mg nebivoilol 5mgcomma tab labetalol hcl 100mg tab tab metoprololtarterate 50 mg tab inj metoprolol 1mg oblique ml amp of5 ml propranolol 40 mg tab tab ramipirill 2 point 5 mgtab tab metoprolol xl 25 mg dobutamine hcl 250mg invial of 5 ml tab asprin 75 mg enoxaparin 40 mg oblique0 point 4 ml inj enoxaparin 60 mg oblique 0 point 6ml inj tab amlodipine besylate 5 mg metoprolol extendedrelease 50 mg tab hydrochlorothiazide 25 mg bid number gem2025b6653566 dated 07-09-2025 bid document1 73 1 1 telmisartan 40 mg tab, tab frusemide 20mg plusspironolactone 50 mg, tab indapamide sr 1 point 5 mgtab, labetalol hcl 5 mg oblique ml 4 ml inj, losartan 50mg tab, prazosin 2 point 5 mg sustained release obliqueslow release tab, ornidazole 500mg and ofloxacin 200 mgtab, loperamide tab 2 mg, tab metformin 500 mg, tabmetformin sr 1gm tab, metformin 1000mg plusvildagliptin 50mg tab, tab glimepiride 1 mg, tabglimepiride 2 mg, sitagliptin phosphate 100 mg tab, tabvildagliptin 50 mg, metformin 0 point 5 g tab, tabmetformin 500mg plus tab vildagliptin 50mg, alfacalcidolvit d3 0 point 25 mg cap, acyclovir ophth oint 3 percent woblique v in 5gm tube, ciprofloxacin 0 point 3 percent eyedrops 3mg oblique ml vial of 5 ml, ciprofloxicain oint hcl 0point 3 percent tube of 5 gm, gentamicin sulphate 0 point3 percent w oblique v gentamicin base with hydrocortisoneacetate ip percent w oblique v eyeand ear drops bott of 5 ml, moxifloxacin 0 pont 5 percent preservative free eye drops, carboxy methyl cellulose 1 percent eye drops bott of 10 mlperpn eye drops, norfloxacin 0 point 3 percent eye dropsbott of 3 mg oblique ml bott of ml, ofloxacin 0 point 3percent bott of 5 ml perpn eye drops, povidone 5 percenteye drops bott of 5 ml, prednisolone acetate 1 percent woblique v bott of 5 ml, sodium chloride eye drops 5 percent5ml bott, syp diphenhydramine 10 to 15mg per 5ml andammonium chloride 100 to 150mg comma sodium citrate50 to 85mg per 5ml bott of 100ml, fluticasone propionate50mcg bp comma nasal spray, sodium chloride 0 point 65percent w oblique v nasal drops of 15 ml, beclomethasonedipropionate nasal spray containing 50 mcg per dosemetered dose 150 units, tab betahistine dihydrochloride 8mg, cinnarizinetab 25 mg, clotrimazole 1 percentwoblique v ip plus lignocaine 2 percent w oblique v ip eardrop bott of 10 ml, chloramphenicol 5 percent woblique vclotrimazole 1 percent w oblique v betamethasone 0 point25 percent w oblique v lignocaine hcl 2 percent w obliquev bott of 5 ml, nasal decongestant adult drops bott of 10ml xylomatazoline 0 point 1, xylometexlline hcl 0 point 05percent w oblique v nasal solution for paed use bott of 10ml, cefixime syp 50 mg oblique 5 ml bott of 30 ml, cetrizine syp 5 mg oblique 5ml bott of 60 ml, domperidonesyp 1 mg oblique ml bott of 30 ml, syp azithromycin200mg per 5 ml dry powder, metronidazole susp 200 mgoblique 5ml bott of 60 ml, norflox syp 100 mg oblique 5mlbott of 30 ml, ondansetron syp 2 mg oblique 5 ml in bott of30 ml, roxythromycin 50 mg oblique ml syp in bott of 30ml, levo salbutamol syrup 1 mg oblique 5ml bott of 100 ml, inj etophyllin bp 84 point 7mg and theophyllin ip 25 point3mg per ml ampoule of 2ml, beclomethasonediproprionate 50mcg salbutamol as sulphate 100mcg permetered dose comma aerosol comma 200 dose units, ipratropium bromide respirator soln 500 mcg comma 2mlresp of 2 ml, levo salbutamol aerosol inhalation pack of200 metered doses each metered dose supplies 50 mcg oflevo salbutamol, levosalbutamol sulphate comma 2 point5 ml containing 1 point 25 mg comma respule, coughsyrup each 5 ml contains chlorpheniramine maleate ip 3mg comma ammonium chloride ip 110 mg sodium citrateiop 46 mg menthol ip 0 point 9 mg bott of 110ml, bromhexine syp 5 ml containing 4 mg of bromhexine hclbott of 100 mltab albendazole 400 mg, albendazole syp each 5 mlcontaining 200 mg bott of 10 ml syp perpn:syp, sitagliptin50 mg + metformin 500 mg tab, ivermectin tab 6 mgperpn:tab, amoxycillin 500 mg cap/tab, cefotaxime
  • View Tender
  • Document
  • Bid Support
4 Security Services
image image
State Government
TRN :35292173 |  16 Sep, 2025
Tender Value : 0
 Kamrup - Assam
Tender for gem bids for toilet seat - indian style squatting pan q3, waste pipeq3, waste fittings for washbasin and sinks as per is 2963q3, ptmt tap fitting q3, connection pipe with nutsv2 q3, steel tubes, tubulars and other steel fittings asper is 1239 part 2 - steel pipe fittings q3, commercialcpvc pipe fittings q3, flushing cistern q3, towel rail /ring for bathroom q3, cast copper alloy screw down bibtaps and stop valves for water services as per is 781 q3, bathroom water shower v2 q3, chlorinated polyvinylchloride cpvc pipes for potable hot and cold waterdistribution supplies v2 as per is 15778 q3, plastics bibtaps pillar taps angle valves and stop valves as per is9763:2000 latest q3, toilet seat covers v2 q4, european pattern toilet seat vitreous china q3, sinks /wash basins - vitreous china as per is 2556 part 4 q3, wire nails q4, soap dish - case q4, bathroom or toiletmirror v2 q4, urinal bowls as per is 2556 part 6 q3 *  *  // ./ ./   % %/years of past experience required forsame/similar service1 year s 1 1 % % 7 87 8 /mse exemption for years of experienceand turnoveryes | complete& % & % 1 1 % % 7 7   / startup exemption for years ofexperience and turnoveryes | complete  : /bid number: gem/2025/b/6645412; /dated: 06-09-2025  & & / bid document1 / 29  d  d & & /document requiredfrom sellerexperience criteria, past performance, certificate requestedin 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 buyere e  g  g h h ; ; & g & g   i i  g  g ; ; k k? ? % % /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    -- n n * *  d  d   : : / minimum number ofbids required to disable automatic bidextension1; g; g   : :, , . .     -- / / number of days for which bidwould be auto--extended7  7 % 7 % /past performance20 %  r %r % ;d ;d ; ; /bid to ra enabledno  7 7 /type of bidtwo packet bid7 7 t t /primary product categorytoilet seat - indian style squatting pan   u u   & w & w /time allowed for technicalclarifications during technical evaluation2 days / / n n x x / / 7 7 / % % i g i g h h /inspection required byempanelled inspection authority / agenciespre-registered with gemno u u x x /evaluation methoditem wise evaluation/ z & z & /arbitration clauseno /mediation clauseno    //bid details     /emd detail n /requiredno   /epbg detail n /requiredno2 / 29   /splitting   ; / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceyes     /mse purchase preference   /mse purchase preferenceyes1. if the bidder is a micro or small enterprise as per latest orders issued by ministry of msme, the bidder shall beexempted from the eligibility criteria of experience criteria as defined above subject to meeting of quality andtechnical specifications. the bidder seeking exemption from experience criteria, shall upload the supportingdocuments to prove his eligibility for exemption.2. if the bidder is a micro or small enterprise mse as per latest orders issued by ministry of msme, the biddershall be exempted from the eligibility criteria of bidder turnover as defined above subject to meeting of qualityand technical specifications. if the bidder itself is mse oem of the offered products, it would be exempted fromthe oem average turnover criteria also subject to meeting of quality and technical specifications. the bidderseeking exemption from turnover, shall upload the supporting documents to prove his eligibility for exemption.3. if the bidder is a dpiit registered startup, the bidder shall be exempted from the the eligibility criteria ofexperience criteria as defined above subject to their meeting of quality and technical specifications. the bidderseeking exemption from experience criteria, shall upload the supporting documents to prove his eligibility forexemption.4. if the bidder is a dpiit registered startup, the bidder shall be exempted from the the eligibility criteria ofbidder turnover as defined above subject to their meeting of quality and technical specifications. if the bidderis dpiit registered oem of the offered products, it would be exempted from the oem average turnover criteriaalso subject to meeting of quality and technical specifications. the bidder seeking exemption from turnover shallupload the supporting documents to prove his eligibility for exemption. 5. experience criteria: in respect of the filter applied for experience criteria, the bidder or its oem of the productoffered in the bid themselves or through resellers should have regularly, manufactured and supplied same or
  • View Tender
  • Document
  • Bid Support
5 Security Services
image image
Central Government/Public Sector
TRN :35284952 |  25 Sep, 2025
Tender Value : 5.25 Lacs
 Jamnagar - Gujarat
Tender for gem bids for inj diclofenac 75 mg ml 1 ml amp oint lignocaine jelly 30gm syp paracetamol suspension drop 100 mg ml bott of15 ml tab naproxen 250 mg tab allopurinol 100 mg tabfebuxostat 40 mg cetrizine dihydrochloride 10 mg tab tab levocetrizine 5 mg tab montelukast 10mg pluslevocetrizine 5mg tab mecobalamin 1500 mcg pluspregabalin 75mg inj hydrocortisone 100mg tabmontelukast 10 mg tab pheniramine maleate 25mg tabpregabalin 75 mg tab oxcarbzepine 300 mg tabgabapentin 300mg tab phenytoin sodium 100 mg tabsodium valproate 200 mg inh budesonide 200 mcg tabdiacerein 50mg tab gliclazide 60 mg tab albendazole400 mg syp albendazole each 5 ml containing 200 mg bottof 10 ml tab sitagliptin 50mg tab plus metformin 500mg cap amoxicillin 500 mg tab levofloxacin 250 mg capitraconazole 100 mg tab metronidazole 400 mg tabtinidazole 500mg cap cyclosporine 25 mg ondansetron2mg ml 4 ml inj tab dasatinib 50 mg tab folic acid 5 mg tab ferrous ascorbate 100mg plus zinc sulphate 22 point5mg plus folic acid 1 point 5mg tab tranexamic acid 500mg tab rivaroxaban 20 mg tab carvedilol 3 point 125 tab fenofibrate 200 mg tab nicorandil 10 mg tabtorsemide 10 mg tab apixaban 2 point 5 mg tab aspirin75 mg tab clopidogrel 75 mg tab aspirin 150 mg tabmetoprolol xl 50mg tab telmisartan 40 mg tabindapamide 1 point 5 mg tab ramipril 10 mg tabperindopril 4 mg tab telmisartan 40 mg plus hctz 12 point5 mg oint betamethasone plus salisylic acid 20 gm ointclobetasol 15 gm powder clotrimazole pulv 1 per bott of75gm tab fexofenadine 180mg oint framycetinsulphate 15 gm lotion ketoconazole lotion 2 percentagebott of 75 ml oint mupirocin 5 gm oint minoxidil 5percentage lotion 60 ml urea cream urea 10 to 12 bid number gem2025b6617240 dated 04-09-2025 bid document1 129 1 1 percentage lactic acid 5 to 10 percentage in pack of 50 gm, terbinafine hcl tab of 250 gm, cream beclomethasonedipropionate and neomycin cream, tab sacubitril 49mgplus valsartan 51mg tab vymada 100, tab rivaroxaban 10mg, tab spironolactone 25 mg, tab ursodeoxycholic acid150 mg, tab pre pro probiotic, tab clarithromycin 500 mg, inj pantoprazole 40 mg, syp sucralfate 1gm 5ml bott of200 ml, anti haemorhoidal ointment containingbetamethasone 0 point 05 percentage phenylephrine 0point 1 percentage and lignocaine 2 point 5 percentage tubeof 15 gm with applicator, tab norfloxacin 400mg plustinidazole 500mg, tab pancreatin 150 mg, tab thyroxine50 mcg, insulin highly purified human neutral 40iu ml 10ml inj, tab empagliflozin 10 mg, tab empagliflozin 25 mg, tab linagliptin 5 mg, tab thyroxine 25 mcg, tab thyroxine100 mcg, inj erythropoietin recombinant human 4000 iu, tab sodium bicarbonate 500mg, carboxy methyl cellulose1 percentage eye drop bott of 10 ml, nasal sprayfluticasone propionate 50 mcg bp, nasal spray azelastine140 mcg plus fluticasone 50 mcg nasal spray, nasaldecongestant adult drops xylometazoline hcl 0 point 1percentage nasal drop bottle of 10 ml, salmetrol 25 mcgplus fluticasone 125mg mdi 120 doses, cetrizine syp 5mg5ml bott of 60 ml, domperidone syp 1 mg ml bott of 30 ml, tab escitalopram 10 mg, tab nortryptilline 25mg, tabetopylline115 mg plus theophyhilline 35 mg, levosalbutamol aerosol pack of 200 metered doses eachmetered dose supplies 50 mcg of levo salbutamol, levosalbutamol sulphate 2 point 5 ml containing 1 point 25mg respule, tiotropium bromide 9 mcg 120 metered dosesunit inhaler, cap tamsulosin 0 point 4 mg, vit d3 60000 iuper 1gm sachet, vitamin e 200 mg cap, inj dulaglutide 1point 5 mg ml 0 point 5 ml pfs, inj denosumab 60 mg, tabdapagliflozin 5 mg, azelastine hcl 140 mcg and fluticasonefuroate 27 point 5 mcg per dose nasal spray, respbudesonide 0 point 5mg 2ml, rotacap salmeterol 50 mcgplus fluticasone 250 mg, levo-salbutamol 1 point 25mgplus ipratropium 500 mcg in 2 point 5 ml respule, tabglucosamine 500 mg, tab hydroxychloroquine 200 mg, tab etoricoxib 90 mg, tab atazanavir 300 mg plus ritonavir100 mg, cap doxycycline 100 mg, tab levofloxacin 500mg, tab cefixime 200 mg, tab ofloxacin 400 mg, tabazithromycin 500 mg, tab lamivudine 150 mg pluszidovudine 300 mg, soft gelatin cap antioxidant containingaronia extract 20 percentage 50 mg leutein 5 mgzeaxanthin 1 mg vit c 20 mg vit e 5 iu, inh formeterol 6mcg plus tiotropium 9 mcg, rotahaler, colostomy paste, colostomy base plate 60 mm, colostomy strap, urinarycathetar 14 f, tab folic acid methylcobalamin andpyridoxine, tab gabapentin 100mg plus nortryptiline10 mg, tab diacerein 50mg plus glucosamine sulphate potassium500mg methylsulphonylmethane 250mg, glucometer drmorepen strip bott of 50 strips, syp phenylephrin pluschlorpheniramine plus dextromethorphan 11 ml, inj insulinhumalog lispro 100 iu ml, tab hydrochlorothiazide 12point 5 mg, inj human insulin actrapid pen, injmethylcobalamine 1500 mcg 2 ml, tab isosorbidemononitrate 10 mg, tab isosorbide dinitrate 20 mg plushydralazine 37 point 5 mg, cap itraconazole 200 mg, soapketoconazole 2 percentage 75gm, tab lacosamide 200 mg, tab lacosamide 100 mg, tab levetiracetam 750 mg, tabmontelukast plus fexofenadine, tab levosulpride75 mgand esmoprazole, respules levosalbutamol 1 point 25 mcgplus ipratopium 500 mcg, tab lorazepam 2 mg, tab    //bid details2 / 129 losartan 50 mg plus hydrochlorothiazide 12 point 5, mesalamine suppository 1 gm, tab mesalamine 400 mg, tab methotrexate 10 mg, oint metronidazole 10 mg pluschlorhexidine gluconate 0 point 25 percentage lignocainoral gel 20 gm, tab moxonidine 0 point 3 mg, capmultivitamin multiminerals anti oxidant, tab naproxen 500mg, tab nicoumalone 2 mg, tab nitroglycerin 2 point 6 mgbott of 30, oint mometasone 0 point 1 percentage plusfusidic acid 2 percentage tube of 15 gm, tab ondansetron4 mg, tab pancretin 300 mg, tab cinatepride 3 mg pluspantoprazole 40 mg, tab paracetamol 325 mg plustramadol 37 point 5mg, tab phenobarbitone 60 mg, tabpancreatine 170 mg plus activated dimethicone 80 mg, tab pioglitazone 30 mg, pregabalin 75mg plus nortryptiline10mg, tab primidone 25 mg, tab rosuvastatin 10 mg, tab rosuvastatin 40 mg, tab rosuvastatin 20 mg, inhsalbutamol 200 mdi, tab sevelamer 800 mg, tab sildosin4 mg plus dutasteride 0.5 mg, tab sodium alendronate 35mg, tab sodium valproate valporic acid 500 mg controlrelease, tab sumatriptan 85 mg plus naproxen 500 mg, syp disodium hydrogen citrate 100 ml, syp iron plus vitb12 plus folic acid syp 200 ml, tab tamsulosin 0 point4mg plus dutasteride 0 point 5 mg, tab taurine 500 mgplus acetylcysteine 150 mg, tab temisartan 20 mg, tabtelmisartan 40 mg plus amlodipine 5 mg, tab telmisartanplus metoprolol 25 mg, tab teneligliptine 20 mg, thermoseal tooth paste, tab tolperisone sr 450 mg, ointtroxeutin plus calcium dobesilate plus zinc 30 gm, tabthyroxin 150 mg, tab torsemide 10 mg plusspironolactone 50 mg, tab ursodeoxycholic acid 300 mg, cap vitamin e 400 mg, oint hydroquinone 2percentageplus tretinion 0 oint 025percentage plus mometasone point1 prcenatge15 gm, liq chlorhexidine gluconate pluscetrimide antiseptic liquid 100 ml, non sterile gauze piece21 mtr per pieceinj diclofenac 75 mg/ml 1 ml amp, oint lignocaine jelly 30gm, syp paracetamol suspension drop 100 mg /ml bott of15 ml, tab naproxen 250 mg, tab allopurinol 100 mg, tabfebuxostat 40 mg, cetrizine-dihydrochloride 10 mg tab, tab levocetrizine 5 mg, tab montelukast 10mg +levocetrizine 5mg, tab mecobalamin 1500 mcg +pregabalin 75mg, inj hydrocortisone 100mg, tabmontelukast 10 mg, tab pheniramine maleate 25mg, tabpregabalin 75 mg, tab oxcarbzepine 300 mg, tabgabapentin 300mg, tab phenytoin sodium 100 mg, tabsodium valproate 200 mg, inh budesonide 200 mcg, tabdiacerein 50mg, tab gliclazide 60 mg, tab albendazole400 mg, syp albendazole each 5 ml containing 200 mg, bott of 10 ml, tab sitagliptin 50mg tab + metformin 500mg, cap amoxicillin 500 mg, tab levofloxacin 250 mg, capitraconazole 100 mg, tab metronidazole 400 mg, tabtinidazole 500mg, cap cyclosporine 25 mg, ondansetron2mg/ml 4 ml inj, tab dasatinib 50 mg, tab folic acid 5 mg, tab ferrous ascorbate 100mg + zinc sulphate 22.5mg +folic acid 1.5mg, tab tranexamic acid 500 mg, tabrivaroxaban 20 mg, tab carvedilol 3.125, tab fenofibrate200 mg, tab nicorandil 10 mg, tab torsemide 10 mg, tabapixaban 2.5 mg, tab aspirin 75 mg, tab clopidogrel 75mg, tab aspirin 150 mg, tab metoprolol xl 50mg, tabtelmisartan 40 mg, tab indapamide 1.5 mg, tab ramipril10 mg, tab perindopril 4 mg, tab telmisartan 40 mg + hctz12.5 mg, oint betamethasone + salisylic acid 20 gm, ointclobetasol 15 gm, powder clotrimazole pulv 1 per bott of75gm, tab fexofenadine 180mg, oint framycetin sulphate15 gm, lotion ketoconazole lotion 2% bott of 75ml, oint
  • View Tender
  • Document
  • Bid Support
6 Steel And Iron Product
image image
Central Government/Public Sector
TRN :35285132 |  25 Sep, 2025
Tender Value : 0
 Visakhapatnam - Andhra Pradesh
Tender for gem bids for toner cartridges / ink cartridges / consumables for printersq2 specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional delivery7 / 12 time shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the originaldelivery period while exercising the option clause. bidders must comply with these terms.2. buyer added bid specific atcbuyer added text based atc clauses1.material: procurement of printer cartridges .please submit gem bid document duly stamped and signed .2.delivery schedule: as per bid document. however, rinl-vsp reserves the right to revise the delivery schedules, depending on vsp s production requirements and storage capacity, without any change in price, terms and conditions of po.3. rinl reserves the right to negotiate with the tenderers without prejudice to their quoted price.4.inspection: inspection at r.i.c. central stores department, r.i.n.l., visakhapatnam steel plant, visakhapatnam-530031, andhra pradeshtest certificate not applicable5.number of sources: 01 one :the intended number of source is one . however, the bid quantity may be split in two sources as per the mii and mse policy of buyer; subject to purchase preference to eligible mses and make-in-india suppliers; subject to matching l1 price by any of the tenderers from l2 onwards in the order of ranking. if none of the l2 tenderers onwards matches the l1 price, then full tendered quantity may be ordered on the l1 tenderer.6.purchase preference: purchase preference will be accorded to micro & small entrepreneurs mses/ssis and make in india class-1 local suppliers mii class-1 as per the prevailing orders / policy of govt. / rinl, subject to fulfillment of eligibility and submission of requisite / stipulated documents in support ofeligibility and subject to matching of l-1 lnip price. 7.conditions for availing benefit is detailed under cl.no. 8.0 of detailed terms and conditions of invitation to supply tender ref vsp s website: www.vizagsteel.com.8.for the purpose of this bid, the order of preference public procurement policy ppp & make in india mii is as under:a local mses - till the total quantity on local mses equals or exceeds 50%.b aimses - till the total quantity on aimses including local mses equals or exceeds 25%.c mii class 1 local suppliers - till the total quantity on class 1 suppliers equals or exceeds 50% d others including mses/non mses/ mii/ non mii in the order of ranking9.price firmness: price shall be quoted in rs. per no. for supply on for vsp stores basis inclusive of material price, freight, transit insurance, taxes / gst, etc. and the price finalized shall remain firm till completion of supplies. gst shall be applicable on all penalties like liquidated damages, penalties for variation in material specification, risk purchase recovery, shortages, penalty for late lifting/ delivery, forfeiture of emd / pg bond/ security deposit etc if levied by the purchaser on the seller/supplier and shall be recovered along with gstapplicable thereon. the purchaser shall issue tax invoice in favour of the seller/supplier for such recoveries. 10. not-withstanding anything specified in this tender document, rinl at its sole discretion, unconditionally and without having to assign any reason, reserves to itself the right: to accept or reject the lowest priced tender or any other tender or all the tenders; to accept any tender in full or in part quantity; to reject the offers not conforming to the tender terms and to accord purchase preference to public sector undertakings wherever applicable as per government policy/ guidelines. to extend purchase preference to local & non-local ssis / mses micro and small enterprises, subjectto submission of documents as stipulated. 8 / 12 .terms of payment: 100% payment of the value of each consignment shall be made against submission of bills along with vsp s acceptance garn goods acceptance / rejection note. payment shall be released on 60th day 21st day for local micro and small enterprises and 45th day for non-local mses, subject to submission of documents as stipulated for availing mse benefits from the date of acceptance of material at vsp i.e. garn date.payment shall be made by neft/rtgs mode or such other mode of electronic fund transfer offered by banks. tenderers must furnish the required bank account details to vsp in prescribed proforma so that the same can be updated in vsp s database. 12.emd and performance guarantee bond: not required 13.right to accept/reject offers:rinl/vsp does not pledge itself to accept the lowest priced offer or any other offer and reserves to itself the right of accepting the whole or any part of the tender/offer or portion of the quantity tendered and the tenderers bidders shall supply the same at the rate quoted.14.liquidated damages: shall be as per gem gtc clause no. 15. iii with following addition/modification: subject to a maximum of 10% of value of such consignments, excluding taxes. for levy of ld in case of late delivery, date of receipt of material by rinl-vsp stores along with necessary documents shall be considered as date of delivery, subject to acceptance of material by rinl-vsp after inspection. 15.establishment of credibility of non-enlisted/non-assessed vendors: if a tenderer who responds to this bid is presently not enlisted with rinl-vsp as an approved vendor, and/or those tenderers for whom vendor assessment is not done by gem for the category printer catridges., has to upload the following documents in the offer/bid in gem:notarized statutory manufacturing / service industry registration certificate, i.e., empartiiissuedbydic/nsicregistration certificate / udyog aadhar memorandum for the same/similar tendered itemsfor mses.ornotarized copy of certificate of registration of shops and establishments for a dea1er/agent/trader etc.ornotarized copy of certificate of incorporation along with memorandum and articles of association of the private/public limited companies.ii notarized copy of proprietary/partnership deeds in case of proprietary/partnership firms.iii notarized copy of gst registration certificate and pan card copy in the name of company in case of limited companies or in the name of individuals in case of proprietary firms.iv self-attested financial worth and audited financial statements for the last three 3 years.v self-attested copies of purchase orders/contracts for the same or similar tendered item/s.vi self-certified iso certificate, if any.vendor assessment report has to be submitted by the bidders for whom vendor assessment is already done by gem for the category printer catridges16.bidder shall have minimum 20% domestic value addition class-i or class-ii local supplier as per orderno. p-45021/2/2017-pp be-ii dt. 04.06.2020 of dpiit, ministry of commerce, goi and shall submit declaration as per format at annexure-ii of this atc along with their techno-commercial bid. 17. documents to be uploaded: by the bidder/seller during bid participation in gem:i this bid document, specification sheets, drawings, corrigendum if any, etc. duly signed and stamped by bidder on all pages, confirming acceptance.ii bidders must select the mse option to claim mse benefits while submitting the offer on gem itself and upload their udyam registration for same
  • View Tender
  • Document
  • Bid Support
7 Health Services/Equipments
image image
Central Government/Public Sector
TRN :35258809 |  11 Sep, 2025
Tender Value : 0
 Tiruvettipuram - Tamil Nadu
Tender for empanelment of agencies for supplies of medicines / surgical items for retail chemist operation on day to day basis
  • View Tender
  • Document
  • Bid Support
8 Power Plant
image image
State Government
TRN :35244613 |  10 Sep, 2025
Tender Value : 2.55 Lacs
 Nalgonda - Telangana
Tender for tggenco-ytps5x800mw-em-iii-upkeeping and preventive electrical maintance works related to lighting, welding power supplies and its connected equipments in the bop/ytps5x800mw area round the clock3 shifts from actual date of commencement of work to a period of three months for the f.y 2025-2026.
  • View Tender
  • Document
  • Bid Support
9 Fertilizers And Pesticides
image image
Central Government/Public Sector
TRN :35214002 |  12 Sep, 2025
Tender Value : 0
 Raigad - Maharashtra
Tender for gem bids for sodium hypochlorite solution v2 as per is 11673 part 1q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno 5  5 & & /document requiredfrom sellerexperience criteria, bidder turnover, certificate requestedin atc, additional doc 1 requested in atc, additional doc2 requested in atc, additional doc 3 requested inatc, additional doc 4 requested in atc*in case any bidder is seeking exemption from experience /turnover criteria, the supporting documents to prove hiseligibility for exemption must be uploaded for evaluation bythe buyer7 7  9  9 : : ; ; & 9 & 9   < <  9  9 ; ; > >? ? % % /do you want to showdocuments uploaded by bidders to allbidders participated in bid?no    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension3  d /bid number: gem/2025/b/6600304; /dated: 23-08-2025  & & / bid document1 / 12 ; 9; 9   d d, , m m     -- / / number of days for which bidwould be auto--extended7  o %o % ;5 ;5 ; ; /bid to ra enabledyeso %o % p p /ra quali cation ruleh1-highest priced bid elimination  4 4 /type of bidtwo packet bid   q q   & s & s /time allowed for technicalclarifications during technical evaluation3 days t t b b u u t t 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno q q u u /evaluation methodtotal value wise evaluation x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankicici  /emd amount300000   /epbg detail  > /advisory bankstate bank of india 4 %/epbg percentage%5.00  b /duration of epbgrequired months.14a.  .     % & 4&  % &  % 4  > \ o 9 /emd exemption: the bidder seeking emd exemption, must submit the valid supporting documentfor the relevant category as per gem gtc with the bid. under mse category, only manufacturers for goods andservice providers for services are eligible for exemption from emd. traders are excluded from the purview of thispolicy.b.  , , t < ; / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. /beneficiary : chief manager financethal, department of fertilizers, rashtriya chemicals and fertilizers limited rcf, ministry of chemicals and2 / 12 fertilizerscm finance  /splitting   ; / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceyes     /mse purchase preference   /mse purchase preferenceyes1. preference to make in india products for bids < 200 crore:preference shall be given to class 1 local supplieras defined in public procurement preference to make in india, order 2017 as amended from time to time and itssubsequent orders/notifications issued by concerned nodal ministry for specific goods/products. the minimumlocal content to qualify as a class 1 local supplier is denoted in the bid document. if the bidder wants to avail thepurchase preference, the bidder must upload a certificate from the oem regarding the percentage of the localcontent and the details of locations at which the local value addition is made along with their bid, failing whichno purchase preference shall be granted. in case the bid value is more than rs 10 crore, the declaration relatingto percentage of local content shall be certified by the statutory auditor or cost auditor, if the oem is a companyand by a practicing cost accountant or a chartered accountant for oems other than companies as per the publicprocurement preference to make-in -india order 2017 dated 04.06.2020. only class-i and class-ii local suppliersas per mii order dated 4.6.2020 will be eligible to bid. non - local suppliers as per mii order dated 04.06.2020 arenot eligible to participate. however, eligible micro and small enterprises will be allowed to participate .thebuyers are advised to refer the om no.f.1/4/2021-ppd dated 18.05.2023.om no.1 4 2021 ppd dated 18.05.2023 for compliance of concurrent application of public procurement policyfor micro and small enterprises order, 2012 and public procurement preference to make in india order, 2017. 2. purchase preference will be given to mses having valid udyam registration and whose credentials arevalidated online through udyam registration portal as defined in public procurement policy for micro and smallenterprises mses order, 2012 dated 23.03.2012 issued by ministry of micro, small and medium enterprises andits subsequent orders/notifications issued by concerned ministry. if the bidder wants to avail themselves of thepurchase preference, the bidder must be the manufacturer / oem of the offered product on gem. traders areexcluded from the purview of public procurement policy for micro and small enterprises and hence resellersoffering products manufactured by some other oem are not eligible for any purchase preference. in respect of bidfor services, the bidder must be the service provider of the offered service. relevant documentary evidence inthis regard shall be uploaded along with the bid in respect of the offered product or service and buyer will decideeligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. if l-1 isnot an mse and mse seller s has / have quoted price within l-1+ 15% selected by buyer of margin ofpurchase preference /price band defined in relevant policy, such mse seller shall be given opportunity to matchl-1 price and contract will be awarded for 25% selected by buyer percentage of total quantity. the buyers areadvised to refer the om no. f.1/4/2021-ppd dated 18.05.2023 om no.1 4 2021 ppd dated 18.05.2023 forcompliance of concurrent application of public procurement policy for micro and small enterprises order, 2012and public procurement preference to make in india order, 2017. benefits of mse will be allowed only if seller isvalidated on-line in gem profile as well as validated and approved by buyer after evaluation of documentssubmitted. 3. reverse auction would be conducted amongst all the technically qualified bidders except the highest quotingbidder. the technically qualified highest quoting bidder will not be allowed to participate in ra. however, h-1will also be allowed to participate in ra in following cases:i. if number of technically qualified bidders are only 2 or 3.3 / 12 ii. if buyer has chosen to split the bid amongst n sellers, and h1 bid is coming within n.iii. in case primary product of only one oem is left in contention for participation in ra on elimination of h-1.iv. if l-1 is non-mse and h-1 is eligible mse and h-1 price is coming within price band of 15% of non-mse l-1v. if l-1 is non-mii and h-1 is eligible mii and h-1 price is coming within price band of 20% of non-mii l-1sodium hypochlorite solution v2 as per is 11673 part 1 300000 liter 5 5 1 2 & & % % % % < < % % 4 `4 ` b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    s  s /technical specifications*   s / as per gem category speci cation  /speci cation s s /specificationname  b b q q /bid requirementallowed valuesstandards &certificationgoverning standardgenerally confirming to is 11673-part 1 latestrequirementchemical/physicaltype of gradesgrade 2 for industrial userelative density at 25 deg / 25deg c, min1.20available chlorine as cl2, percent, mass by volume12.5 to 15.0total chlorine as cl2, percent, mass by volume12.5 to 15.0free alkali as naoh, g/l, min5.0free sodium carbonate asna2co3, g/l, max0.5packaging &markingnet content of eachcontainer/ pack50 litertest reportstype of lab which carried outtest of complete product toprove the conformity of productas per specificationfrom central govt. lab, nabl accredited lab, manufacturer in-house testadditional specification parameters - sodium hypochlorite solution v2 as per is 11673 part 1 300000 liter specification parameternamebid requirement allowed valuessodium hypochloritethe chemical specification is as follows: sodium hypochlorite naocl as peris 11673 latest grade 2 1. relative density at 25 c/25 c: 1.20 min 2.available chlorine as cl, % by mass/volume: 12.5 to 15.0 3. total chlorine, % by volume as cl: 12.5 to 15.0 4. free alkali as naoh, g/l, min: 5.0 totalquantity 3, 00, 000 litre +/- 25 %* bidders offering must also comply with the additional specification parameters mentioned above. 4 / 12   //o ; b o ; b   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; b o ; b   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1sushil kumar402208, stores, rcf ltd thal, alibag, district raigad300000365special terms and conditions-version:1 effective from 22-01-2025 for category sodium hypochloritesolution v2 as per is 11673 part 11. the product may also carry an isi mark/standard mark as per the bis standard governing this category. assuch buyers may also opt for isi marked product while creating bid. in such cases buyer shall verify validbis license for the same at the time of evaluation of bid and check isi marking at the time of receipt ofmaterial before issuing crac. 5 5 : :         e e/buyer added bid specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional deliverytime shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the originaldelivery period while exercising the option clause. bidders must comply with these terms.2. buyer added bid specific atcbuyer added text based atc clausestender au-85726 for supply of sodium hypochlorite 300, 000 liter earnest money deposit emd for rs. 3, 00, 000 /- is to be deposited as per following instructions: online deposit: emd to be deposited online in rashtriya chemicals and fertilizers ltd rcf s accountthrough payment gateway available on our website at: www.rcfltd.com under portals emd payment click here for emd payment. submit the acknowledgement/receipt of online emd payment along with your offer.if exempted from submission of emd, then upload a valid exemption details.please note emd and integrity pact shall not be accepted after bid submission due date and non-submission of the same along with bid shall lead to rejection of your o er. no communication shall be done for the same.pre-qualification criteria:a. experience criteria: a. for manufacturer only: bidder shall submit self- attested po copies and / or invoice copies as evidence of manufacture and supply of 150 kl of sodium hypo chlorite solution is as per is 11673 latest grade 2, manufactured and supplied during an5 / 12 y one of the last 3 years. b. for non-manufacturers: po copy of sodium hypo chlorite solution as per is 11673 latest grade 2 supplied during last seven years from the date of tender satisfying minimum one criteria as follows: i. single po copy of minimum quantity 240 kl.ii. two po copies of minimum quantity 150 kl each.iii. three po copies of minimum quantity 120 kl each.. c. relaxation in experience criteria for eligible mses/ startups1. for mses- relaxation of 25% in prior experience shall be provided to the qualifying mses.2. for start-ups no prequali cation criteria except for criteria de ned by government of india for de nition as start up like certi cate from dipp, maximum years from incorporation and turnover criteria. vendor shall be start up for item under procurement and maximum 10% additional qty. to be awarded to them. for detail kindly refer annexure-v of buyer added atc.b. financial criteria: i. ca certified turnover during last three financial years 2021-22, 2022-23, 2023-24 or 2022-23, 2023-24, 2024-25 required minimum avg. turnoverof rs. 82.12 lakh. the turnover should be issued by practicing ca with membership number, seal and signed with udinin case the date of constitution / incorporation of the bidder is less than 3 years old, the average turnover in respect of the completed financial years after the dateof constitution shall be taken into account. in this case, the financial turnover during last nancial year / the average nancial turnover during preceding two nancial years should be at least rs. 82.12 lakh. ii. relaxation in experience criteria for eligible mses/ startups1. for mses- relaxation of 25% in annual nancial turnover shall be provided to the qualifying mses.2. for startups no prequali cation criteria except for criteria de ned by government of india for de nition as start up like certi cate from dipp, maximum years from incorporation and turnover criteria. vendor shall be start up for item under procurement and maximum 10% additional qty. to be awarded to them.for detail kindly refer annexure-v of buyer added atc. iii. the net worth of the bidder rm manufacturer or principal of authorizedrepresentative should not be negative on the relevant date . it means the net worth of the bidder should not be negative in the balance sheet of last nancial year.andnet worth of bidder should have not eroded by more than 30% thirty percent in the lastthree years, ending on the relevant date . it means the net worth of last nancial year should not be less than 70% compared to the 3rd last financial year.in case the date of constitution/ incorporation of the bidder is less than 3 years old, the following will be applicable: the net worth in each of these years should not be negative. net worth in respect of the immediate previous financial year should not have eroded more 30 per cent than that of its previously audited nancial statement. in case the bidder has completed financial statements of only preceding year, the clause of net worth erosion will not be applicable the relevant date means 31-03-2024 for block of fy 2021-22, 2022-23& 2023-24 and 31-03-2025 for block of fy 2022-23, 2023-24, 2024-25.the nancial soundness should be ca certi ed or audited nancial statement certified by cac. make in india clause: as per revision dt 19.07.2024 of public procurement policy 2017, non-local suppliers cannot participate in tenders having estimates less than r6 / 12 s. 200 crores. offers of class-i and class-ii local suppliers as per make in india policy can only be considered for evaluation and award of contract.d. integrity pact duly signed with date and stamped on each page. upload in relevant packet of this tender.signing the integrity pact is a prerequisite for prequalification. integrity pact and nit conditions will form part of the contract. security deposit:the supplier receiving the loa is required to furnish the required performance security, in the prescribed form by the speci ed date; failing this necessary action including forfeiture of emd will be taken against the supplier. supplier shall submit the security deposit for 05% of the order value basic contract value without taxes within 15 days of the p.o. date in the form of dd or bank guarantee as per r.c.f. format from r.c.f. approved banker valid for a period of delivery period plus 60 days for claim period. or performance security may be furnished in the form of insurance surety bond, account payee demand draft, fixed deposit receipt from a commercial bank, bank guarantee issued/con rmed from any of the commercial bank in india, or online payment in an acceptable form. if the supplier / contractor fails to submit the performance security as indicated above, performance security will be deducted from running billsthe performance security will be forfeited and credited to the procuring entity s account in the event of a breach of contract by the contractor. it shall be refunded to the contractor without interest, after he duly performs and completes the contract in all respects but not later than 90ninety days of completion of all such obligations including the warranty under the contract.bank guarantee to be addressed and submitted to: chief manager finance, rcf thal unit, alibag, raigad 402208.technical conditions:1the chemical specification is as follows: sodium hypochlorite naoclas per is 11673 latest grade 21. relative density at 25 c/25 c: 1.20 min2. available chlorine as cl, % by mass/volume: 12.5 to 15.03. total chlorine, % by volume as cl: 12.5 to 15.04. free alkali as naoh, g/l, min: 5.0total quantity 3, 00, 000 litre +/- 25 % terms and conditions- 1. certi cate of analysis from nabl accredited lab/manufacture in-house/oem and msds shall be suppliedalong with supply.2. material received at rcf thal shall be inspected by rcf thal. rcf representative will draw sample and analysis will be carried out at rcf s laboratory. the results obtained at rcf s laboratory will be nal and binding. the consignment shall be rejected if it does not meet the po specification. delivery period:1. delivery period of naocl shall be within one year from gem po placement.2. delivery shall be in staggered manner as per rcf requirement. at single time minimum 15 kl to 20 kl sodium hypochlorite will be required.3. material delivery shall be done within ten days after rcf concern official information.7 / 12 . drum shall be delivered on wooden pallet.5. successful bidder shall take back the empty hypo drums within one month after use.6. material shall be supplied in drum having sodium hypochlorite solution in net volume of 50 litre drum.7. delivery at rcf thal site only.8. the shelf life of the sodium hypochlorite solution shall be a minimum of one 1 year from the date of delivery of the material. payment terms: payment shall be made on the 30th day from the date of receipt of material at rcf thal site, subject to acceptance of the material as per the acceptance/rejection criteria and submission of all required documents. acceptance / rejection criteria for sodium hypochlorite: 1. acceptance standard range 12.5% to 15%: if the active chlorine content of the supplied material is between 12.5% and 15%, the material shall be accepted. payment will be made considering 12.5% active chlorine content as the base i.e.100 percent payment. any excess concentration above 12.5% shall not be considered for additional payment.2. acceptance higher than 15%: if the active chlorine content exceeds 15%, the material shall still be accepted. however, payment will be restricted to 12.5% of active chlorine content only. example: if one bidder supplies sodium hypochlorite with 12.5% and another with >15% chlorine, both will be paid at the 12.5% base rate.3. acceptance with pro-rata payment 9.5% to <12.5%: if the active chlorine content lies between 9.5% and less than 12.5%, the material will be accepted, but payment shall be made on a pro-rata basis. payment formula:payable amount actual chlorine content % / 12.5% rate as per gem po per litreexample: if the actual chlorine content is 11%, then:payment 11 % / 12.5 % rate as per gem po per litre4. rejection below 9.5% : if the active chlorine content is below 9.5%, the entire lot shall be rejected and not accepted for delivery. integrity pact:rcf has accepted and agreed to the terms and conditions of the integrity pact.the bidder, as a token of acceptance of the terms and conditions of the integrity pact will sign and stamp the integrity pact and submit the same with nit documents.signing the integrity pact is a prerequisite for prequalification and integrity pact and nit conditions will form part of the contract. documents to be submitted along with offer:1. emd payment details8 / 12 . integrity pact duly signed with date and stamped on each page3. po copies as per above mentioned criteria4. ca certified turnover proofs of last three financial years mentioning udin5. net worth details as mentioned above6. make in india declaration as per make in india policy mentioning % of local content and place of value addition7. no deviation certificate as per format given in bid document please note emd and integrity pact shall not be accepted after bid submission due date and non-submission of the same along with bid shall lead to rejection of your offer. no communication shall be done for the same. additional information:1. the rates quoted shall be inclusive of all taxes, duties, freight, insurance and any other statutory charges.2. pre-bid meeting shall be conducted on 10th day of tender publishing at rcf thal, alibag, raigad maharashtra-402208. queries regarding pre-bid meeting shall be sent to rcf on following mail before 7 days of pre-bid meeting.3. any communication shall be done to mail id gshaha@rcfltd.com/ hemant.rao@rcfltd.com note: please note that any blank field un-marked in the preceding confirmation box will be treated as agreed only. no.descriptionbidder confirmationplease put in front of your confirmation1pl. ensure following documents are submitted along with bid document 1.1emd as per bid document submitted1.2po copy as per pqc submitted1.3turnover certificate as per pqc submitted1.4net worth certificate of last 3 years submitted1.5integrity pact duly filled, signed and stamped along with date on each page which is attached in buyer added atc.also signed and stamp copy of buyer added atc. submitted9 / 12 .6make in india declaration as per make in india policy mentioning % of local content and place of value addition submitted2pl. make sure that quoted rates are inclusive of all taxes i.e. gst, freight, packing and forwarding and insurance, statutory charges etc i.e. delivered price to rcf thal stores confirmed3please note that rcf will not accept any deviation in payment termpayment terms: payment terms: payment shall be made on the 10th day from the date of crac as per std. term & cond., subject to acceptance of the material as per the acceptance/rejection criteria and submission of all required documents. noted4mutually agreed damages clause for late delivery @ 0.5% per week or part thereof subject to maximum of 10% of total p.o./contract value. noted5firm price: price shall remain firm through out
  • View Tender
  • Document
  • Bid Support
10 Railway Transport
image image
Central Government / Public Sector
TRN :35204082 |  12 Sep, 2025
Tender Value : 0
 Aluva - Kerala
Tender for gem bids for all in one pc v2 q2, entry and mid level laptop -notebook q2, multifunction machine mfm v2 q2, lineinteractive ups with avr v2 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 bidextension1  d /bid number: gem/2025/b/6569411; /dated: 22-08-2025  & & / bid document1 / 21 ; 9; 9   d d, , l l     -- / / number of days for which bidwould be auto--extended7  n %n % ;5 ;5 ; ; /bid to ra enabledno  4 4 /type of bidtwo packet bid4 4 q q /primary product categoryall in one pc v2   r r   & t & t /time allowed for technicalclarifications during technical evaluation3 days u u b b v v u u 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno r r v v /evaluation methoditem wise evaluation/ x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail b /requiredno   /epbg detail b /requiredno  /splitting   ; / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceno     /mse purchase preference   /mse purchase preferenceyes1. purchase preference will be given to mses having valid udyam registration and whose credentials are2 / 21 validated 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. 2. 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. r r   r r   / evaluation method item 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: r / evaluation schedules & / / item/category / quantityschedule 1all in one pc v22schedule 2entry and mid level laptop - notebook2schedule 3multifunction machine mfm v21schedule 4line interactive ups with avr v24all in one pc v2 2 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed valuesdescriptiondescription of storeall in one personal computers consist of a mouse, keyboard, display with web camera, inbuilt/integrated microphone array and speakers, aninternal cpu with connection cables and poweradapter with 1 year standard warranty3 / 21 processor numberintel core i5-12400, intel core i5-12500, intel core i5-13400t, intel core i7 12700t, intel core i5-12600, intel core i5-13500t, intel core i5-14500t, intel corei5-14400, intel core i5-13600t, intel core i7-13700t, intel core i9 12900t, intel core i7-12700, intel corei7-14700t, intel core i5-13500, intel core i5-14500, intel core i9-12900, intel core i7-13700, intel core i7-14700, intel core i9-13900t, intel core i9-13900, intelcore ultra 5-235, intel core ultra 7-265 or higheroperating systemoperating system factorypreloaded withcertificationwindows 11 professionalmemoryram size gb16storagetype of storage installedwith the systemnvme ssdstorage capacity in gb1024displaydisplay size - diagonal ininches53.1 - 58 20.91 - 22.83  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva230entry and mid level laptop - notebook 2 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed values4 / 21 constructiondescription of storeslaptop with on site 1 year oem warranty, biospassword, 1- inbuilt rj45 gigabit ethernet port 1-rj45 adapter in case not inbuilt, minimum 2 number ofusb type a 3.0 ports 1- type c to type a compatibleadapter in case only 1 usb type a 3.0 port isprovided, minimum 1 type c usb 3.0 port, 1- hdmiport, wi-fi 5 802.11ac or higher, bluetooth 5.0 orhigher, dc adapter jack, built-in stereo speakers withhigh definition audio support, built-in microphone, keyboard with touchpad, minimum li-ion batterycapacity -36 watt hour with minimum 8 hour batterybackup and integrated webcamprocessorlaptop typemid levelprocessor numberamd ryzen 5 5625u, intel core i5 - 1245u or higheroperating systemoperating system factorypre-loadedwindow 11 professionalmemoryram size gb16.0 or higherdisplaydisplay size in cm -diagonal35.56 to 38.09 14 in to 14.99 instoragecapacity of storage drivein gb1024, 2048 or higher  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva230multifunction machine mfm v2 1 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed valuesgenericdescription of storesmultifunction machine printer with minimum 1 year onsite warranty, including cartridge and powercord/adapterprint technologylasertype of printingcolour or higher5 / 21 printingprint paper sizea4, a3 and legalminimum print speed perminute as per iso/iec 24734in a4 size-monochromeblack in ppm26 to 30, 31 to 35, 36 to 40, 41 to 45, 46 to 50, 51 to55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90, 91 to 100, 101 to 120, 121 to 140, 141 to 160, 161 to180 or higherminimum print speed perminute as per iso/iec 24734in a4 size-colour in ppm26 to 30, 31 to 35, 36 to 40, 41 to 45, 46 to 50, 51 to55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90, 91 to 100, 101 to 120, 121 to 140, 141 to 160, 161 to180 or higherminimum speed per minuteas per iso/iec 24734 in a3size-mono in ppm11 to 15, 16 to 20, 21 to 25, 26 to 30, 31 to 35, 36 to40, 41 to 45, 46 to 50, 51 to 55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90 or higherminimum speed per minuteas per iso/iec 24734 in a3size-color in ppm11 to 15, 16 to 20, 21 to 25, 26 to 30, 31 to 35, 36 to40, 41 to 45, 46 to 50, 51 to 55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90 or higherauto duplexingprinting/coping 2-sidedfeatureyes or higherpaper handlingoriginal document feedertype for scanning andcopyingsingle-pass document feeders spdf or highernumber of main paper tray2connectivityconnectivityusb port, ethernet port, wi-fi  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva130line interactive ups with avr v2 4 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed valuesgenericrating in kva1.0, 1.5, 2.0, 3 or higher6 / 21 technologymosfet-pwminverter efficiency %70% or better or higherminimum guaranteedbattery backup timeminutes on full load120, 180, 240 or higherwarranty for lineinteractive ups3 years, 4 years, 5 years or higherbattery/backupbankwarranty for the batteryfrom the date of delivery2 years or higherfeaturesrated output volt withtotal harmonic distortion%single phase quasi sinewave 230 v ac 50 hz withtotal harmonic distortion as < 40%, single phasesinewave 230v ac 50hz with total harmonicdistortion as <3% or highervariation in avr output inac mode avr voltageregulation230 volts +/-15%  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva430buyer added bid specific additional scope of work5. .5. ./s.no.document titledescriptionn %n % 4 4  /applicable i.r.o. items1item schedule 1technicalspecification of all indesktopviewitem schedule 1 technical specificationof all in desktopall in one pc v222item schedule 2technicalspecification oflaptopviewitem schedule 2 technical specificationof laptopentry and mid level laptop -notebook27 / 21 item schedule3technicalspecification ofprinterviewitem schedule 3 technical specificationof printermultifunction machine mfm v214item schedule4technicalspecification of upsviewitem schedule 4 technical specificationof upsline interactive ups with avrv245. .5. ./s.no.document titledescriptionn %n % 4 4  /applicable i.r.o. itemsthe uploaded document only contains buyer specific additional scope of work and / or drawings for the bid items addedwith due approval of buyer s competent authority. buyer has certified that these additional scope and drawings aregeneralized and would not lead to any restrictive bidding.special terms and conditions-version:4 effective from 28-07-2025 for category all in one pc v21. for buyers:1product verificationa unique device serial number shall be provided by the seller at the time ofsupply, which is mentioned on the product. the buyer/consignee shall beable to verify the complete product details, including configuration, throughthe oem website. the buyer/consignee should be able to perform theseverifications without needing to create an account on the oem website.8 / 21 .operating systema. there is no requirement that the oem of the all in one pc should be adevice partner of microsoft or hold a valid authorisation frommicrosoftb. microsoft os may be sourced directly from microsoft by oems holdingdevice partner status, and those not holding device partner statusmay source from authorized distributors, i.e., ingram/reddington andtheir authorized channel partners.c. buyers may ensure that the authorisation from microsoft shall not bemade a mandatory requirement in bids.d. if supplies are made as per brands of oems who are global devicepartners, then the serial number of the machine supplied can be usedto check the details of the product from the website of the oem.e. in the case of local device partners of microsoft, os details such asthe digital key number should be produced with supplies, and thebuyer may verify them from microsoft.f. in case of other oems who are sourcing from authorized distributorsof microsoft, reddington, or ingram, a copy of the invoice whichcontains the relevant serial number of windows os shall besubmitted with supplies, and the buyer/consignee can verify the samefrom the os server website or by telephone, or both.g. in respect of verification of os, the consignee shall take necessarysteps at the time of acceptance. for device partner machines, buyerscan check the all in one pc oem website to verify the os by enteringthe pcs serial number and part code number. for entities that are notdevice partners and source os from distributors networks, they mayverify the serial number through the microsoft website or bytelephone, or both.h. in case the product offered is with a dos or linux operating system, such verification of os shall not be applicable.i. buyer shall request for windows hardware compatibility certificatefor window operating system to ensure the supply hardware iscompatible with windows operating system9 / 21 .requirement of oemlogobuyers are advised to note that incorporating a condition stipulating an oemlogo on the motherboard is restrictive and may not be incorporated into thebids.4.warrantya. the buyer may ensure that as soon as supplies are received, arequest for a warranty certificate is made, along with logging into theoem website/call center to verify the certificate.b. the product in gem marketplace direct purchase & l1 purchasecomes with a minimum standard warranty of one year. in case theseller has standard warranty more than one year, the same may bementioned in the catalogue including in the model name and in suchcase higher warranty offered shall prevail/supersede the minimumone year warranty.10 / 21 .om related to mii, localcontent and meityadvice on modeltechnical specificationsbuyers are requested to refer to various oms pertaining to dpiit and meity, as issued from time to time, while making procurement and follow relevantprovisions as applicable.6.check points duringacceptance of suppliesbefore generating the consignee receipt and acceptance certificate crac, the consignee may inspect the system condition and verify that it complieswith the agreed specifications and configurations. in the case of a largenumber of units to be procured, then the buyer may opt for bidding andaccordingly stipulate conditions regarding installation, inspection byconsignees/inspection agency. consignees who receive the supplies shouldbe vigilant and should complete checking to ensure that there is no scopefor the supply of refurbished products. at the time of receiving supplies, theconsignee may adhere to the following to ensure that any discrepancies insupplies can be flagged, taken into account, and reflected while generatingthe crac: i. packing should be checked properlyii. a warranty certificate from the oem should be insisted upon andchecked.iii. instruction manuals and the os installed should be checked.iv. the machine serial number should also be checked through settingsand can be verified from the oem website. the above points are forguidance, and the buyer/consignee may take steps consideredsuitable by them for checking at the consignee end beforeacceptance of systems.v. an escalation matrix for customer grievance redressal shall beinsisted upon by the buyer from the seller at the time of delivery.11 / 21 .hdd/ssd storageretentionbuyer may add their requirement of retention of securely store all hard diskdrives hdds or solid-state drives ssds used in the all in one pc underatc clause.for sellers:1.oem website link/partno for productverificationthe oem shall share the oem website link with the buyer at the time ofdelivery. the offered model details/configuration should be available ontheir website. a unique device serial number shall also be provided at thetime of supply, which is also mentioned on the product. the buyer/consigneeshall be able to verify the complete product details, including configuration, through the shared oem website link.2.changing or alteringthe configurationseller must refrain from changing or altering the configuration of the factorypre-loaded machine. the machine should be delivered to the consignee inits original, factory-approved configuration.3.warrantythe seller shall furnish a valid warranty certificate/tag from the oem to thepurchaser, guaranteeing the products coverage under the specifiedwarranty terms. the warranty certificate should be verifiable through theoem website/customer care center.4.compliance ofextended producer sresponsibilitywith effect from 1.4.23, as per the e-waste rules 2022, epr registration ismandatory for manufacturing entities. therefore, all oems shall hold validepr registration, and the registration number should be reflected in thecatalog parameter. oems shall ensure compliance with all responsibilities asper epr registration applicable from time to time.5.mandatory / statutoryrequirements asapplicableoems shall have to ensure compliance with the mandatory/statutoryrequirements as per the government of india notifications issued from timeto time for hardware and software components, as applicable.6.operating systemit shall be the responsibility of oems to ensure that supplies are made withgenuine operating systems. special terms and conditions-version:5 effective from 28-07-2025 for category entry and mid levellaptop - notebook1. for buyers 12 / 21 the category has been created in accordance with the model technical specificationissued by the ministry of electronics and information technology meity vide letterno. w-43/4/2020-iphw dated 19th august 2024, and is based on the parametersdefined therein. the specifications applicable to this category are as per the meitymodel technical specification dated 19th august 2024. accordingly, buyers shall notspecify or mandate any particular processor, processor brand, or manufacturer in theadditional terms and conditions atc. in this context, reference may also be madeto clause 2e of the gem general terms and conditions gtc, which inter aliastates: the specifications shall identify the key parameters defining the productswith all necessary validations related to configuration, type of data, restrictions, range / allowed values, allowed units etc. sellers as well as buyers while offering /buying the goods / services shall have to comply with the validation rules /restrictions provided for in the category specification. buyers / sellers cannot addparameters and / or drop down values not provided for in category specification. inview of the above, buyers are not permitted to amend or modify any technicalspecification through the additional terms and conditions, and must ensure fullcompliance with the predefined category specificationsproduct verificationa unique device serial number shall be provided by the seller at the time of supply, which is mentioned on the product. the buyer/consignee shall be able to verify thecomplete product details, including configuration, through the oem website. thebuyer/consignee should be able to perform these verifications without needing tocreate an account on the oem website.operating system1. there is no requirement that the oem of the laptop should be a devicepartner of microsoft or hold a valid authorisation from microsoft 2. microsoft os may be sourced directly from microsoft by oems holding devicepartner status, and those not holding device partner status may source fromauthorized distributors, i.e., ingram/reddington and their authorized channelpartners.3. buyers may ensure that the authorisation from microsoft shall not be made amandatory requirement in bids.4. if supplies are made as per brands of oems who are global device partners, then the serial number of the machine supplied can be used to check thedetails of the product from the website of the oem.5. in the case of local device partners of microsoft, os details such as the digitalkey number should be produced with supplies, and the buyer may verify themfrom microsoft.6. in case of other oems who are sourcing from authorized distributors ofmicrosoft, reddington, or ingram, a copy of the invoice which contains therelevant serial number of windows os shall be submitted with supplies, andthe buyer/consignee can verify the same from the os server website or bytelephone, or both.7. in respect of verification of os, the consignee shall take necessary steps at thetime of acceptance. for device partner machines, buyers can check the laptopoem website to verify the os by entering the pcs serial number and part codenumber. for entities that are not device partners and source os fromdistributors networks, they may verify the serial number through the microsoftwebsite or by telephone, or both.8. in case the product offered is with a dos or linux operating system, suchverification of os shall not be applicable.9. buyer shall request for windows hardware compatibility certificate for windowoperating system to ensure the supply hardware is compatible with windowsoperating systemstorage retentionbuyer may add their requirement of retention of securely store all hard disk driveshdds or solid-state drives ssds used in the laptop-notebook under atc clause.requirement ofoem logo buyers are advised to note that incorporating a condition stipulating an oem logo onthe motherboard is restrictive and may not be incorporated into the bids.processors intel and amd processors are added as per model technical specification of laptop -notebook issued by ministry of electronics and information technology meity-iphwdivision w-43/4/2020 dated 19 aug 202413 / 21 warranty1. the buyer may ensure that as soon as supplies are received, a request for awarranty certificate is made, along with logging into the oem website/callcenter to verify the certificate.2. the product in gem marketplace direct purchase & l1 purchase comes witha minimum standard on site warranty of one year. in case the seller hasstandard warranty more than one year, the same may be mentioned in thecatalogue including in the model name and in such case higher warrantyoffered shall prevail/supersede the minimum one year warranty.om related to mii, local content andmeity advice onmodel technicalspecifications buyers are requested to refer to various oms pertaining to dpiit and meity, as issuedfrom time to time, while making procurement and follow relevant provisions asapplicable.check points duringacceptance ofsupplies before generating the consignee receipt and acceptance certificate crac, theconsignee may inspect the system condition and verify that it complies with theagreed specifications and configurations. in the case of a large number of units to beprocured, then the buyer may opt for bidding and accordingly stipulate conditionsregarding installation, inspection by consignees/inspection agency. consignees whoreceive the supplies should be vigilant and should complete checking to ensure thatthere is no scope for the supply of refurbished products. at the time of receivingsupplies, the consignee may adhere to the following to ensure that any discrepanciesin supplies can be flagged, taken into account, and reflected while generating thecrac: i. packing should be checked properlyii. a warranty certificate from the oem should be insisted upon and checked.iii. instruction manuals and the os installed should be checked.iv. the machine serial number should also be checked through settings and canbe verified from the oem website. the above points are for guidance, and thebuyer/consignee may take steps considered suitable by them for checking atthe consignee end before acceptance of systems.v. an escalation matrix for customer grievance redressal shall be insisted uponby the buyer from the seller at the time of delivery.battery backupbuyer may check/validate battery backup time with appropriate benchmark.for sellers oem websitelink/part no forproduct verification the oem shall share the oem website link with the buyer at the time of delivery. theoffered model details/configuration should be available on their website. a uniquedevice serial number shall also be provided at the time of supply, which is alsomentioned on the product. the buyer/consignee shall be able to verify the completeproduct details, including configuration, through the shared oem website link.changing oraltering theconfigurationseller must refrain from changing or altering the configuration of the factory pre-loaded machine. the machine should be delivered to the consignee in its original, factory-approved configuration.warrantythe seller shall furnish a valid warranty certificate/tag from the oem to thepurchaser, guaranteeing the products coverage under the specified warranty terms.the warranty certificate should be verifiable through the oem website/customer carecenter.compliance ofextendedproducer sresponsibilitywith effect from 1.4.23, as per the e-waste rules 2022, epr registration is mandatoryfor manufacturing entities. therefore, all oems shall hold valid epr registration, andthe registration number should be reflected in the catalog parameter. oems shallensure compliance with all responsibilities as per epr registration applicable fromtime to time.mandatory /statutoryrequirements asapplicableoems shall have to ensure compliance with the mandatory/statutory requirements asper the government of india notifications issued from time to time for hardware andsoftware components, as applicable.operating systemit shall be the responsibility of oems to ensure that supplies are made with genuineoperating systems.14 / 21 special terms and conditions-version:4 effective from 31-01-2025 for category multifunctionmachine mfm v21. for buyers1productverificationthe buyer/consignee shall verify the complete product details, includingconfiguration, through the oem website. the buyer/consignee should be able toperform these verifications without needing to create an account on the oem website.2warranty1. the buyer may ensure that as soon as supplies are received, a request for awarranty certificate is made, along with logging into the oem website/callcentre to verify the certificate.2. the product in gem marketplace direct purchase & l1 purchase comes with aminimum standard on site warranty of one year. in case the seller has standardwarranty more than one year, the same may be mentioned in the catalogueincluding in the model name and in such case higher warranty offered shallprevail/supersede the minimum one year warranty.3. buyer shall verify the actual number of prints completed by the multifunctionmachine printer at the time of delivery to ensure that the product has not beenin use prior to delivery to the buyer and may be verified using themultifunction printer s built-in print counter or an equivalent tracking system asavailable with oems.4. buyer may please note that warranty does not cover any consumables i.e.cartridges/toner/ink/developer and such consumables.for sellers3oem websitelink/part nofor productverification the oem shall provide the oem website link to the buyer at the time of delivery. theoffered model details/configuration should be available on the oems website. adevice serial number must also be provided at the time of supply, which must also bementioned on the product supplied. the buyer/consignee must be able to verify thecomplete product details, including configuration, through the provided oem websitelink. 4warranty1. the seller shall furnish a valid warranty certificate/tag in physical or digitalformat from the oem to the purchaser, guaranteeing the products coverageunder the specified warranty terms. the warranty certificate should beverifiable through the oem website/customer care centre.2. the warranty period will be valid for the specified number of years or until theprinter reaches the oem-defined minimum number of prints within thewarranty period, whichever is earlier, i.e. once the printer meets either theminimum number of prints within the warranty period or the time durationspecified, the warranty coverage will end.3. the actual number of prints completed by the printer during the warrantyperiod may be verified using the printer s built-in print counter or an equivalenttracking system.5compliance ofextendedproducer sresponsibilitywith effect from 1st april 2023, as per the e-waste rules 2022, epr registration ismandatory for manufacturing entities. therefore, all oems shall hold valid eprregistration, and the registration number should be reflected in the catalogueparameter. oems shall ensure compliance with all responsibilities as per eprregistration applicable from time to time.5 5 : :         /buyer added bid specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional deliverytime shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the original15 / 21 delivery period while exercising the option clause. bidders must comply with these terms.2. genericactual delivery and installation & commissioning if covered in scope of supply is to be done atfollowing addresssdgm procurement, kochi metro rail limited, dco stores, muttom depot, aluva, kochi, kerala - 683106mobile no. 9188957943, e mail id : procurement @kmrl.co.in.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. genericdata sheet of the products offered in the bid, are to be uploaded along with the bid documents. buyerscan match and verify the data sheet with the product specifications offered. in case of any unexplainedmismatch of technical parameters, the bid is liable for rejection.5. genericmanufacturer authorization:wherever authorised distributors/service providers are submitting thebid, authorisation form /certificate with oem/original service provider details such as name, designation, address, e-mail id and phone no. required to be furnished along with the bid6. genericsupplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only.7. genericwhile generating invoice in gem portal, the seller must upload scanned copy of gst invoice and thescreenshot of gst portal confirming payment of gst.8. scope of supplyscope of supply bid price to include all cost components : supply installation testing andcommissioning of goods9. buyer added bid specific atcbuyer added text based atc clauses1 important note: some technical parameters are auto-mapped in gem category speci cation of the tender document from the existing reference product . however all participants shall quote for the item in line with bid speci c technical speci cations and scope of work provided in the bid document.2 repeat order clause: the contract will have repeat order clause, wherein kmrl can order under the contract within six months from the date of completion of supply under the original po. the repeat order will have rates on not exceeding basis while the terms and conditions will remain unchanged. it will be entirely the discretion of kmrl to exercise the repeat order or not16 / 21 .3 the quoted line items shall be in accordance with the bureau of indian standards as per mohua noti cation no. v-11/15/2020-bis dated 01.02.2021 if applicable4 public procurement preference to make in india as per ministry of commerce & industry dpiit noti cation no. dpiit order no. p-45021/2/2017-pp be-ii dated 16.09.2020 and any amendments thereof will be applicable.5 warranty period: the successful bidder shall provide a warranty for all theitems from the date of acceptance by the purchaser/ consignee and warranty certi cate to be submitted along with the material while supplying the item.details are as follows:a item schedule 1 all in desktop : 12 monthsb item schedule 2 laptop : 12 monthsc item schedule 3 printer : 12 monthsd item schedule 4 ups : 36 months6 valid oem authorization/ maf/dealership certi cate issued by the oem to be submitted.7 the successful bidder whose aggregate turnover in any preceding nancial year starting from 2017-18 exceeds rs. 5 crores, has to mandatorily submite-invoice along with the supply of items. in case e invoicing is not applicable, e - invoice exemption declaration form shall be submitted by bidder along with invoice. if the above mentioned form cannot be led due to non-enablement of e- invoicing as turnover is less than 5 cr, proof of the same shall be submitted along with invoice. 8 rejection of materials/items/ equipment: materials/items/ equipment supplied shall be new, unused and the specifications in line with the purchaseorder/contract issued by kmrl. in case of any rejection of material due to poor quality/ faulty design/ transit damages, vendor s shall take back rejected products immediately within 07 days after receiving the intimation from kmrl and the rejected item to be replaced with new product/ recti ed product immediately at vendors expense, including all freight costs. payment will be released only after the successful replacement of the rejected materials/items by the vendor. in case of any fail in collecting the rejected items from kmrl store within 30 days, from the date of receipt of rejection intimation from kmrl, item will be scrapped without any further intimation.9 bidder shall submit the following documents while bidding, i. appendix 1 tender check listii. appendix 2: company profileiii. appendix 3: compliance with technical speci cation & scope of work andbuyer added bid additional terms and conditions .iv. sealed and signed document of technical specification & special conditions document attached in buyer added bid speci c additional scope of work. 17 / 21 v. make/model and data sheet / catalogue of offered item.vi. valid oem authorization/ maf/dealership certificate issued by the oem.10 determination of responsiveness:bid of those tenderers shall be considered as non-responsive & shall be rejected post clarification if any if:a the quoted item fails to meet the specified technical requirements.b non-submission of documents as per clause 9 of buyer uploaded atc document.11 payment terms : payment will be released after all statutorydeductions, retention / deduction due to penalty/ liquidated damages as applicable after acceptance of item/work done. the following documents must be submitted for payment.a original tax invoiceb warranty certificate.c for materials: acceptance of material by the purchaser or consignee.d any other document if requested by kmrlnote: no advance payment will be made. in the case of msme bidders, payments shall be released within 45 days from the date of acceptance of the goods or successful completion of the work, as applicable by kmrlsubmission of invoicea invoices submitted by successful bidders should be e invoices i.e, invoices electronically uploaded and authenticated with a unique irn and digitallysigned qr code. in case e invoicing is not applicable, e invoice exemption declaration form shall be submitted by vendor along with invoice. if the above mentioned form cannot be led due to non-enablement of e- invoicing asturnover is less than 5 cr., proof of the same shall be submitted along with invoice.b the gstin of kochi metro rail ltd is 32aaeck5274h1zlc while generating invoice in gem portal, the seller must upload scanned copy of gst invoice and the screenshot of gst portal con rming payment of gst.d gst at actuals shall be paid on the quoted base value as per gst law in india after submission of appropriate gst invoices with gstin of the bidder and gstin of kochi metro rail ltd - 32aaeck5274h1zl.e under gst law the contractor shall also comply regarding filing of all the returns to the gst network/government departments within the stipulated time every month or such other period as required by the government. if the contractor does not comply with any of the gst laws and procedures and if kmrl incurs any liability on this account or does not get the input credit from the gst network/government as goods and/or service receiver due to thecontractor s failure to comply with the procedures of ling / uploading of data/submissions of documents etc in time then all such liability including the18 / 21 input credit of the gst lost by kmrl and the penalties and interest incurred by kmrl would be the liability of the contractor and the same shall be recovered either by recovery from security deposits / any other amount payable by the contractor to kmrl or through direct payment. the contractor shall submit the copy of latest filed return - gstr1 along with the invoice.12 terms of pricea the quoted price shall be inclusive of gst, all other applicable taxes, duties, transportation, packing, forwarding, loading & unloading, installation andother charges if any.b bidders are advised to check applicable gst on their own before quoting. buyer will not take any responsibility in this regards. gst reimbursementwill be as per actuals or as per applicable rates whichever is lower, subjectto the maximum of quoted gst %.c contract price will be the total price quoted inclusive of all taxes and including gst.d the tax liability as per gst act rests with the contractor, ambiguity if any regarding the percentage for that particular work or services accounting code sac/hsn etc. shall be cleared before offering of rates.e any liability on account of wrong classification of goods or services for arriving at taxes will be on the bidder.13 retention amount: a retention amounting to 5% of the gross amount of each bill will be deducted at the time of each payment, for the due execution and completion of the supply and warranty obligation. this retention amount is liable to be forfeited, partly or wholly, if the contractor fails to carry out the assignment or to keep up the desired rate of progress as per contract.the retention amount will be released after 60 days on successful completion of warranty/dlp/
  • 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 : it supplies
  • Electronic Keyboard Tenders ,
  • Computer Equipment Spares Tenders ,
  • Optical Drive Tenders ,
  • Led Monitor Repair Tenders ,
  • Computer Item Tenders ,
  • Smart Classroom Equipment Tenders ,
  • Usb Plug Tenders ,
  • Hub Scrap Tenders ,
  • Microprocessor Control System Repair Tenders ,
  • Cpu Sale Tenders

Get it supplies Tender Alert...

124035

Related Searched Keywords : it supplies

  • Civil Engineering Service Tenders From Maharashtra
  • Dismantling Work Tenders From Delhi
  • Wall Work Tenders From West-Bengal
  • Tile Works Tenders From -Tamil-Nadu
  • Lift Irrigation Tenders From Andhra-Pradesh
  • Tube Well Tenders From Gujarat
  • Flood Gate Tenders From Karnataka
  • Infrastructure Work Tenders From Uttar-Pradesh
  • Wire Fence Tenders From Rajasthan
  • Tilling Work Tenders From Madhya-Pradesh

Read More


Tender Document

752615

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 »

  • Drilling Work Tenders
  • Dismantling Work Tenders
  • Water Proof Treatment Tenders
  • Interlocking Tiles Work Tenders
  • Desilting Work 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