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
»
Ms Cap
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of ms-cap Tenders

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

Advance Search
  • All-Tenders (69)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
51 Railway Transport
image image
Central Government / Public Sector
TRN :35429883 |  14 Oct, 2025
Tender Value : 0
 Hyderabad - Telangana
Tender for supply of protection of circuit breaker of current rating : 1.6 amps thermal release range 1 to 1.6 amps class - 10, breaking capacity 5 ka 3 pole, voltage rating : 415v ac with 1 no +1 nc auxilliary contact block as per abb cat . no ms 116-1.6 + hk1-11, or equivalent.
  • View Tender
  • Document
  • Bid Support
52 Scientific Research/Instruments
image image
Central Government/Public Sector
TRN :35417839 |  09 Oct, 2025
Tender Value : 0
 Pune - Maharashtra
Tender for gem bids for common mode choke part no dlp31sn121ml2l orequivalent emi filter part no sbsmp0500474mxt orequivalent connector micro d 31 pin straight part no mckn1 p 31pst2x or equivalent connector connector micro d15 pin straight part no mck n1 p 15pst2x or equivalent capacitor 100nf 50v 0402 part nocga2b3x7r1h104m050bb or equivalent capacitor 10uf63v cased part no 293d106x9063e2te3 or equivalent capacitor 10uf 16v 0805 part no tacr106k016rta orequivalent capacitor 01uf 16v 0402 part no0402yc104kat2a or equivalent capacitor 1uf 16v 0603part no emk107b7105ka t or equivalent capacitor 10uf25v caseb part no tajb106k025rnj or equivalent capacitor 10nf 500v 0805 part no 885342207014 orequivalent capacitor 68uf 50v 1206 part noc3216x5r1h685k160ab or equivalent capacitor 0027uf63v 0402 part no c0402c273k9pactu or equivalent capacitor 0012uf 63v 0402 part no c0402c123k9pactuor equivalent capacitor 680nf 100v 1206 part noc3216x7r2a684k160aa or equivalent capacitor 47uf 10v0805 part no tpsr475k010r3000 or equivalent capacitor10nf 16v 0402 part no grm155r71c103ka01d orequivalent capacitor 1uf 50v 0603 part noumk107ab7105ka t or equivalent capacitor 47uf 50v3024 part no t97z476k050lsa or equivalent capacitor33nf 100v 0603 part no c0603c333k1ractu or equivalent capacitor 27nf 50v 0603 part no 06035c273kat2a orequivalent capacitor 120nf 25v 0805 part no08053c124kat2a or equivalent capacitor 680nf 25v 0805part no c0805c684j3nactu or equivalent capacitor 470pf50v 0402 part no grm1555c1h471fa01d or equivalent capacitor 100uf 10v casea part no tlja107m010r1400 orequivalent capacitor 47uf 10v 0603 part no bid number gem2025b6674177 dated 18-09-2025 0 0 bid document1 139 c1608x7s1a475k080ac or equivalent capacitor 470nf16v 0402 part no cga2b1x7s1c474k050bc or equivalent capacitor 12nf 16v 0603 part no grm188r71e122ka01dor equivalent capacitor 22nf 16v 0603 part noc0603c222k4ractu or equivalent capacitor 100nf 25v0402 part no tmk105bj104kv f or equivalent capacitor22uf 25v 0805 part no grm21br61e226me44l orequivalent capacitor 10nf 25v 0603 part noc0603c103j3ractu or equivalent capacitor 22uf 50v0603 part no umk107bbj225ka t or equivalent capacitor01uf 1206 100v part no vj1206y104kxbat or equivalent capacitor 047uf 50v 0603 part noc1608x7r1h474m080ac or equivalent capacitor 10uf 50vpart no cl31a106kbhnnne or equivalent capacitor 47pf50v 0402 part no grm1555c1h470ja01d or equivalent capacitor 47uf 63v casea part no tpsa476k006r0800 orequivalent capacitor 100uf 63v 0805 part nof950j107mpaaq2 or equivalent schottky barrier diodepart no sdm40e20ls 7 f or equivalent zener 51v 500mwzener diode part no tzmc5v1 gs08 or equivalent 20v 3aschottky diode schottky part no ss32 e3 57t orequivalent connector berg 1 row 4 pin part no htms 10401 g s or equivalent connector jtag 10 pin part no shf105 01 l d sm or equivalent 2v 5ma green led part nolp l296 j2l2 25 z or equivalent 18v 10ma red led partno ltst c190ckt or equivalent ferrite bead 4a 26ohmpart no blm18kg260jh1d or equivalent inductor 18uh322ma part no sp1210r 183k or equivalent inductor47uh 34a part no rlf7030t 4r7m3r4 t or equivalent inductor 56uh 700ma part no srr4028 560y or equivalent inductor 10uh 500ma part no b82422h1103k000 orequivalent transistor bjt npn 40v 600ma part no sot 23mmbt2222a tp or equivalent mosfet n ch 30v 39a partno si1416edh t1 ge3 or equivalent resistor 10k 0402 1part no crcw040210k0fkedhp or equivalent resistor 1k0402 5 part no erj 2gej102x or equivalent resistor 33e0402 1 part no erj 2rkf33r0x or equivalent resistor 18k1206 05 part no hrg3216p 1802 d t1 or equivalent resistor 113e 0603 01 part no era 3aeb1130v orequivalent resistor 806e 0603 01 part no era 3aeb8060vor equivalent resistor 59k 0402 1 part nocrcw04025k90fked or equivalent resistor 27k 0402 01part no tnpw040227k0beed or equivalent resistor 187k0603 01 part no erj pb3b1871v or equivalent resistor499k 0603 01 part no era 3aeb4991v or equivalent resistor 100k 0402 01 part no tnpw0402100kbeed orequivalent resistor 665k 0402 01 part notnpw04026k65beed or equivalent resistor 665k 0402 1part no erj 3ekf6652v or equivalent resistor 665k 0402 1part no erj 3ekf6653v or equivalent resistor 0e 040201w part no erj 2ge0r00x or equivalent resistor tbdpart no crcw0603113rfkea or equivalent resistor 0e1812 1w part no rcl12180000z0ek or equivalent resistor226k 0603 1 part no erj 3ekf2262v or equivalent resistor 113k 0603 01 part no tnpw060311k3beea orequivalent resistor 11k 0402 01 part notnpw040211k0beed or equivalent resistor 127k 060301 part no tnpw060312k7beea or equivalent resistor15k 0603 1 part no erj 3ekf1502v or equivalent resistor82k 0603 1 part no erj 3ekf8201v or equivalent resistor18k 0603 1 part no erj 3ekf1802v or equivalent resistor62k 0603 1 part no erj 3ekf6202v or equivalent resistor68e 0603 1 part no erj 3ekf68r0v or equivalent resistor75k 0402 01 part no tnpw04027k50beed or equivalent bid details2 139 0 0 2 2 resistor 33k 0603 1 part no crcw060333k0fkea orequivalent, resistor 100e 0603 1 part nocrcw0603100rfkeahp or equivalent, resistor 4.7k 04021 part no erj 2rkf4701x or equivalent, resistor 3.57k0402 0.1 part no tnpw04023k57beed or equivalent, resistor 330e 0402 1 part no erj 2rkf3300x orequivalent, resistor 100e 0603 1 part no erj 2rkf1000xor equivalent, resistor 12k 0402 0.1 part notnpw040212k0beed or equivalent, 1m pot 0.25w part not63yb105kt20 or equivalent, resistor 47m 0603 5 partno erj 3geyj475v or equivalent, resistor 200k 0402 5part no erj 2gej204x or equivalent, resistor 90.9k 04020.1 part no tnpw040290k9beed or equivalent, resistor6.19k 0402 0.1 part no rp73pf1e6k19btd or equivalent, resistor 200e 0603 1 part no crcw0603200rfkeahp orequivalent, resistor 10e 0402 1 part no erj 2rkf10r0xor equivalent, resistor 162k 0402 0.1 part norp73pf1e162kbtd or equivalent, resistor 1m 0402 1part no mcs04020c1004fe000 or equivalent, resistor90.9k part no tnpw040290k9beed or equivalent, resistor 665e 0402 1 part no erj 2rkf6650x orequivalent, resistor 300ue 1206 1 part nohcs1206ftl300 or equivalent, resistor 715k 0603 1 partno erj 3ekf7153v or equivalent, tvs diode 36v 600wsmb part no smbj36cahr5g or equivalent, tvs diode 8v600w smb part no smbj8.0a or equivalent, tvs dioders422 485 part no sm712 02htg or equivalent, transceiver iso rs422 485 xceiver part noadm2491ebrwz or equivalent, lin regulator adj 1.5apart no tps74201rgwt or equivalent, lin regulator adj800ma part no reg1117 or equivalent, converter dc dcconv iso 12v dual op part no pdl03 24d12 or equivalent, converter dc dc conv iso 180v sngl op part no q0212 or equivalent, ov protection part no max4845deyt t orequivalent, spi flash 32 mb soic 8 part no w25q32jvssiqor equivalent, current sensor 20a uni part noacs724llctr 20au t or equivalent, motor driver spipart no tle6209r or equivalent, digital signal processorpart no adsp 21489bswz 4a or equivalent, mems osc14.7456 mhz part no asvmpc 14.7456mhz z t orequivalent, spartan 6 lx25 fpga part no xc6slx252csg324i or equivalent, rs422 485 transceiver part nosn65hvd30dr or equivalent, adc 16 ch 12 bit 1 mspspart no ad7490bcpz or equivalent, dc dc conv isoumodule with ldo part no ltm8048y or equivalent, tripple supply monitor part no ltc1726es8 2.5 pbf orequivalent, dac 16 bit part no ad5754brez or equivalent, opto isolator ssr part no cpc1018ntr or equivalent, buck reg adj 500ma part no lm43600pwpr or equivalent, lin regulator fixed 2.5v 1a part no reg1117a 2.5 orequivalent, buck reg adj 2a part no lm26400ymhx nopbor equivalent, vref 2.5v part no adr3425arjz r2 orequivalent, lin regulator fixed 3.3v 1a part noreg1117 3.3 2k5 or equivalent, spi isolator part noadum4150briz or equivalent, adc 2 ch 12 bit 500k to 1msps part no adc122s101cimm nopb or equivalent, adc 1ch 12 bit 1 msps part no ads7886sdckt or equivalent, ldo fixed 5v 500ma part no lp38693mp 5.0 nopb orequivalent, reset monitor 2.93v part no adm708sarz orequivalent, ic tri state buffer part noclvc1g125mdckrep or equivalent, connector micro d 31pin rt angle part no mck n1 rm 31prt1x or equivalent, connector micro d 21 pin straight part no mck n1 p21pst2x or equivalent, capacitor 1uf 100v 1206 part no    //bid details3 / 139 c105k4z2a or equivalent, capacitor 220nf 50v0603 part no gcm188r71h224ka64j or equivalent, capacitor 4.7uf 10v 0402 part noc1005x5r1a475k050bc or equivalent, capacitor 1uf16v 0402 part no grt155r61c105ke01d or equivalent, capacitor 1000pf 16v 0402 part no 0402yc102jat2a orequivalent, capacitor 0.1uf 100v 0402 part nogrm155r62a104ke14d or equivalent, capacitor 10nf100v 0402 part no cga2b3x7s2a103k050bb or equivalent, capacitor 4.7uf 100v 1210 part nogcm32dc72a475ke02l or equivalent, capacitor 0.022uf100v 0603 part no cga3e2x7r2a223k080aa or equivalent, capacitor 4700pf 100v 0402 part nogcm155r72a472ka37d or equivalent, diode 20v 2aschottky part no ss22 tp or equivalent or equivalent, diode 40v 3a schottky part no b340a 13 f or equivalent, connector jtag 8 pin part no 1734595 8 or equivalent, relay dpdt 5v 2a part no im03gr or equivalent, ferritebead 4a 100 ohm part no mpz2012s101at000 orequivalent, bjt npn 30v 600ma part no mmbt2222lt1g orequivalent, resistor 0r 1w part no hcj0805zt0r00 orequivalent, resistor 33k 0402 1 part no erj 2rkf3302xor equivalent, resistor 1.87k 0402 0.1 part notnpw04021k87beed or equivalent, resistor 4.99k 04020.1 part no tnpw04024k99beed or equivalent, resistor56e 0402 1 part no erj pa2f56r0x or equivalent, resistor 0e 0603 0.25w part no rcs06030000z0ea orequivalent, resistor 3.32k 0402 1 part no erj 2rkf3321xor equivalent, resistor 75k 0402 1 part no erj2rkf7502x or equivalent, resistor 158k 0402 1 part noerj 2rkf1583x or equivalent, resistor 2.21e 0402 1 partno crcw04022r21fked or equivalent, spartan 6lx16fpga part no xc6slx16 2csg225i or equivalent, multiphase motor driver ic part no drv8320hrtvr orequivalent, logic inverter 1ch part no sn74ahc1g14dbvror equivalent, volt level translator bi dir part notxb0108pwr or equivalent, mosfet dual n ch 40v partno csd88584q5dct or equivalent, connector micro d 31pin right angle js part no mck n1 rm 31srt1x orequivalent, connector micro d 15 pin right angle part nomck n1 px 15srt1x or equivalent, connector micro d 31pin right angle jp part no mck n1 px 31srt1x or equivalent, connector strip 31 pin part no drp 31 h2 m esr g orequivalent, imu adis16480 16497 16405 part no clm 11202 l d a or equivalent, capacitor 4.7uf 100v 1206 partno grm31cc72a475ke11l or equivalent, capacitor 10nf100v 0603 part no cga3e2x8r2a103k080aa or equivalent, capacitor 330uf 16v cased part no taje337m016rnj orequivalent, capacitor 220nf 50v 0402 part noumk105bj224kv f or equivalent, capacitor 4.7uf 16v0402 part no 0402yd475mat2a or equivalent, 50v 20apower diode part no sbrt20u50slpq 13 or equivalent, diode 75v 300ma part no 1n4148wstr or equivalent, diode 40v 5a schottky part no b540c 13 f or equivalent, connector berg 1 row 14 pin part no mtsw 114 06 g s110 or equivalent, inductor 15uh 5a part no srr1260150m or equivalent, resistor 10k 0603 1 part nocrcw060310k0fkeahp or equivalent, resistor 1k 0603 1part no crcw06031k00fkea or equivalent, resistor60.4e 0603 1 part no erj 3ekf60r4v or equivalent, resistor 3.16k 0603 1 part no crcw06033k16fkea orequivalent, resistor 33e 0603 1 part nomct06030c3309fp500 or equivalent, resistor 4.7k 06031 part no rcs06034k70fkea or equivalent, resistor 470e    //bid details4 / 139 1 part no crcw0603470rfkeac or equivalent, metal film resistor zzz part no cmf6022k100fhek, current sensor 40a uni part no acs723llctr 40au t orequivalent, buck reg adj 5a part no tps5450dda orequivalent, imu vn 100t part no vn 100t or equivalent, opto isolator ssr part no g3vm 41er or equivalent, rs232transceiver part no max3323eeue t or equivalent, dac16 bit part no dac8552idgkr or equivalent, ovp ic partno ltc4360isc8 1 trmpbf or equivalent, currentsensor part no acs723llctr 5ab or equivalent, accelerometer part no adxl345bccz or equivalent, voltage regulator par no lmzm33603rlrr orequivalent, opto coupler part no 6n137 x007t orequivalent, rs 422 transceivers part no adm3077eyrzor equivalentcommon mode choke part no dlp31sn121ml2l orequivalent, emi filter part no sbsmp0500474mxt orequivalent, connector micro d 31 pin straight part no mckn1 p 31pst2x or equivalent, connector micro d 15 pinstraight part no mck n1 p 15pst2x or equivalent, capacitor100nf 50v 0402 part no cga2b3x7r1h104m050bb orequivalent, capacitor 10uf 63v cased part no293d106x9063e2te3 or equivalent, capacitor 10uf 16v0805 part no tacr106k016rta or equivalent, capacitor0.1uf 16v 0402 part no 0402yc104kat2a or equivalent, capacitor 1uf 16v 0603 part no emk107b7105ka t orequivalent, capacitor 10uf 25v caseb part notajb106k025rnj or equivalent, capacitor 10nf 500v 0805part no 885342207014 or equivalent, capacitor 6.8uf 50v1206 part no c3216x5r1h685k160ab or equivalent, capacitor 0.027uf 6.3v 0402 part no c0402c273k9pactuor equivalent, capacitor 0.012uf 6.3v 0402 part noc0402c123k9pactu or equivalent, capacitor 680nf 100v1206 part no c3216x7r2a684k160aa or equivalent, capacitor 4.7uf 10v 0805 part no tpsr475k010r3000 orequivalent, capacitor 10nf 16v 0402 part nogrm155r71c103ka01d or equivalent, capacitor 1uf 50v0603 part no umk107ab7105ka t or equivalent, capacitor47uf 50v 3024 part no t97z476k050lsa or equivalent, capacitor 33nf 100v 0603 part no c0603c333k1ractu orequivalent, capacitor 27nf 50v 0603 part no06035c273kat2a or equivalent, capacitor 120nf 25v 0805part no 08053c124kat2a or equivalent, capacitor 680nf25v 0805 part no c0805c684j3nactu or equivalent, capacitor 470pf 50v 0402 part no grm1555c1h471fa01dor equivalent, capacitor 100uf 10v casea part notlja107m010r1400 or equivalent, capacitor 4.7uf 10v0603 part no c1608x7s1a475k080ac or equivalent, capacitor 470nf 16v 0402 part nocga2b1x7s1c474k050bc or equivalent, capacitor 1.2nf16v 0603 part no grm188r71e122ka01d or equivalent, capacitor 2.2nf 16v 0603 part no c0603c222k4ractu orequivalent, capacitor 100nf 25v 0402 part notmk105bj104kv f or equivalent, capacitor 22uf 25v 0805part no grm21br61e226me44l or equivalent, capacitor10nf 25v 0603 part no c0603c103j3ractu or equivalent, capacitor 2.2uf 50v 0603 part no umk107bbj225ka t orequivalent, capacitor 0.1uf 1206 100v part novj1206y104kxbat or equivalent, capacitor 0.47uf 50v0603 part no c1608x7r1h474m080ac or equivalent, capacitor 10uf 50v part no cl31a106kbhnnne orequivalent, capacitor 47pf 50v 0402 part nogrm1555c1h470ja01d or equivalent, capacitor 47uf 6.3vcasea part no tpsa476k006r0800 or equivalent, capacitor100uf 6.3v 0805 part no f950j107mpaaq2 or equivalent, schottky barrier diode part no sdm40e20ls 7 f orequivalent, zener 5.1v 500mw zener diode part no    //bid details5 / 139 tzmc5v1 gs08 or equivalent, 20v 3a schottky diodeschottky part no ss32 e3 57t or equivalent, connectorberg 1 row 4 pin part no htms 104 01 g s or equivalent, connector jtag 10 pin part no shf 105 01 l d sm orequivalent, 2v 5ma green led part no lp l296 j2l2 25 zor equivalent, 1.8v 10ma red led part no ltst c190ckt orequivalent, ferrite bead 4a 26ohm part noblm18kg260jh1d or equivalent, inductor 18uh 322mapart no sp1210r 183k or equivalent, inductor 4.7uh 3.4apart no rlf7030t 4r7m3r4 t or equivalent, inductor 56uh700ma part no srr4028 560y or equivalent, inductor 10uh500ma part no b82422h1103k000 or equivalent, transistorbjt npn 40v 600ma part no sot 23 mmbt2222a tporequivalent, mosfet n ch 30v 3.9a part no si1416edh t1ge3 or equivalent, resistor 10k 0402 1 part nocrcw040210k0fkedhp or equivalent, resistor 1k 0402 5part no erj 2gej102x or equivalent, resistor 33e 0402 1part no erj 2rkf33r0x or equivalent, resistor 18k 1206 0.5part no hrg3216p 1802 d t1 or equivalent, resistor 113e0603 0.1 part no era 3aeb1130v or equivalent, resistor806e 0603 0.1 part no era 3aeb8060v or equivalent, resistor 5.9k 0402 1 part no crcw04025k90fked orequivalent, resistor 27k 0402 0.1 part notnpw040227k0beed or equivalent, resistor 1.87k 0603 0.1part no erj pb3b1871v or equivalent, resistor 4.99k 06030.1 part no era 3aeb4991v or equivalent, resistor 100k0402 0.1 part no tnpw0402100kbeed or equivalent, resistor 6.65k 0402 0.1 part no tnpw04026k65beed orequivalent, resistor 66.5k 0402 1 part no erj 3ekf6652v orequivalent, resistor 665k 0402 1 part no erj 3ekf6653v orequivalent, resistor 0e 0402 0.1w part no erj 2ge0r00x orequivalent, resistor tbd part no crcw0603113rfkea orequivalent, resistor 0e 1812 1w part no rcl12180000z0ekor equivalent, resistor 22.6k 0603 1 part no erj 3ekf2262vor equivalent, resistor 11.3k 0603 0.1 part notnpw060311k3beea or equivalent, resistor 11k 0402 0.1part no tnpw040211k0beed or equivalent, resistor 12.7k0603 0.1 part no tnpw060312k7beea or equivalent, resistor 15k 0603 1 part no erj 3ekf1502v or equivalent, resistor 8.2k 0603 1 part no erj 3ekf8201v or equivalent, resistor 18k 0603 1 part no erj 3ekf1802v or equivalent, resistor 62k 0603 1 part no erj 3ekf6202v or equivalent, resistor 68e 0603 1 part no erj 3ekf68r0v or equivalent, resistor 7.5k 0402 0.1 part no tnpw04027k50beed orequivalent, resistor 33k 0603 1 part nocrcw060333k0fkea or equivalent, resistor 100e 0603 1part no crcw0603100rfkeahp or equivalent, resistor4.7k 0402 1 part no erj 2rkf4701x or equivalent, resistor 3.57k 0402 0.1 part no tnpw04023k57beed orequivalent, resistor 330e 0402 1 part no erj 2rkf3300xor equivalent, resistor 100e 0603 1 part no erj2rkf1000x or equivalent, resistor 12k 0402 0.1 part notnpw040212k0beed or equivalent, 1m pot 0.25w part not63yb105kt20 or equivalent, resistor 4.7m 0603 5 partno erj 3geyj475v or equivalent, resistor 200k 0402 5part no erj 2gej204x or equivalent, resistor 90.9k 04020.1 part no tnpw040290k9beed or equivalent, resistor6.19k 0402 0.1 part no rp73pf1e6k19btd or equivalent, resistor 200e 0603 1 part no crcw0603200rfkeahp orequivalent, resistor 10e 0402 1 part no erj 2rkf10r0x orequivalent, resistor 162k 0402 0.1 part norp73pf1e162kbtd or equivalent, resistor 1m 0402 1 partno mcs04020c1004fe000 or equivalent, resistor 90.9kpart no tnpw040290k9beed or equivalent, resistor 665e
  • View Tender
  • Document
  • Bid Support
53 Security Services
image image
Central Government/Public Sector
TRN :35422300 |  10 Oct, 2025
Tender Value : 7.32 Lacs
 Kamrup - Assam
Tender for gem bids for borewell, distribution box 6 way double door spn 240 volts copperbus bar and neutral link earthing stud conforming to is13032 and is 8623 double door type of make havellslegrand l and t., mcb spn 240 volts 32 amps of makehavells l and t finolex standard, mcb sp 6 to 32 amps ofmake havells l and t standard, pvc tape 19mm wide 5mlong of isi marked, pvc insulated elec cables heavy duty1100 volts gde multi stranded copper conductor of size 1.5sqmm single core frls confirming to is 1554 part 1 1988 of, pvc insulated elecric cables heavy duty 1100 volts grademulti stranded copper conductor of size 2.5 sqmm singlecore frls confirming to is 1554 part 1 1988 of make havellsfinolex and polycab., pvc casing capping of size 1 inchmedium grade snow white of make presto polycab andfinolex., pvc casing capping 3 of 4 inch medium gradesnow white of make presto polycab and finolex., switchpiano 5amp 230v flush type one way snow white of makeanchor ssk and cona, led tube light fittings 15w 230vbox type 4 feets with crca body pre coated white andprewired for led tuble complete of make havells bajajphilips and crompton, switch socket combination snowwhite multipurpose 2 in 1 15 amp 230 volts of make havellsfinolex polycab natural white or equivalent., switch socketcombination snow white 5 amp 230 volts of make anchorssk and finolex., pvc l bend and t junction joint for pvccasing and caping conforming to is-3419 part-iii of makesupreme polycab and finolex, switch socket combinationsnow white multipurpose 2 in 1 15a 230 volt make anchorssk cona, switch socket combination snow white 5a 230volt make anchor ssk cona, service bracket 40mm dia gitubing medium grade 1.5m long make jindal tata kalinga., service cable pvc insulated aluminium conductor 1100 voltgde hy duty served with inner sheathing of pvc tap and  /bid number: gem/2025/b/6702004* /dated: 19-09-2025  & & / bid document1 / 38 & & /item categoryoverall pvc sheathed in service connection 10 sqmm 2core., ceiling rose three terminal snow white make anchorssk cona, led bulk head fitting high pressure die castaluminum front cover with glass cover with specially designgasket with led lamp 10 watts make havells bajaj philipscrompton, pvc flexible wire copper conductor multistranded 0.0016 76 make havells finolex plaza, pvcflexible conduit pipe 15mm dia make polycab supremefinolex, pvc round square block make polycab supremefinolex, fire extinguisher of one kilogram capacity drypower type conforming to is 13849 along with itsaccessories make cease fire omex alfa fire., earthing plate600 x 600 x 6mm galvanised steel suitable for gi stripfittings drilled with two nos holes for 6 mm dia near oneside., ci earthing pit cover of size 300x300x6mm with angleiron isa 20x20x3mm thick ms frame, funnel fitted with20mm dia gi pipe 1.5m long make jindal tata kalinga, giwire 4mm dia for earthing, charcoal, salt normal, cementopc 43 grade packed in hdpe bag each 50 kg wtconforming to is 8112 to 1989 make birla gold ambujaultratech, coarse sand free from vegetation, coarseaggregate 20mm graded, coarse aggregate 40mm graded, supply of ro uv alongwith fitting accessories installationwith specification as per technical specifcation appendix battached., water storage tank triple layer 1000 ltrsconfirming to is 12701 1996 make sintex ultrapure aquapolywell., fabrication from structural steel section forstaging of water storage tank as per technical specificationappendix b serial number 3 attached., digging of bore well200 mm inner dia in any soil all as per technicalspecification appendix c serial number 1 attached., submersible motor horizontal type 35hp water dischargecapacity min 100000ltrs per day with dol starter and waterprofing cable., water contamination test from authorisednabl lab duly certified the purify of water level.
  • View Tender
  • Document
  • Bid Support
54 Security Services
image image
Central Government/Public Sector
TRN :35422689 |  06 Oct, 2025
Tender Value : 13.83 Lacs
 Champawat - Uttaranchal
Tender for gem bids for ms, bid number gem2025b6677453 dated 20-09-2025 bid document1 55 0 0 ms sheet with hole 60 mm, ms sheet with hole 25 mm, freezer, distemper white, brush 4 inch, brush 9 inch, wall tiles, white cement, scantling 12 ft, scantling 10 ft, nails, ac sheet, urinal pot, switch socket, pvc switch 1way, pvc switch 2 way, pvc switch 4 way, pvc switch 6way, floor tiles, wooden door, aluminum door, tubelight 18w, led bulb, led bulb 7w, led bulb 9 w, ledbulb 15 w, led holder, pvc holder, tube light led 20w, tube light led 40w, pvc sadal, insulation tape, socket 6amp, switch 6 amp, switch socket 6 amp, switch socket10 amp, switch socket 16 amp, three pin plug 6 amp, three pin plug 16 amp, pvc copper wire conductor 1sqmm single core, pvc copper wire conductor 1 pt 5sqmm single core, pvc copper wire conductor 1 pt 5sqmm double core, pvc copper wire conductor 2 pt 5sqmm single core, pvc copper wire conductor 2 pt 5sqmm double core, pvc casing caping 2inch 3 mtr long, pvc casing caping 1 pt 5inch 3 mtr long, mcb 10 amp, mcb 16 amp, mcb 32 amp, mcb box 6 way, mcb box 8way, change over switch 100 amp, screw 0 pt 5inch pkt of100 piece, screw 1inch pkt of 100 piece, screw 1 pt 5inchpkt of 100 piece, screw 2inch pkt of 100 piece, copperwire, ceiling fan, casing capping, pvc pipe half inch, pvc modular board 6 module, pvc modular board 2 module, pvc modular board 8 module, pvc modular bell switch, pvc modular board 1 module, pvc modular switch 6a, pvcmodular socket 6a, pvc modular switch 16 a, pvc modularswitch two way 6 a, colour bulb 5w, focus light 3w, bulb for wall mounted lamp 9w, wc indian sheet, watermixture tap, wash hand basin, water tank 1000 ltr, water tank stand, water pump 0 pt 5 hp, steel cock, wallputty, damp proof paint, paint brush 100 mm, paint brush75 mm, paint roller 9inch, wall putty blade, termite pastcontrol, wall mounted lamp
  • View Tender
  • Document
  • Bid Support
55 Canal/Irrigation/Dam Work
image image
corporations/Associations/Others
TRN :35424167 |  20 Oct, 2025
Tender Value : 17.86 Lacs
 Bardhaman - West Bengal
Tender for gem bids for ht hex head bolts size m20 x 80 grade 109 confirmingto is 1363by1364 allen socket head bolt fullthread size-m6x80grade-129 ht with nut and washer ht bolts hex head full thread size m20x60material-high grade alloy steel grade -109 as peris 1367 socket head cap screw size m24x80 grade -129 ht bolt with heavy hex nut and washer hexhead size m20x180 make unbrakobolt grade 109nut grade-10 ht 600mw allen head bolt size m30x100material-high grade alloy steel grade -129 as peris 1367 with heavy nut and washer bolt with heavyhex nut and washer hexhead size m24x100 makeunbrakobolt grade 109nut grade-10 ht 600mw studbolt with 2 hex nut size m24x180 stud to astm a193gr b7 cbyw nuts to astm a194 gr2h ht tie rod withheavy duty double nut and washer full thread size-m10x1500 grade-129 allen head bolt size m16x120material-high grade alloy steel grade -129 as peris 1367 high tensile hexagonal bolts metricthread with nut size- m20 x 110 full threaded boltgrad ht bolts hex head full thread size m27x85material-high grade alloy steel grade -109 as peris 1367 ht bolts hex head full thread size m24x140material-high grade alloy steel grade -109 as peris 1367 ht stud full thread with 2 heavy duty hexnut and washer size-m20x80 grade-129 ht htbolts hex head full thread size m24x80 material-high grade alloy steel grade -109 as per is 1367 bolt with heavy hex nut and washer hexhead sizem27x130 make unbrakobolt grade 109nut grade-10 ht 600mw bolt with heavy hex nut and washer hexhead size m12x100 make unbrakobolt grade 109nut grade-10 ht 600mw ht bolts hex head full thread size bid number gem2025b6671227 dated 22-09-2025 bid document1 92 0 0 m16x60, material-high grade alloy steel grade -10.9as per is 1367, ht bolts hex head full thread sizem8x50, material-high grade alloy steel grade -10.9as per is 1367, bolt with heavy hex nut and washerhex.head . size m10x35, make unbrako, bolt grade10.9, nut grade-10 ht, 600mw, bolt with heavy hexnut and washer hex.head . size m16x40, makeunbrako, bolt grade 10.9, nut grade-10 ht, 600mw, allenscrewbysocket head, size m20x50, make unbrakograde-12.9 ht, 600mw, ht bolts hex head fullthread size m16x100, material-high grade alloysteel grade -10.9 as per is 1367, ht bolts hex headfull thread size m8x35, material-high grade alloysteel grade -10.9 as per is 1367, bolt with heavyhex nut and washer hex.head . size m10x50, makeunbrako, bolt grade 10.9, nut grade-10 ht, 600mw, htbolts hex head full thread size m12x60, material-high grade alloy steel grade -10.9 as per is 1367, bolt with heavy hex nut and washer hex.head . sizem8x20, make unbrako, bolt grade 10.9, nut grade-10 ht, 600mw, bolt with heavy hex nut and washerhex.head . size m12x25, make unbrako, bolt grade10.9, nut grade-10 ht, 600mw, ht hex head bolt withnut, full threaded, size m10x90 bolt grade -10.9 asper is 1367, nut grade -10 as per is 1367, bolt withheavy hex nut and washer hex.head . size m8x75, makeunbrako, bolt grade 10.9, nut grade-10 ht, 600mw, boltwith heavy hex nut and washer hex.head . sizem16x80, make unbrako, bolt grade 10.9, nut grade-10 ht, 600mw, allen screwbysocket head, size m24x50, make unbrako grade-12.9 ht, 600mw, ht allenbolt, m24 x 90, ht bolts hex head full thread sizem30x70, material-high grade alloy steel grade -10.9as per is 1367, allen screwbysocket head, sizem16x40, make unbrako grade-12.9 ht, 600mw, allenscrewbysocket head, size m6x12, make unbrakograde-12.9 ht, 600mw, ht hex bolt with nut, sizem27x70, bolt grade 12.9, nut grade - 12.9, allenscrewbysocket head, size m12x40, make unbrakograde-12.9 ht, 600mw, allen screwbysocket head, size m10x16, make unbrako grade-12.9 ht, 600mw, hthex bolt with nut, size m10x40, bolt grade 12.9, nutgrade - 12.9, allen screwbysocket head, size m4x12, make unbrako grade-12.9 ht, 600mw, allen screwbysocket head screw, grade - 12.9 ht, make unbrako, size-m12x55, allen screwbysocket head, size m8x20, make unbrako grade-12.9 ht, 600mw, ht studstandrad thread with 2 heavy duty hex nut andwasher, size-m24x300, make unbrako grade-12.9 ht, allen screwby socket head screw, grade - 12.9 ht, makeunbrako, size-m8x40, allen screwbysocket head, sizem10x20, make unbrako grade-12.9 ht, 600mw, allenscrewby socket head screw, grade - 12.9 ht, makeunbrako, size-m6x30, ht gr.12.9 socket head allenbolts and nuts, make-unbrako, size m16 x 45, ht hexhead bolt full threaded, size m20x45 bolt grade -10.9 as per is 1367, nut grade -10 as per is 1367, htbolts hex head full thread size m10x30, material-high grade alloy steel grade -10.9 as per is 1367, stud bolt with 2heavy hex nuts size m27x200 bolts toastm a193 gr.b7 cbyw nuts to astm a194 gr.2h, makeunbrako 600mw, stud bolt with 2heavy hex nuts sizem24x200 bolts to astm a193 gr.b7 cbyw nuts to astma194 gr.2h, make unbrako 600mw, allen socket head    //bid details2 / 92 bolt full thread, size-m5x16, make unbrako grade-12.9 ht, allen socket head bolt full thread, size-m5x10, make unbrako grade-12.9 ht, ht bolts hexhead full thread size m20x50, material-high gradealloy steel grade -10.9 as per is 1367, stud bolt with2heavy hex nuts size m20x120 bolts to astm a193 gr.b7cbyw nuts to astm a194 gr.2h, make unbrako 600mw, grub screw, moc-ss304, size-m8 x15, ht bolts hexhead full thread size m12x30, material-high gradealloy steel grade -10.9 as per is 1367, grubscrew, moc- ss-316, size m6 x20, bolt with heavy hexnut and washer hex.head . size m24x50, makeunbrako, bolt grade 10.9, nut grade-10 ht, 600mw, grubscrew, moc-ss304, size- m6 x15, grub screw sizem6x8, material-high grade alloy steel grade 45h asper is 1367, stud bolt with 2heavy hex nuts size m24x320bolts to astm a193 gr.b7 cbyw nuts to astm a194gr.2h, make unbrako 600mw, stud bolt with 2heavy hexnuts size m33x200 bolts to astm a193 gr.b7 cbyw nuts toastm a194 gr.2h, make unbrako 600mw, stud bolt with2heavy hex nuts size m20x170 bolts to astm a193 gr.b7cbyw nuts to astm a194 gr.2h, make unbrako 600mw, stud bolt with 2heavy hex nuts size m16x140 bolts toastm a193 gr.b7 cbyw nuts to astm a194 gr.2h, makeunbrako 600mw, stud bolt with 2heavy hex nuts sizem16x100 bolts to astm a193 gr.b7 cbyw nuts to astma194 gr.2h, make unbrako 600mw, stud bolt with 2heavyhex nuts size m12x60 bolts to astm a193 gr.b7 cbyw nutsto astm a194 gr.2h, make unbrako 600mw, stud boltwith 2 hex nut, size m30x240, stud to astm a193 gr.b7 cbyw nuts to astm a194 gr.2h, csk nutand bolt, sizem 20x90 with washer, bolt fixing csk with nutm12x50 and washer, grub screw size m5x10, material-high grade alloy steel grade 45h as per is 1367, countersunk head screw with hex socket m10x40mm with flat washer and m10 nyloc, ss nuts andbolts full round thread with washer ss-304double nuts and washer size m16x100 mm, make-unbrako, ms bolt with nut m16 x 100with standardthread, ms bolt with heavy hex nut andwasher, m14x, ms bolt with nut m24 x 100withstandard thread, ms bolt with nut m12 x 100withstandard thread, grub screw, moc-ss 316, size-m12x20, ms bolt with heavy hex nut andwasher, m14x100, grade-4.6 or higher, full thread600mw, grub screw, size m10x25, ms hex bolt nutand washer -20x100 mm, stud full thread with doublenut and washer, size-m10x50, moc-ss-304, ms hex boltnut andwasher 22x100mm, ms bolt and nut m 18 x100 inch half threaded, grub screw, moc-ss 316, size-m16x30, ms bolt with nut, grade 4.6by4.8, sizem20x150, ms bolt, nut and washer, size m 12 x 80 mm, gi stud bolt with end threaded, size m 16 x 285 mm, with two nuts and two washers, thread length 60mm from the end, ms bolt with nut m24 x 70 mm, hexhead bolt mat msgrade 4.6 is-1364 size 24x50 full thread, hex hd ht bolt with nut and washer m 20x120, ht boltshex head full thread size m16x45, material-highgrade alloy steel grade -10.9 as per is 1367, msplain washer, size-m24 x 4 mm thickness, ms bolt and nutsize m 12x50 long grade 4.6 is 1364, bolt with heavyhex nut and washer hex.head . size m12x40, makeunbrako, bolt grade 10.9, nut grade-10 ht, 600mw, mshex bolt nut andwasher-16x50mm, ms bolt and nut    //bid details3 / 92 size m 20x120 long grade 4.6 is 1364, ms hex. head boltfull thread with nut, mat ms grade 4.6 is-1364, sizem12x80mm, bolt with heavy hex nut and washerhex.head . size m16x70, make unbrako, bolt grade10.9, nut grade-10 ht, 600mw, ms bolt with nut m16 x40with standard thread, high tensile f nut andbolt, size m20x100 with washer grade 10.9, gi studbolt with end threaded, size m 16 x 210 mm, withtwo nuts and two washers, thread length 50 mmfrom the end., ht bolts hex head full thread sizem24x90, material-high grade alloy steel grade -10.9as per is 1367, bolt with heavy hex nut and washerhex.head . size m16x50, make unbrako, bolt grade10.9, nut grade-10 ht, 600mwallen socket head bolt full thread, size-m6x80, make:unbrako grade-12.9ht, socket head capscrew, size: m24x80, grade - 12.9 ht, ht stud fullthread with 2 heavy duty hex nut and washer, size-m20x80, ht bolts hex head full thread; size:m20x60, material-high grade alloy steel;, allenhead bolt full thread; size: m30x100, grade:-12.9, allen head bolt; size: m16x120; grade:-12.9 as peris:1367, stud bolt with 2 hex nut, size: m24x180, grade: 12.9, ht tie rod with heavy duty double nut andwasher, size-m10x1500, grade-12.9, bolt with heavyhex nut and washer. size m27x130, bolt grade: 10.9, nutgrade-10, ht bolts hex head full thread; size:m27x85; grade:-10.9 as per is:1367, ht bolts hexhead full thread; size: m24x140; grade:-10.9 as peris:1367, bolt with heavy hex nut and washer. sizem24x100, bolt grade: 10.9, nut grade-10, ht bolts hexhead full thread; size: m24x80; grade:-10.9 as peris:1367, bolt with heavy hex nut and washer. sizem20x180, bolt grade: 10.9, nut grade-10, ht hexagonalbolts with nut, size- m20 x 110 bolt grade- 10.9 nutgrade- 10, ht hex head bolts, size: m20 x 80, grade: 10.9, confirming. to is: 1363/1364, ht bolts hex head fullthread; size: m16x100l; grade:-10.9 as per is:1367, bolt with heavy hex nut and washer. size m16x80, boltgrade: 10.9, nut grade-10, ht bolts hex head fullthread; size: m16x60; grade:-10.9 as per is:1367, bolt with heavy hex nut and washer. size m16x40, boltgrade: 10.9, nut grade-10, bolt with heavy hex nut andwasher. size m12x100, bolt grade: 10.9, nut grade-10, htbolts hex head full thread; size: m12x60; grade:-10.9 as per is:1367, bolt with heavy hex nut andwasher. size m12x25, bolt grade: 10.9, nut grade-10, hthex head bolt with nut, size: m10x90 bolt grade -10.9, nut grade -10, bolt with heavy hex nut andwasher. size m10x50, bolt grade: 10.9, nut grade-10, boltwith heavy hex nut and washer. size m10x35, boltgrade: 10.9, nut grade-10, bolt with heavy hex nut andwasher. size m8x75, bolt grade: 10.9, nut grade-10, htbolts hex head full thread; size: m8x50; grade:-10.9 as per is:1367, ht bolts hex head full thread;size: m8x35; grade:-10.9 as per is:1367, bolt withheavy hex nut and washer. size m8x20, bolt grade:10.9, nut grade-10, ht allen bolt, m24 x 90, allenscrew/socket head, size: m24x50, make:unbrakograde-12.9ht, allen screw/socket head, size:m20x50, make:unbrako grade-12.9ht, htgr.12.9socket headallenbolts & nuts, make-unbrako, size:m16 x 45, allen screw/socket head, size: m16x40, make:unbrako grade-12.9ht, allenscrew/ socket head screw, grade - 12.9 ht, make:unbrako, size-m12x55, allen screw/socket head, size
  • View Tender
  • Document
  • Bid Support
56 Coal And Lignite
image image
Central Government/Public Sector
TRN :35424836 |  11 Oct, 2025
Tender Value : 0
 Angul - Orissa
Tender for gem bids for grease, lithium base, ep - 2 beml q3, transmission oilsq3, internal combustion engine crankcase oils forautomotive application diesel and gasoline as per is:13656 q2, final drive axle oil q2 * * % % 2 32 3 /mse exemption for years of experienceand turnoveryes | complete& % & % * * % % 2 2   / startup exemption for years ofexperience and turnoveryes | complete 6  6 & & /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 buyer8 8  :  requirementallowed valuesgradegrade internal combustionengine lubrication oilsae-10wpacking, markingand labellingpacking size litres210certificationconformity to specificationis : 13656 latestapi classificationscdtest report detailstest report to be furnished tothe buyer on demand must bedeclared, write na if testreport is not availableyesadditional specification parameters - internal combustion engine crankcase oils for automotiveapplication diesel and gasoline as per is: 13656 21210 liter specification parameternamebid requirement allowed valuesadditional specificationparameterstest report: needs to submitted at the time of bidding or during supply, recommendation/approval of oem m/s. beml is required as lubricant is to beused in equipment under warranty/guarantee/contract.* bidders offering must also comply with the additional specification parameters mentioned above. 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details7 / 37   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < e p < e   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < e p < e   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad2121030internal combustion engine crankcase oils for automotive application diesel andgasoline as per is: 13656 8400 liter 6 6 1 2 & & % % % % b b % % 2 32 3 c c /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    x  x /technical specifications*   x / as per gem category speci cation  /speci cation x x /specificationname  c c v v /bid requirementallowed valuesgradegrade internal combustionengine lubrication oilsae-15w40packing, markingand labellingpacking size litres210certificationconformity to specificationis : 13656 latestapi classificationsch4test report detailstest report to be furnished tothe buyer on demand must bedeclared, write na if testreport is not availableyesadditional specification parameters - internal combustion engine crankcase oils for automotiveapplication diesel and gasoline as per is: 13656 8400 liter specification parameternamebid requirement allowed valuesadditional specificationparameterstest report need to be submitted at the time of bidding or during supply, recommendation/approval of oem m/s. beml is required as lubricant is to beused in equipment under warranty/guarantee/contract.* bidders offering must also comply with the additional specification parameters mentioned above. 8 / 37 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < e p < e   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < e p < e   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad840030internal combustion engine crankcase oils for automotive application diesel andgasoline as per is: 13656 8190 liter 6 6 1 2 & & % % % % b b % % 2 32 3 c c /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    x  x /technical specifications*   x / as per gem category speci cation  /speci cation x x /specificationname  c c v v /bid requirementallowed valuesgradegrade internal combustionengine lubrication oilsae-15w40packing, markingand labellingpacking size litres210certificationconformity to specificationis : 13656 latestapi classificationsci4 plus, edl7, epl4test report detailstest report to be furnished tothe buyer on demand must bedeclared, write na if testreport is not availableyesadditional specification parameters - internal combustion engine crankcase oils for automotiveapplication diesel and gasoline as per is: 13656 8190 liter specification parameternamebid requirement allowed values9 / 37 additional specificationparametersapi classifications:ci4 plus, test report: needs to submitted at the time ofbidding or during supply, recommendation/approval of oem m/s. beml isrequired as lubricant is to be used in equipment underwarranty/guarantee/contract.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < e p < e   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < e p < e   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad819030final drive axle oil 420 liter 6 6 1 2 & & % % % % b b % % 2 32 3 c c /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    x  x /technical specifications*   x / as per gem category speci cation  /speci cation x x /specificationname  c c v v /bid requirementallowed valuespacking, markingand labellingpacking of final drive axleoilms barrels, hdpe barrelstest report detailstest report to be furnished tothe buyer on demand must bedeclared, write na if testreport is not availableyesadditional specification parameters - final drive axle oil 420 liter 10 / 37 specification parameternamebid requirement allowed valuesadditional specificationparameterstest report: needs to submitted at the time of bidding or during supply.* bidders offering must also comply with the additional specification parameters mentioned above. 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < e p < e   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < e p < e   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad42030transmission oils 420 liter 6 6 1 2 & & % % % % b b % % 2 32 3 c c /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    x  x /technical specifications*   x / as per gem category speci cation  /speci cation x x /specificationname  c c v v /bid requirementallowed valuesgradegrade of transmission oilstransmission to 4 sae 50physicalcharacteristicscolour astm, maxna for transmission c4 sae 10w, transmission c4sae 30, transmission to 4 sae 50 gradecopper strip corrosion @100deg c 3hrna for transmission c4 sae 10w, transmission c4sae 30, transdex ii, steer tm, transmission to 4 sae50 graderust test 24 hrsna for transmission c4 sae 10w, transmission c4sae 30, transdex ii, steer tm, transmission to 4 sae50 gradeflash point coc, c, min180 for transmission c4 sae 30, steer tm grade, transmission to 4 sae 50pour point c, maxminus 9 for transmission to 4 sae 50 gradekinematic viscosity @ 40deg c, cst, minna for transmission c4 sae 30, transmission c4sae 30, steer tm, transmission to 4 sae 50 grade11 / 37 kinematic viscosity @ 100deg c, cst16.3-21.9 for transmission to 4 sae 50 gradebrookfield viscosity @ -40 degc, cp, maxna for transmission c4 sae 30, transmission c4 sae30, steer tm, transmission to 4 sae 50 gradeviscosity index, min90 for transmission to 4 sae 50 gradetotal base number, mg koh/gm7-9 for transmission to 4 sae 50 gradesulphated ash, % wt1.10-1.36 for transmission to 4 sae 50calcium percent of thereported value, %wtna for transfluid a, transdex ii, steer tm, transmission to 4 sae 50 gradezinc percent of the reportedvalue, %wtna for transfluid a, transdex ii, steer tm, transmission to 4 sae 50 gradephosphorus percent of thereported value, % wtna for transdex ii, steer tm, transmission to 4 sae50 grade  /speci cation x x /specificationname  c c v v /bid requirementallowed valuesadditional specification parameters - transmission oils 420 liter specification parameternamebid requirement allowed valuesadditional specificationparameterstest report: needs to submitted at the time of bidding or during supply.* bidders offering must also comply with the additional specification parameters mentioned above. 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < e p < e   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < e p < e   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad420306 6 ; ;         h h/buyer added bid specific terms and conditions12 / 37 . 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. scope of supplyscope of supply bid price to include all cost components : only supply of goods3. buyer added bid specific atcbuyer added text based atc clausesadditional terms & conditions:1. qualification criteria: the bidder should be either of the following:a manufacturer of the tendered itemsorb indian selling agent authorized by the manufacturer of the tendered items, if the manufacturer does not quote directly as a matter of policy, 2. provenness criteria: any one of the following conditions should be satis ed for provenness:i. the tendered items must have been supplied during the last 5 years from the date of tender opening against orders to any government/public sector undertakings indigenous or global or any private industry.andeither, having satisfactory performance report from the user for a period of not less than 01 one yearorthe bidder will be required to furnish a self-certi cate to the following extent, along with proof of payment against the purchase orders/ rate contracts: the items covered in the purchase orders/ rate contracts copies enclosed with our o er have been fully executed and have performed satisfactorily as per the provisions of respective purchase orders/ rate contracts and all the complaints/ claim s lodged by the purchaser, if any, have been attended to and no complaints/ claimss are pending.orii. the bidder should be a startup or micro & small enterprise mses for the ten13 / 37 dered items to be offered by them.the documentss/certificates of the bidders for bis/isi marking, iso certification towards quality management and dgms approval for any relaxation should be valid as on date of tender opening and a copy of such document/certi catevalid as on date of supply duly notarized, must accompany their billss.3. inspection: - final inspection of materials shall be carried out at the consignee s end by the authorized representative of sta o cer, hingula area at area level before acceptance of materials.4.. warranty:4.1. the supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. the supplier further warrants that all goods supplied under this contract shall have no defect arising from design, materials or workmanship or from any act or omission of the supplier that may develop under normal use of the supplied goods in the conditions prevailing in the purchasers country.4.2. the supplier shall furnish guarantee/warranty certi cate along with the billfor satisfactory performance of the ordered materials for a period eighteen 18 months from the date of receipt and acceptance of material at consignees end or twelve 12 months from the date of its use/fitment/commissioning, whichever is earlier.4.3. the purchaser shall promptly notify the supplier in writing of any claims arising under this warranty. the supplier shall, within thirty days, repair or replacethe defective goods or parts thereof, free of cost at the ultimate destination. the supplier shall take over the replaced parts/goods at the time of their replacement. no claim whatsoever shall lie on the purchaser for the replaced parts/goods thereafter.5. price certificate: in the event of placement of supply order on the lowest tenderer they shall have to submit a price certificate in all their invoices in the following format: it is certi ed that the prices charged by us for the ordered items are thelowest prices applicable to any other person/organization, private co., government department, undertaking of central/state government 6.compliance with integrated management systems manual of mcl: product / product delivery should comply with, ensuring the quality of service, protection of the environment and health & safety during and after their activities, as per company / govt. norms7. banned or delisted or debarred or put on holiday suppliers:the manufacturer as well as the bidder if bidder is not the manufacturer will give a declaration that they have not been banned or de-listed or debarred or put on holiday by any government or quasi-government agencies or psus. if a bidder and/or manufacturer has been banned or delisted or debarred or put on holiday by any government or quasi government agencies or psu, this fact 14 / 37 must be clearly stated and it may not necessarily be a cause for disqualifying them.however, if the manufacturer/bidder is banned or delisted or debarred or put on holiday by doe/moc/mcl / cil, the offer shall be not be considered for furtherevaluation.in case of indian agents of the local suppliers quoting against the tender, both the indian agent and their principals should submit the above declaration as performat given at annexure -g .8. security deposit: the successful tenderers will have to submit security deposit for the 5 % value of the total landed value of the contract including all taxes, duties and other costs and charges, without considering input tax credit. the security deposit shall be in the form of a bank demand draft or in the form ofa bank guarantee in the prescribed format from a rbi scheduled bank in purchasers country on a non-judicial stamp paper within 15 days from date of noti cation of award or placement of order. the security deposit shall be in the same currencyies in which contract is to be signed/ issued. in case of multi-currency contract, separate security deposit bank guarantee sdbg in respective currency for required value as above shall be submitted. if the successful tendererfails to deposit the security deposit within 15 fteen days from date of noti cation of award/ placement of order, another opportunity may be given to them for submission of security deposit within next 15 days. lf the successful tenderer still fails to deposit the security deposit within the extended period but executes the supplies within the extended security deposit submission period, the submission of security deposit may be waived, as the purpose of submission of sd is fulfilled.in cases where the successful tenderer did not submit the security deposit evenwithin the extended period for sd submission but has supplied the materials either in full or in part after the extended period for sd submission, the sd may be deducted from the rst bill or in case of insu cient amount from subsequent bills of the supplier till the full sd amount is deducted. further, a penalty equivalent to 0.5% half percent of sd amount for delay of each week or part there of period of delay is to be calculated from the 31st day from the date of noti cation of award/placement of order to the date of receipt of full sd/deduction of full sd shall be levied subject to a maximum of 3% of the contract value. security deposit will be released with the approval of hod of mm department/ area gm within 30 days after completion of supplies and acceptance of material by the consignee. all central/state government organization/psus shall be exempted from submission of security deposit. oem/oes shall also be exempted from submission of security deposit in case of procurement of spare parts forequipment against single tender enquiry/open/ limited tenders. submission ofsecurity deposit is exempted for the contracts having value up to rs.2 lakhs. the sdbg will be submitted through structured financial management system sfms. gst shall be applicable on security deposit forfeiture and will be extra and recovered from suppliers/bidders.9.performance guarantee: the successful bidder shall be required to furnish a performance guarantee equivalent to 10% value of the total landed value of the contract including all taxes, duties and other costs and charges, without con15 / 37 sidering input tax credit. the performance guarantee shall be in the form of a bank demand draft or in the form of a bank guarantee in the prescribed formatthe pbg will be submitted through structured financial management system sfms.a. the performance guarantee shall remain valid till 3 months after the completion of warranty period.b. the performance guarantee shall be submitted su ciently in advance say3-4weeks to enable its veri cation from the issuing bank, before submission of the invoice for payment of the particular goods/equipments.c. the release of the performance guarantees after above indicated period, shall be subject to satisfactory performance of the equipment/ items during the warranty period and ful lment of contractual obligations failing which, action for further extension or encashment of pbg, as deemed suitable shall be taken. the performance bank guarantee shall be released after expiry of validity period if no claim is pending, with the approval of the concerned cms, i/c., ch area. d. in cases where the supplier does not submit the performance guarantee in time or as per the prescribed format in line with the contract stipulations, the performance guarantee amount may be deducted from the rst bill or in case of insu cient amount, from subsequent bills of the supplier till the full performance guarantee amount is deducted. this amount shall be refunded to the supplier upon acceptance of performance guarantee submitted by them. e. gst shall be applicable on performance guarantee forfeiture and will be extra and recovered from suppliers/bidders.performance bank guarantee format................................................ name& address of the purchaser................................................ companyre: bank guarantee in respect of agreement dated ................ day of ...... 20 ............... between... . ........................ name of purchaser companyand.......................... name ofsupplier company messers............................................... a company / firm having its office at no. . . . . . . . . . . . . . . ... . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . .hereinafter called the contractor has entered into anagreement dated .................... hereinafter called the said agreement with ........................... name of the purchaser company hereinafter called the company to supply ................ stores/materials amounting to rs................................... on the terms and conditions contained in the said agreement.it has been agreed that ................................... ......... percent payment o f the value of the stores/materials will be made to the contractor in terms of the said agreement on the contractors furnishing to the company a bank guarantee for the sumof rs............................................................................................................................... as security for due repayment of the said sum in terms of the said agreement, and also interest as therein provided.the...................... name of the bank having its o ce16 / 37 at............................................... has at the request of the contractor agreed to give the guarantee as hereinafter containedwe ......................................... name of the bank herein after called thebank do hereby unconditionally agree with the company that if the contractor shall in any way fail to observe or perform the terms and condition of the said agreement regarding repayment of the said sum of rs .......................... or any of them including the term for payment of interest for delay in deliveries or shall commit any breach of its obligations there under, the bank shall on demand and without any objection or demurpay to the company the said sum of rs........................................................................................ or such portion as shall then remain unpaid with interest without requiring the company to have recourse to any legal remedy that may be available to it to compel the bank to pay the same, orcalling on the company to compel such payment by the contractor.any such demand shall be conclusive as regards the liability of the contractor to the company and as regards the amount payable by the bank under this guarantee. the bank shall not be entitled to with hold, payment on the ground that the contractor has disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between the company and the contractor regarding the claim.we, the bank- further agree that the guarantee shall come into force from the date hereof and shall remain in full force and e ect till the period that will be taken for the performance of the said agreement which is likely to be the....day of............................................................................................... but if the period of agreement is extended either pursuant to the provisions in the said agreement or by mutual agreement between the contractor and the company the bank shallrenew the period of the guarantee failing which it shall pay to the company the said sum of rs................or such lesser amount out of the said sum of r s............................................ as may be due to the company and as the company may demand. this guarantee shall remain in force until the dues of the company in respect of the said sum of rs and interest are fully satisfied and the company certifies that the agreement regarding re-payment of the said sum of rs has been fully carried out by the contractor and discharges the guarantee.the bank further agrees with the company that the company shall have the fullest liberty without the consent of the bank and without affecting in any way the obligations hereunder to vary any of the terms an d conditions of the said agreement or to extend the time for performance of the said agreement from time to time or to postpone for any time or from time to time any of the powers exercisable by the company against the contractor and to forbear to enforce any of theterms and conditions relating to the said agreement and the bank shall not be relieved from its liability by reason of such failure or extension being gran ted to the contractor or through any forbearance, act or omission on the part of the company or any indulgence by the company to the contractor or any other matteror thing whatsoever which under the law relating to sureties would but for this provisions have the effect of relieving or discharging the guarantor.the bank further agrees that in case this guarantee is required for a longer period and it is not extended by the bank beyond the period speci ed above the bank shall pay to the company the said sum of rs or such lesser sum as may then 17 / 37 be due to the company out of the said advance of rs... and as the company may require.notwithstanding anything herein contained the liability of the bank under this guarantee is restricted to rs....... . only. the guarantee shall remain in force till the .......... day of .............. and unless the guarantee is renewed or a claim is preferred against the bank within 3 months from the said date all rights of the company under this guarantee shall cease and the bank shall be released and discharged from all liability her eunder except as provided in the preceding clause.the bank has under its constitution power to give this guarantee and ........... name of the person who has signed it on behalf of the bank has authority to do so.the details of beneficiary bank for sending details of bg under sfms platform is furnished below. name of the bank: - .......... .branch: - ............ .ifsc: - ............ ..a/c no: - ........... .customer id : ......... .dated this ................ day of ....................20 .. .place ........................................ . signature of the authorized person for and on behalf of the bank~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 11.the scanned copies of the following con rmatory documents shall be submitted by bidder: a qualification criteria:18 / 37 sl nocategory of bidderscanned copy of documents to be uploaded by all thebidders in support of basic eligibility criteriaself certified copy01manufacturersall of below speci ed documents self certi ed1 any one of the following documents for the tendered items:a. factory license/manufacturing licenseb. nsic registration certificate.c. ssi/dic registration certificated. valid iso certificate.e. valid bis license/certificatef. valid dgms approvalg. micro / small enterprises mse registration certificate for being manufacturer for the tendered itemissued by district industries centres or khadi and village industries commission or khadi and village industries board or coir board or national small industries corporation or directorate of handicrafts and handloom or any other body speci ed by ministry of micro, small and medium enterprises2 for verification of local content class-i local supplier / class-ii local supplier, shall be required to indicate percentage of local content and provide self-certification that the item offered meets the localcontent requirement along with details of the locations at which the local value addition is made as per annexure-h19 / 37 indian selling agents authorized by manufacturerall of below specified documents self certified1 specific authorization & undertaking from manufacturer to quote against this tender as per format enclosed as annexure-b. note: the authorization should be pre-dated from tender opening date, properly signed and valid. the validity should corresponds to the delivery period stipulated in tender enquiry2 indian selling agents authorized by manufacturer is required to submit an undertaking as per format enclosed as annexure-c.3 the manufacturer/ tenderer is required to upload a certificate that no agent/ middleman/ liaisoningagent or any entity in any name other than thedisclosed authorized indian agent is involved in theprocess of procurement of goods and services annexure-d.4 any one of the following documents of the principal manufacturer for the tendered items:a factory license/manufacturing licenseb nsic registration certificate.c ssi/dic registration certificated valid iso certificate.e valid bis license/certificatef valid dgms approvalg micro / small enterprises mse registration certificate for being manufacturer for the tendered itemissued by district industries centres or khadi and village industries commission or khadi and village industries board or coir board or national small industries corporation or directorate of handicrafts and handloom or any other body specified by ministry of micro, small and medium enterprises5 for verification of local content class-i local supplier / class-ii local supplier, shall be required to indicate percentage of local content and provide self-certification from the oem that the item offered meets the local content requirement along with details of the locations at which the local value addition is made as per annexure-h.20 / 37 b provenness criteria:sl.no.alternative provenness criteriascanned copy of documents to be uploaded by the bidder in support of information declarationfurnished online by the bidder against provenness criteria as confirmatory document self certified copy the tendered item must havebeen supplied during the last 5 years from the date of tender opening to any government/public sectoru ndertakings indigenous or global or any private industry indigenous orglobal, . please note that the orders should not be older than five 05 years from the date of opening of tender. uploaded orders older than 5 years from the date of opening of tender shall be ignored.no new supply orders shall be accepted during recycling of shortfall documents. therefore bidders must be careful whileuploading supply order copies onlineandeither, having satisfactory performance report from the user for a period of not less than 01 yearor the bidder will be required to furnish a self- certificate to the following extent along with proof of payment againstthe purchaseboth the following documents a and bi or biia. complete set ofsupply orders firmcopies for the tendered item. the age of orders uploaded shall be maximum 5 five years from the date of opening of tender for the purpose of determination of provenness of the product offered by a bidder.please note that the orders should not be older than five 05 years fromthe date of opening of tender. uploaded orders older than 5 years from the date of opening of tender shall be ignored.andb. any of the following:i. satisfactory performance report from the users for a period of not lessthan 01 year from the date of fitment/commissioning.orii. the bidder will be required to furnish a self-certificate to the following extent along with proof of payment against the purchase orders/rate contracts : the items covered in the purchase orders/ rate contracts copies enclosed21 / 37 orders/ rate contracts:: the items covered in the purchase orders/ rate contracts copies enclosed with our offer have been fully executed and have performed satisfactorily as per the provisions of respective purchase orders/ rate contracts and all the complaints/ claim s lodged by the purchaser, if any, have been attended to and no complaints/ claimss are pending.note: the supplies must be completed at least twelve months prior to last date of tender submission.with our offer have been fully executed and haveperformed satisfactorily as per the provisions of respective purchase orders/ rate contracts and all the complaints/ claim s lodged by the purchaser, if any, have been attended to and no complaints/ claimss are pending.note: the supplies must be completed at least twelve months prior to last date of tender submission.no new supply orders shall be accepted during recycling of shortfall documents. therefore bidders must be careful while uploading supply order copies online iiif the bidder is a startup or micro & small enterprise msesfor the tendered items to be offered by thema certificate issued by dipp department of industrial policy & promotion for being startup or certificate issued by authorities for being mse andb any one of the following documents attested by public notary:- valid isi marking license / dgms approval certificate for the offered item or rate contract issued by cil/ any other subsidiary for the offered item or proven ancillary certificate issued by mcl for the offered item notarized. or filled up proforma for equipment and quality control as per annexure-a for verification of your technical capability by concerned technical department. c other qualification criteria: all the following specified docume22 / 37 ntssl.no.other qualification criteriascanned copy of documents to be uploaded by all the bidders in support of other eligibility criteriapreferably self certified copy01certificate of local contentformat at annexure-hself-certification from manufacturer/ oem indicating percentage of local content & that the item offered meets the local content requirement for class-i local supplier / class-ii local supplier as the case may be along with details of locations at which the local value addition is made. note:i. non-local supplier with offered item having local content less than or equal to 20%are not eligible to bid in this procurement.ii. bidders offering imported products will fall underthe category of non-local suppliers. they can t claim themselves as class i local supplier/ class ii local supplier by claiming profit, warehousing, marketing, logistics, freight, after sales service support likeamc/cmc etc as local value addition02lowest price certificateformat at annexure-kbidder shall submit lowest price certificate as under: we certify that the prices quoted in the tender are the lowest and not higher than as applicable to any organization / ministry / department of the govt. of india or coal india ltd. and/or its subsidiaries or other psu or any other private organization. 23 / 37 annexure-aproforma for equipment and quality controlreference : cil/subsidiary co. gem bid no. date for supply of 1. name and address of the firm2. a telephone no. office/factory/worksb e-mail id3. location of manufacturing works/factories owned by the rm documentary evidence of ownership must be produced.4. brief description of the factory i.e. area covered accommodation, department into which it is divided, laboratory etc.5. details of plant and machinery erected and functioning in each department monographs and description pamphlets be supplied if available.6. whether the process of manufacture in the factory is carried out with the aid of power or without it.7. process flow charts for the whole manufacturing process of the tendered item.8. details and stocks of raw materials held.9. production capacity of items quoted for with the existing plants and machinerya normalb maximum10. details of quality assurance plan and quality control infrastructure such as laboratories etc.11. a details of technical supervisory sta in-charge of production and quality control.b skilled labour employed.c unskilled labour employedd maximum number of workers skilled and unskilled employed on any day during 18 months preceding the date of application.12. whether stores were tested to any standard speci cation, if so, copies of original test certificate should be submitted in duplicate. 24 / 37 signature of tenderer nb: details against sl. nos. 5 to 12 inclusive need be restricted to the extent they pertain to the items underannexure-b m/s. mcl, addressdear sirsub: gem bid no.:authorization & undertaking certi cate by manufactureron letter head of the principal / manufacturerwhereas we, m/s name of manufacturer who are established and reputable manufacturers of tendered/o ered items having factories at andaddresses of factoryies, do here by authorize m/s name & address our agent to submit the bid and execute the resultant contract with you on our behalf against the above tender.we, m/s name of manufacturer also undertake the following:i that, as a matter of our corporate policy, we don t directly quote / market our products and if, subsequently, at any stage, it is found that we have quoted directly to any organization, we shall be liable for penal action asper provisions. further, if at any stage, it is found that agency commission has been paid by us without declaring the agent, the commission will berecovered with interest.ii that we will accept the responsibility for the satisfactory execution of orders placed on our authorized agent including warranty/ guarantee obligations.iii that, wherever necessary, we will provide requisite inspection and testing facilities at our works in respect of orders placed on our authorized agent.iv our authorized agents price will not exceed that which we would havequoted.v letter submitted by our agent for inspection of goods would be accompanied by a certificate from us that the goods o ered for inspection as indicated in the letter have been manufactured by us.vi we hereby accept to extend our full support and commitment for all the terms and conditions including guarantee and warranty as per the cond25 / 37 itions of contract, technical specifications for the goods and services offered for supply by the above bidder on our behalf against this tender for the entire
  • View Tender
  • Document
  • Bid Support
57 Security Services
image image
Central Government/Public Sector
TRN :35425075 |  11 Oct, 2025
Tender Value : 0
 West Siang - Arunachal Pradesh
Tender for gem bids for renovation, excavation of footing column, providing and laying cement, reinforced concrete work, formwork, steel work, maincolumn square, ms pipe for gate arc, anchor bolt dia20mm, ms base plate for column, prime 2 coat on item, enamel paint, earthwork excavation soil, pcc belowfooting, rcc footing, 12 mm dia rod weight, 10 mm diatmt bar weight, brick masonry 1st class bricks, cementplaster on both sides, coping top capping course, painting2 coats, earthwork in excavation, providing and laying, providing and laying bedding, paver block count estimate, compacting the laid surface, 30 watt led light, copperwire, switch 6 amp isi marked, socket 6 amp isi marked, mcb of 16 amp isi marked, mcb box, skilled, unskilled  /bid number: gem/2025/b/6609520* /dated: 20-09-2025  & & / bid document1 / 29
  • View Tender
  • Document
  • Bid Support
58 Coal And Lignite
image image
Central Government/Public Sector
TRN :35425122 |  09 Oct, 2025
Tender Value : 16.04 Lacs
 Jharsuguda - Orissa
Tender for gem bids for neck ring, moc-ltb5, part no.1181cne4ac, impeller, moc-ltb2, part no.1504cne4ac, pump shaft, moc-ss410, part no.1802cne4ac, top shaft, moc - ss410, part no.1804cne4ac, intermediate shaft, moc- ss 410, part no.1805cne4ac, ratchet bush, moc-en24, part no.2001cne4ac, ratchet pin, moc- ss 410 h, partno.2004cne4ac, solid muff coupling, moc-ss410, partno. 2050cne4ac, split collar, moc- ss410, part no.2060cne4ac, key i st stage impeller, moc-ss 410, partno.3210cne4ac, key impeller, moc-ss 410, partno.32101cne4ac, key solid muff coupling, moc- ss410, part no.3260cne4ac, key thrust block, moc- ss410, part no.3280cne4ac, o ring diffuser bell mouth, moc, part no. 4250cne4ac, o ring int brg bracketand rising main, part no. 42501cne4ac, angularcontact ball bearing, part no.2601cne4ac, deepgroove ball bearing, moc no. 6315, partno.2600cne4ac, impeller nose cap, moc - ltb2, partno.1651cne4ac, gland sleeve, moc-ltb2, part no.2106cne4ac, intermediate beraing bush, moc -thrdon, part no. 2801cne4ac, pump bearing bush, moc- thrdon, part no. 2830cne4ac, pump bearingsleeve, moc- ltb2, part no.2832cne4ac, intermediatebearing sleeve, moc - ltb2, part no.2834cne4ac, thrust bearing lock nut, moc- ms, partno.3012cne4ac, lock washer, moc- ms, partno.3020cne4ac
  • View Tender
  • Document
  • Bid Support
59 Coal And Lignite
image image
Central Government/Public Sector
TRN :35427502 |  11 Oct, 2025
Tender Value : 0
 Angul - Orissa
Tender for gem bids for gear lubricants, multipurpose ?extreme?pressure?gear?oil? v3 conforming to is 1118 q3, antiwear hydraulicoil heavy duty v4 as per is 10522 q2, antiwearhydraulic oil v3 as per is 11656 q2 * * % % 2 32 3 /mse exemption for years of experienceand turnoveryes | complete& % & % * * % % 2 2   / startup exemption for years ofexperience and turnoveryes | complete 6  6 & & /document requiredfrom sellercertificate requested in atc, oem authorizationcertificate, oem annual turnover, additional doc 1requested in atc, additional doc 2 requested inatc, additional doc 3 requested in atc, additional doc 4requested in atc*in case any bidder is seeking exemption from experience /turnover criteria, the supporting documents to prove hiseligibility for exemption must be uploaded for evaluation bythe buyer8 8  :  : ; ; < < & : & :    :  : < < ? ?? ? % % /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  a /bid number: gem/2025/b/6694140< /dated: 20-09-2025  & & / bid document1 / 35     & &   j j     a a / minimum number ofbids required to disable automatic bidextension3< :< :   a a, , m m     -- / / number of days for which bidwould be auto--extended7 8 8 < < < < / /number of auto extension count1  p %p % <6 <6 < < /bid to ra enabledno6 6 r r   /itc available tobuyeryes  2 2 /type of bidtwo packet bid2 2 t t /primary product categorygear lubricants, multipurpose ?extreme?pressure?gear?oil? v3 conforming to is 1118   u u   & w & w /time allowed for technicalclarifications during technical evaluation7 days x x j j y y x x 2 2 / % % : : ; ; /inspection required byempanelled inspection authority / agenciespre-registered with gemno u u y y /evaluation methoditem wise evaluation/ & & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  ? /advisory bankstate bank of indiaschedule 1  /emd amount in inr9282schedule 2  /emd amount in inr7940schedule 3  /emd amount in inr15939schedule 4  /emd amount in inr8schedule 5  /emd amount in inr7490   /epbg detail  ? /advisory bankstate bank of india2 / 35 2 %/epbg percentage%5.00  j /duration of epbgrequired months.3a.  *  ^    % & 2&  % &  % 2  ? p : /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. the emd amount will be applicable for each schedule/group selected during bid creation.c.  , , ` x < / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. ` ` /beneficiary : mahanadi coalfields limited, hingula areaname of bank: state bank of india, bank branch name: hingula area, mahendrapur bank account no.:11094460922 beneficiary bank branch ifsc: sbin0012068 beneficiary address: mahanadi coalfieldslimited, hingula area, balaram township, po- nehru satabdi nagar, bharatpur, dist-angul, odisha, 759148mahanadi coalfields limited, hingula area  /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 for3 / 35 exemption.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. 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. 6. 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. 7. 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. if the buyer has mentioned mse purchase preference in atc then service provider is required to uploadnecessary documents for mse purchase preference for verification by the buyer during evaluation. u u   u u   / 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: u / evaluationschedules & / / item/category /quantityschedule 1gear lubricants, multipurpose ?extreme?pressure?gear?oil?v3 conforming to is 11183570schedule 2antiwear hydraulic oil heavy duty v4 as per is 1052237804 / 35 schedule 3gear lubricants, multipurpose ?extreme?pressure?gear?oil?v3 conforming to is 11186300schedule 4gear lubricants, multipurpose ?extreme?pressure?gear?oil?v3 conforming to is 1118210schedule 5antiwear hydraulic oil v3 as per is 116563570gear lubricants, multipurpose ?extreme?pressure?gear?oil? v3 conforming to is1118 3570 containers 6 6 1 2 & & % % % % a a % % 2 32 3 j j /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  j j u u /bid requirementallowed valuesgeneralrequirementstypes of gear lubricants, multipurpose ?extreme?pressure?gear?oil?ep type api gl-5viscosity gradesae 140packing and markingpacking size210lothersagree to provide all relevantdocuments, testreport/supporting document /reports etc to the buyer at thetime of bidding or on demandduring supplyyesadditional specification parameters - gear lubricants, multipurpose ?extreme?pressure?gear?oil?v3 conforming to is 1118 3570 containers specification parameternamebid requirement allowed valuesadditional specificationparametersconfirming to is 1118additional specificationparameters1recommendation/approval of oem m/s. beml is required as lubricant is to beused in equipment under warranty/guarantee/contract.* bidders offering must also comply with the additional specification parameters mentioned above. 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na5 / 35   //p < c p < c   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < c p < c   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad357030antiwear hydraulic oil heavy duty v4 as per is 10522 3780 liter 6 6 1 2 & & % % % % a a % % 2 32 3 j j /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  j j u u /bid requirementallowed valuesstandards &certificationgoverning standardconformity to is 10522generalrequirementsviscosity grades ofantiwear hydraulic oilvg 68requirements for antiwearhydraulic oilas per clause 3 and table 1 of is 10522packing and markingpacking size in liter210 ladditional specification parameters - antiwear hydraulic oil heavy duty v4 as per is 10522 3780liter specification parameternamebid requirement allowed valuesadditional specificationparameterstest reports: needs to submitted at the time of bidding or during supply.additional specificationparameters1recommendation/approval of oem m/s. beml is required as lubricant is to beused in equipment under warranty/guarantee/contract.* bidders offering must also comply with the additional specification parameters mentioned above. 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na6 / 35   //p < c p < c   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < c p < c   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad378030gear lubricants, multipurpose ?extreme?pressure?gear?oil? v3 conforming to is1118 6300 containers 6 6 1 2 & & % % % % a a % % 2 32 3 j j /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  j j u u /bid requirementallowed valuesgeneralrequirementstypes of gear lubricants, multipurpose ?extreme?pressure?gear?oil?ep type api gl-5viscosity gradesae 90packing and markingpacking size1l, 5l, 25l, 210lothersagree to provide all relevantdocuments, testreport/supporting document /reports etc to the buyer at thetime of bidding or on demandduring supplyyesadditional specification parameters - gear lubricants, multipurpose ?extreme?pressure?gear?oil?v3 conforming to is 1118 6300 containers specification parameternamebid requirement allowed valuesadditional specificationparametersconfirming to is 1118, test report: needs to submitted at the time ofbidding or during supply.additional specificationparameters1recommendation/approval of oem m/s. beml is required as lubricant is to beused in equipment under warranty/guarantee/contract.* bidders offering must also comply with the additional specification parameters mentioned above. 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details7 / 35   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < c p < c   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < c p < c   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad630030gear lubricants, multipurpose ?extreme?pressure?gear?oil? v3 conforming to is1118 210 containers 6 6 1 2 & & % % % % a a % % 2 32 3 j j /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  j j u u /bid requirementallowed valuesgeneralrequirementstypes of gear lubricants, multipurpose ?extreme?pressure?gear?oil?ep type api gl-5viscosity gradesae 85w-140packing and markingpacking size210lothersagree to provide all relevantdocuments, testreport/supporting document /reports etc to the buyer at thetime of bidding or on demandduring supplyyesadditional specification parameters - gear lubricants, multipurpose ?extreme?pressure?gear?oil?v3 conforming to is 1118 210 containers specification parameternamebid requirement allowed valuesadditional specificationparametersconfirming to is1118* bidders offering must also comply with the additional specification parameters mentioned above. 8 / 35 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < c p < c   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < c p < c   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad21030antiwear hydraulic oil v3 as per is 11656 3570 liter 6 6 1 2 & & % % % % a a % % 2 32 3 j j /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  j j u u /bid requirementallowed valuesstandards &certificationgoverning standardconformity to is 11656generalrequirementsviscosity grades ofantiwear hydraulic oilvg 46requirements for antiwearhydraulic oilas per clause 3 and table 1 of is 11656packing and markingpacking size in liter210 ladditional specification parameters - antiwear hydraulic oil v3 as per is 11656 3570 liter specification parameternamebid requirement allowed valuesadditional specificationparametershigh viviscosity indexsae-46, test report: need to submitted at the timeof bidding or during supply, additional specificationparameters1recommendation/approval of oem m/s. tata hitachi is required as lubricantis to be used in equipment under warranty/guarantee/contract.* bidders offering must also comply with the additional specification parameters mentioned above. 9 / 35 6 < 6 <   p %p % 2 2 /input tax credititc and reverse chargercm details   6 < 6 < /itc on gst   6 < 6 < /itc on gst cess100%na   //p < c p < c   /consignees/reporting officer and quantity6. .6. ./s.no.   //p < c p < c   /consigneereporting/officer /address /quantity< <  < < /deliverydays1premkumar p759103, office of the depotofficer, regional stores, hingula area, at/p.o/p.s gopal prasad357030special terms and conditions-version:1 effective from 02-01-2025 for category gear lubricants, multipurpose ?extreme?pressure?gear?oil? v3 conforming to is 11181. isi markstc: the product may also carry an isi mark/standard mark as per the bis standard governingthis category. as such buyers may also opt for isi marked product while creating bid. in such cases buyershall verify valid bis license for the same at the time of evaluation of bid and check isi marking at thetime of receipt of material before issuing crac. eco mark stc:eco mark is applicable as per g.s.r. 85e dated 21st february 1991 annexure - i for thiscategory. as such buyers may also opt for eco mark labelled product while creating bid. in such casesbuyer shall verify eco mark label at the time of evaluation of bid/receipt of material before issuing crac.special terms and conditions-version:1 effective from 02-01-2025 for category antiwear hydraulicoil v3 as per is 116561. isi markstc: the product may also carry an isi mark/standard mark as per the bis standard governingthis category. as such buyers may also opt for isi marked product while creating bid. in such cases buyershall verify valid bis license for the same at the time of evaluation of bid and check isi marking at thetime of receipt of material before issuing crac. eco mark stc:eco mark is applicable as per g.s.r. 85e dated 21st february 1991 annexure - i for thiscategory. as such buyers may also opt for eco mark labelled product while creating bid. in such casesbuyer shall verify eco mark label at the time of evaluation of bid/receipt of material before issuing crac.6 6 ; ;         f f/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 original10 / 35 delivery period while exercising the option clause. bidders must comply with these terms.2. scope of supplyscope of supply bid price to include all cost components : only supply of goods3. buyer added bid specific atcbuyer added text based atc clausesadditional terms & conditions:1. qualification criteria: the bidder should be either of the following:a manufacturer of the tendered itemsorb indian selling agent authorized by the manufacturer of the tendered items, if the manufacturer does not quote directly as a matter of policy, 2. provenness criteria: any one of the following conditions should be satis ed for provenness:i. the tendered items must have been supplied during the last 5 years from the date of tender opening against orders to any government/public sector undertakings indigenous or global or any private industry.andeither, having satisfactory performance report from the user for a period of not less than 01 one yearorthe bidder will be required to furnish a self-certi cate to the following extent, along with proof of payment against the purchase orders/ rate contracts: the items covered in the purchase orders/ rate contracts copies enclosed with our o er have been fully executed and have performed satisfactorily as per the provisions of respective purchase orders/ rate contracts and all the complaints/ claim s lodged by the purchaser, if any, have been attended to and no complaints/ claimss are pending.orii. the bidder should be a startup or micro & small enterprise mses for the tendered items to be offered by them.the documentss/certificates of the bidders for bis/isi marking, iso certification towards quality management and dgms approval for any relaxation should be valid as on date of tender opening and a copy of such document/certi catevalid as on date of supply duly notarized, must accompany their billss.3. inspection: - final inspection of materials shall be carried out at the consignee s end by the authorized representative of sta o cer, hingula area at area level before acceptance of materials.11 / 35 .. warranty:4.1. the supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. the supplier further warrants that all goods supplied under this contract shall have no defect arising from design, materials or workmanship or from any act or omission of the supplier that may develop under normal use of the supplied goods in the conditions prevailing in the purchasers country.4.2. the supplier shall furnish guarantee/warranty certi cate along with the billfor satisfactory performance of the ordered materials for a period eighteen 18 months from the date of receipt and acceptance of material at consignees end or twelve 12 months from the date of its use/fitment/commissioning, whichever is earlier.4.3. the purchaser shall promptly notify the supplier in writing of any claims arising under this warranty. the supplier shall, within thirty days, repair or replacethe defective goods or parts thereof, free of cost at the ultimate destination. the supplier shall take over the replaced parts/goods at the time of their replacement. no claim whatsoever shall lie on the purchaser for the replaced parts/goods thereafter.5. price certificate: in the event of placement of supply order on the lowest tenderer they shall have to submit a price certificate in all their invoices in the following format: it is certi ed that the prices charged by us for the ordered items are thelowest prices applicable to any other person/organization, private co., government department, undertaking of central/state government 6.compliance with integrated management systems manual of mcl: product / product delivery should comply with, ensuring the quality of service, protection of the environment and health & safety during and after their activities, as per company / govt. norms7. banned or delisted or debarred or put on holiday suppliers:the manufacturer as well as the bidder if bidder is not the manufacturer will give a declaration that they have not been banned or de-listed or debarred or put on holiday by any government or quasi-government agencies or psus. if a bidder and/or manufacturer has been banned or delisted or debarred or put on holiday by any government or quasi government agencies or psu, this fact must be clearly stated and it may not necessarily be a cause for disqualifying them.however, if the manufacturer/bidder is banned or delisted or debarred or put on holiday by doe/moc/mcl / cil, the offer shall be not be considered for furtherevaluation.in case of indian agents of the local suppliers quoting against the tender, both the indian agent and their principals should submit the above declaration as performat given at annexure -g .12 / 35 . security deposit: the successful tenderers will have to submit security deposit for the 5 % value of the total landed value of the contract including all taxes, duties and other costs and charges, without considering input tax credit. the security deposit shall be in the form of a bank demand draft or in the form ofa bank guarantee in the prescribed format from a rbi scheduled bank in purchasers country on a non-judicial stamp paper within 15 days from date of noti cation of award or placement of order. the security deposit shall be in the same currencyies in which contract is to be signed/ issued. in case of multi-currency contract, separate security deposit bank guarantee sdbg in respective currency for required value as above shall be submitted. if the successful tendererfails to deposit the security deposit within 15 fteen days from date of noti cation of award/ placement of order, another opportunity may be given to them for submission of security deposit within next 15 days. lf the successful tenderer still fails to deposit the security deposit within the extended period but executes the supplies within the extended security deposit submission period, the submission of security deposit may be waived, as the purpose of submission of sd is fulfilled.in cases where the successful tenderer did not submit the security deposit evenwithin the extended period for sd submission but has supplied the materials either in full or in part after the extended period for sd submission, the sd may be deducted from the rst bill or in case of insu cient amount from subsequent bills of the supplier till the full sd amount is deducted. further, a penalty equivalent to 0.5% half percent of sd amount for delay of each week or part there of period of delay is to be calculated from the 31st day from the date of noti cation of award/placement of order to the date of receipt of full sd/deduction of full sd shall be levied subject to a maximum of 3% of the contract value. security deposit will be released with the approval of hod of mm department/ area gm within 30 days after completion of supplies and acceptance of material by the consignee. all central/state government organization/psus shall be exempted from submission of security deposit. oem/oes shall also be exempted from submission of security deposit in case of procurement of spare parts forequipment against single tender enquiry/open/ limited tenders. submission ofsecurity deposit is exempted for the contracts having value up to rs.2 lakhs. the sdbg will be submitted through structured financial management system sfms. gst shall be applicable on security deposit forfeiture and will be extra and recovered from suppliers/bidders.9.performance guarantee: the successful bidder shall be required to furnish a performance guarantee equivalent to 10% value of the total landed value of the contract including all taxes, duties and other costs and charges, without considering input tax credit. the performance guarantee shall be in the form of a bank demand draft or in the form of a bank guarantee in the prescribed formatthe pbg will be submitted through structured financial management system sfms.a. the performance guarantee shall remain valid till 3 months after the completion of warranty period.b. the performance guarantee shall be submitted su ciently in advance say3-4weeks to enable its veri cation from the issuing bank, before submission of the invoice for payment of the particular goods/equipments.13 / 35 c. the release of the performance guarantees after above indicated period, shall be subject to satisfactory performance of the equipment/ items during the warranty period and ful lment of contractual obligations failing which, action for further extension or encashment of pbg, as deemed suitable shall be taken. the performance bank guarantee shall be released after expiry of validity period if no claim is pending, with the approval of the concerned cms, i/c., ch area. d. in cases where the supplier does not submit the performance guarantee in time or as per the prescribed format in line with the contract stipulations, the performance guarantee amount may be deducted from the rst bill or in case of insu cient amount, from subsequent bills of the supplier till the full performance guarantee amount is deducted. this amount shall be refunded to the supplier upon acceptance of performance guarantee submitted by them. e. gst shall be applicable on performance guarantee forfeiture and will be extra and recovered from suppliers/bidders.performance bank guarantee format................................................ name& address of the purchaser................................................ companyre: bank guarantee in respect of agreement dated ................ day of ...... 20 ............... between... . ........................ name of purchaser companyand.......................... name ofsupplier company messers............................................... a company / firm having its office at no. . . . . . . . . . . . . . . ... . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . .hereinafter called the contractor has entered into anagreement dated .................... hereinafter called the said agreement with ........................... name of the purchaser company hereinafter called the company to supply ................ stores/materials amounting to rs................................... on the terms and conditions contained in the said agreement.it has been agreed that ................................... ......... percent payment o f the value of the stores/materials will be made to the contractor in terms of the said agreement on the contractors furnishing to the company a bank guarantee for the sumof rs............................................................................................................................... as security for due repayment of the said sum in terms of the said agreement, and also interest as therein provided.the...................... name of the bank having its o ceat............................................... has at the request of the contractor agreed to give the guarantee as hereinafter containedwe ......................................... name of the bank herein after called thebank do hereby unconditionally agree with the company that if the contractor shall in any way fail to observe or perform the terms and condition of the said agreement regarding repayment of the said sum of rs .......................... or any of them including the term for payment of interest for delay in deliveries or shall commit any breach of its obligations there under, the bank shall on demand and without any objection or demurpay to the company the said sum of rs........................................................................................ or such portion as shall then remain unpaid with interest without requiring the company to have recourse to any 14 / 35 legal remedy that may be available to it to compel the bank to pay the same, orcalling on the company to compel such payment by the contractor.any such demand shall be conclusive as regards the liability of the contractor to the company and as regards the amount payable by the bank under this guarantee. the bank shall not be entitled to with hold, payment on the ground that the contractor has disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between the company and the contractor regarding the claim.we, the bank- further agree that the guarantee shall come into force from the date hereof and shall remain in full force and e ect till the period that will be taken for the performance of the said agreement which is likely to be the....day of............................................................................................... but if the period of agreement is extended either pursuant to the provisions in the said agreement or by mutual agreement between the contractor and the company the bank shallrenew the period of the guarantee failing which it shall pay to the company the said sum of rs................or such lesser amount out of the said sum of r s............................................ as may be due to the company and as the company may demand. this guarantee shall remain in force until the dues of the company in respect of the said sum of rs and interest are fully satisfied and the company certifies that the agreement regarding re-payment of the said sum of rs has been fully carried out by the contractor and discharges the guarantee.the bank further agrees with the company that the company shall have the fullest liberty without the consent of the bank and without affecting in any way the obligations hereunder to vary any of the terms an d conditions of the said agreement or to extend the time for performance of the said agreement from time to time or to postpone for any time or from time to time any of the powers exercisable by the company against the contractor and to forbear to enforce any of theterms and conditions relating to the said agreement and the bank shall not be relieved from its liability by reason of such failure or extension being gran ted to the contractor or through any forbearance, act or omission on the part of the company or any indulgence by the company to the contractor or any other matteror thing whatsoever which under the law relating to sureties would but for this provisions have the effect of relieving or discharging the guarantor.the bank further agrees that in case this guarantee is required for a longer period and it is not extended by the bank beyond the period speci ed above the bank shall pay to the company the said sum of rs or such lesser sum as may then be due to the company out of the said advance of rs... and as the company may require.notwithstanding anything herein contained the liability of the bank under this guarantee is restricted to rs....... . only. the guarantee shall remain in force till the .......... day of .............. and unless the guarantee is renewed or a claim is preferred against the bank within 3 months from the said date all rights of the company under this guarantee shall cease and the bank shall be released and discharged from all liability her eunder except as provided in the preceding clause.the bank has under its constitution power to give this guarantee and ........... name of the person who has signed it on behalf of the bank has authority to do so.15 / 35 the details of beneficiary bank for sending details of bg under sfms platform is furnished below. name of the bank: - .......... .branch: - ............ .ifsc: - ............ ..a/c no: - ........... .customer id : ......... .dated this ................ day of ....................20 .. .place ........................................ . signature of the authorized person for and on behalf of the bank~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 11.the scanned copies of the following con rmatory documents shall be submitted by bidder: a qualification criteria:sl nocategory of bidderscanned copy of documents to be uploaded by all thebidders in support of basic eligibility criteriaself certified copy16 / 35 manufacturersall of below speci ed documents self certi ed1 any one of the following documents for the tendered items:a. factory license/manufacturing licenseb. nsic registration certificate.c. ssi/dic registration certificated. valid iso certificate.e. valid bis license/certificatef. valid dgms approvalg. micro / small enterprises mse registration certificate for being manufacturer for the tendered itemissued by district industries centres or khadi and village industries commission or khadi and village industries board or coir board or national small industries corporation or directorate of handicrafts and handloom or any other body speci ed by ministry of micro, small and medium enterprises2 for verification of local content class-i local supplier / class-ii local supplier, shall be required to indicate percentage of local content and provide self-certification that the item offered meets the localcontent requirement along with details of the locations at which the local value addition is made as per annexure-h17 / 35 indian selling agents authorized by manufacturerall of below specified documents self certified1 specific authorization & undertaking from manufacturer to quote against this tender as per format enclosed as annexure-b. note: the authorization should be pre-dated from tender opening date, properly signed and valid. the validity should corresponds to the delivery period stipulated in tender enquiry2 indian selling agents authorized by manufacturer is required to submit an undertaking as per format enclosed as annexure-c.3 the manufacturer/ tenderer is required to upload a certificate that no agent/ middleman/ liaisoningagent or any entity in any name other than thedisclosed authorized indian agent is involved in theprocess of procurement of goods and services annexure-d.4 any one of the following documents of the principal manufacturer for the tendered items:a factory license/manufacturing licenseb nsic registration certificate.c ssi/dic registration certificated valid iso certificate.e valid bis license/certificatef valid dgms approvalg micro / small enterprises mse registration certificate for being manufacturer for the tendered itemissued by district industries centres or khadi and village industries commission or khadi and village industries board or coir board or national small industries corporation or directorate of handicrafts and handloom or any other body specified by ministry of micro, small and medium enterprises5 for verification of local content class-i local supplier / class-ii local supplier, shall be required to indicate percentage of local content and provide self-certification from the oem that the item offered meets the local content requirement along with details of the locations at which the local value addition is made as per annexure-h.18 / 35 b provenness criteria:sl.no.alternative provenness criteriascanned copy of documents to be uploaded by the bidder in support of information declarationfurnished online by the bidder against provenness criteria as confirmatory document self certified copy the tendered item must havebeen supplied during the last 5 years from the date of tender opening to any government/public sectoru ndertakings indigenous or global or any private industry indigenous orglobal, . please note that the orders should not be older than five 05 years from the date of opening of tender. uploaded orders older than 5 years from the date of opening of tender shall be ignored.no new supply orders shall be accepted during recycling of shortfall documents. therefore bidders must be careful whileuploading supply order copies onlineandeither, having satisfactory performance report from the user for a period of not less than 01 yearor the bidder will be required to furnish a self- certificate to the following extent along with proof of payment againstthe purchaseboth the following documents a and bi or biia. complete set ofsupply orders firmcopies for the tendered item. the age of orders uploaded shall be maximum 5 five years from the date of opening of tender for the purpose of determination of provenness of the product offered by a bidder.please note that the orders should not be older than five 05 years fromthe date of opening of tender. uploaded orders older than 5 years from the date of opening of tender shall be ignored.andb. any of the following:i. satisfactory performance report from the users for a period of not lessthan 01 year from the date of fitment/commissioning.orii. the bidder will be required to furnish a self-certificate to the following extent along with proof of payment against the purchase orders/rate contracts : the items covered in the purchase orders/ rate contracts copies enclosed19 / 35 orders/ rate contracts:: the items covered in the purchase orders/ rate contracts copies enclosed with our offer have been fully executed and have performed satisfactorily as per the provisions of respective purchase orders/ rate contracts and all the complaints/ claim s lodged by the purchaser, if any, have been attended to and no complaints/ claimss are pending.note: the supplies must be completed at least twelve months prior to last date of tender submission.with our offer have been fully executed and haveperformed satisfactorily as per the provisions of respective purchase orders/ rate contracts and all the complaints/ claim s lodged by the purchaser, if any, have been attended to and no complaints/ claimss are pending.note: the supplies must be completed at least twelve months prior to last date of tender submission.no new supply orders shall be accepted during recycling of shortfall documents. therefore bidders must be careful while uploading supply order copies online iiif the bidder is a startup or micro & small enterprise msesfor the tendered items to be offered by thema certificate issued by dipp department of industrial policy & promotion for being startup or certificate issued by authorities for being mse andb any one of the following documents attested by public notary:- valid isi marking license / dgms approval certificate for the offered item or rate contract issued by cil/ any other subsidiary for the offered item or proven ancillary certificate issued by mcl for the offered item notarized. or filled up proforma for equipment and quality control as per annexure-a for verification of your technical capability by concerned technical department. c other qualification criteria: all the following specified docume20 / 35 ntssl.no.other qualification criteriascanned copy of documents to be uploaded by all the bidders in support of other eligibility criteriapreferably self certified copy01certificate of local contentformat at annexure-hself-certification from manufacturer/ oem indicating percentage of local content & that the item offered meets the local content requirement for class-i local supplier / class-ii local supplier as the case may be along with details of locations at which the local value addition is made. note:i. non-local supplier with offered item having local content less than or equal to 20%are not eligible to bid in this procurement.ii. bidders offering imported products will fall underthe category of non-local suppliers. they can t claim themselves as class i local supplier/ class ii local supplier by claiming profit, warehousing, marketing, logistics, freight, after sales service support likeamc/cmc etc as local value addition02lowest price certificateformat at annexure-kbidder shall submit lowest price certificate as under: we certify that the prices quoted in the tender are the lowest and not higher than as applicable to any organization / ministry / department of the govt. of india or coal india ltd. and/or its subsidiaries or other psu or any other private organization. 21 / 35 annexure-aproforma for equipment and quality controlreference : cil/subsidiary co. gem bid no. date for supply of 1. name and address of the firm2. a telephone no. office/factory/worksb e-mail id3. location of manufacturing works/factories owned by the rm documentary evidence of ownership must be produced.4. brief description of the factory i.e. area covered accommodation, department into which it is divided, laboratory etc.5. details of plant and machinery erected and functioning in each department monographs and description pamphlets be supplied if available.6. whether the process of manufacture in the factory is carried out with the aid of power or without it.7. process flow charts for the whole manufacturing process of the tendered item.8. details and stocks of raw materials held.9. production capacity of items quoted for with the existing plants and machinerya normalb maximum10. details of quality assurance plan and quality control infrastructure such as laboratories etc.11. a details of technical supervisory sta in-charge of production and quality control.b skilled labour employed.c unskilled labour employedd maximum number of workers skilled and unskilled employed on any day during 18 months preceding the date of application.12. whether stores were tested to any standard speci cation, if so, copies of original test certificate should be submitted in duplicate. 22 / 35 signature of tenderer nb: details against sl. nos. 5 to 12 inclusive need be restricted to the extent they pertain to the items underannexure-b m/s. mcl, addressdear sirsub: gem bid no.:authorization & undertaking certi cate by manufactureron letter head of the principal / manufacturerwhereas we, m/s name of manufacturer who are established and reputable manufacturers of tendered/o ered items having factories at andaddresses of factoryies, do here by authorize m/s name & address our agent to submit the bid and execute the resultant contract with you on our behalf against the above tender.we, m/s name of manufacturer also undertake the following:i that, as a matter of our corporate policy, we don t directly quote / market our products and if, subsequently, at any stage, it is found that we have quoted directly to any organization, we shall be liable for penal action asper provisions. further, if at any stage, it is found that agency commission has been paid by us without declaring the agent, the commission will berecovered with interest.ii that we will accept the responsibility for the satisfactory execution of orders placed on our authorized agent including warranty/ guarantee obligations.iii that, wherever necessary, we will provide requisite inspection and testing facilities at our works in respect of orders placed on our authorized agent.iv our authorized agents price will not exceed that which we would havequoted.v letter submitted by our agent for inspection of goods would be accompanied by a certificate from us that the goods o ered for inspection as indicated in the letter have been manufactured by us.vi we hereby accept to extend our full support and commitment for all the terms and conditions including guarantee and warranty as per the cond23 / 35 itions of contract, technical specifications for the goods and services offered for supply by the above bidder on our behalf against this tender for the entire
  • View Tender
  • Document
  • Bid Support
60 Security Services
image image
Central Government/Public Sector
TRN :35409468 |  06 Oct, 2025
Tender Value : 0
 Darjeeling - West Bengal
Tender for gem bids for bid number gem2025b6681995 dated 14-09-2025 0 0 bid document1 65 0 0 2 2 tiles ceremic 600x600mm, polished indian black markinogranite tile for kitchen 600x600mmx10mm, polishedindian black markino granite tile for kitchen300x200mmx10mm, 60mm thick pcc inter lockingcoloured tiles, load bearing concrete hollow blocks of size400mmx200mmx200mm, agg 20mm, cement opc 43grad, iron plate patti width 75x6mm, sand brown paint formetal column, synthetic rubber adhesive to stic pvclaminated sheet flooring, paint brush 2 inch, paint brush 3inch, thinner, white cement, welding rod, pvc insulatedcable 1 sqmm single core copper conductor, pvcinsulated cable 1 point 5 sqmm single core copperconductor, cable pvc insulated unsheathed single coreflexible copper conductor 1100v grade of size 2 point 5sqmm, pvc armoured cable aluminium conductor 10sqmm twin core, switch socket combination 5 or 3 pin 15or 16 amp, modular switch socket combination 3 or 5 pin16 amp with box, modular socket 3 pin 10 amp and 3 pin 20amp with box modular type 2 module, pvc insulation tape2 cm wide 10 mtr long, steel exhaust fan 450 mm sweep, pvc exhaust fan 200 mm with ventilator and louveredwindow, piano switch modular 10 amps, pvc casing caping25x16 mm, ppr pipe 20 mm dia, ppr pipe 32 mm dia, pprpipe 25mm dia, pvc pipe y 4 inch, pvc pipe 4 inch 45degree elbow, ppr tee 15mm, ppr tee 20mm, ppr tee25mm, pvc tee 75mm, pvc tee 100mm, pvc trap 4 inch, ppr elbow 15 mm, ppr elbow 45 degree 20mm, pprelbow 45 degree 25mm, ppr elbow 90 degree 20 mm, pprpipe clip 1 or 2 inch, ppr pipe clip 25 mm, pipe clip 1 point5 inch, ppr male threated socket 20 or 15 mm dia, pprfemale threated socket 20 or 15 mm dia, ppr femalethreated elbow 20 or 15 mm dia, ppr male threated elbow20 or 15 mm dia, ppr female socket 1 or 2 inch brass, pprfemale theard elbow 1 or 2 inch, pvc elbow 3 inch dia, pvcelbow 4 inch dia, pvc l bend 4 inch, monkey plier, pprsocket 20 mm, ppr socket 25 mm, pvc socket 75 mm, pvc socket 100 mm, pvc socket 110 mm, ppr union 15mm, ppr union 20 mm, ppr union 25 mm, ppr teereducer 20 or 15 mm, ppr reducer 20 or 25 mm, pvc tankconnector, water proof tape high polymer butyal rabber 4inch, tape teflon, pvc pipe 4 inch, pvc pipe 3 inch dia 3mtr long, pvc connection pipe 450 mm to 650 mm long, pvc connecion pipe 450 mm, towel rail cp 750 mm long, hand towel stand, toilet paper holder, ppr tankconnector 25 mm with check nut and washer, pvc bib tap1 or 2 inch, angle type bib tap 1 or 2 inch jaguar, tap longbody 1 or 2 inch, tap sort 1 or 2 inch, pvc bib cock 15 mm, ptmt connection pipe 2 inch hot and cold, cp pillar cock15mm, brass stop cock 15mm, brass stop cock 20mm, mseal 100 gm each pkt complete, brass float valve 25mm, float valve pot water tank 25mm, ewc toilet with p trapsingle piece jaguar, waste pipe for wash basin, healthfaucet jaguar, nahani jali, nut bolt of size 12x60 mm, rivit 1 inch, ppr welding machine 20 to 63 mm cutter andaccessories, hack saw frame, hack saw blade, tile cuttermachine, bathroom mirror 2x1 point 5 ft, sand bag
  • View Tender
  • Document
  • Bid Support
  • 1
  • 2
  • 3
  • 4
  • 5
  • 6
  • 7
  • 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 : ms cap
  • Ms Metal Tenders ,
  • Ms Joint Tenders ,
  • Ms Stand Tenders ,
  • Ms Flange Tenders ,
  • Ms Cover Repair Tenders ,
  • Ms Panel Tenders ,
  • Ms Chips Tenders ,
  • Ms Well Cap Tenders ,
  • Ms Truss Tenders ,
  • Ms Mould Tenders

Get ms cap Tender Alert...

654612

Related Searched Keywords : ms cap

  • False Ceiling Repair Tenders From Maharashtra
  • Floor Tiling Work Tenders From Delhi
  • Pile Foundation Tenders From West-Bengal
  • Infrastructural Works Tenders From -Tamil-Nadu
  • False Ceiling Work Tenders From Andhra-Pradesh
  • Gravelling Tenders From Gujarat
  • Water Proof Treatment Tenders From Karnataka
  • Canal Work Tenders From Uttar-Pradesh
  • Lift Irrigation Service Tenders From Rajasthan
  • Dismantlement Tenders From Madhya-Pradesh

Read More


Tender Document

951313

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 »

  • Tile Works Tenders
  • Floor Tiling Tenders
  • Infrastructures Work Tenders
  • Protection Wall Tenders
  • False Flooring 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
  • Terms & Conditions
  • Privacy & Policy

Get in touch with us

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

  • sales@thetenders.in / ceo@thetenders.in

W B


Copyright ©2018 - Thetenders.com.

Download Mobile App