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
»
Oral Care Pack
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of oral-care-pack Tenders

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

Advance Search
  • All-Tenders (3)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 Security Services
image image
Central Government/Public Sector
TRN :34900800 |  01 Aug, 2025
Tender Value : 0
 Nagpur - Maharashtra
Tender for gem bids for surgical, disposable shoe cover nasal cannula adult foleys ballooncatherer 2 ways silicon 14 g hand gloves size 6 1 by 2pair of hand gloves size 7 pair of adhesive plaster zincoxide 7 point 5 cm x 5 mtr adhesive plaster tape 4 inchesbox of 3 microfoam adhesive plaster micro porous tape 1inch box of 12 adhesive plaster micro porous tape 2 inchesbox of 6 adhesive plaster micro porous tape 3 inches boxof 4 bandage crepe 10 cm bandage crepe 15 cm bandage open woven uncompressed 10 cm x 4 metres bandage plaster of paris 10 cm x 3 metres bandage plasterof paris 15 cm x 3 metres bandage triangular bandageself adherent wrap 15 cm x 4 point 5 mtr box of 10 bandage self adherent wrap 10 cm x 4 point 5 mtr box of 18 cotton wool absorbent pkt of 50 gm cotton woolabsorbent pkt of 500 gm cotton wool non absorbent pkt of500 gm dressing medicated adhesive 25 cm x 6 cm in asingle strip pack dressing first aid unmedicated sterilepack dressing medicated gauze paraffin 10 cm x 10 cm tinof 24 dressing post op medicated 10 x 12 cm pack of 50dressings flexigrid gauze absorbent folded 1 cm x 100metres gauze surgical open woven unmedicated 60 cmwide gauze surgical open woven unmedicated 60 cm x 3metres packet surgeons mask disposable transparentmedicated adhesive wound dressing 10 x 25 cm box of 12 mesh prosthesis for hernia small polypropylene mesh size 6x 11 cms composite light wt mesh of polypropylene andpolygalactin 910 by polygycolic acid polydioxanone size 1150 cms loop 1 by 2 circle rb needle 50 to 55 mm synthetic absorbable polygalactin 910 by polyglycolic acidcoated with polycaprolate size 1 to zero 70 to 90 cm 1 by 2circle rb 20 to 25 mm synthetic absorbable polygalactin910 by polyglycolic acid coated with polycaprolate size 3 tozero 70 to 90 cm 1 by 2 circle rb 20 to 25 mm tube bid number gem2025b6479722 dated 22-07-2025 bid document1 95 0 0 feeding smooth plastic infant 38 cm long 8 f with redflexible connector for nasogastric feeding, tube feedingsmooth plastic infant 38 cm long 5 f with red flexibleconnector for nasogastric feeding, nitrile non sterile glovesmedium m, nitrile non sterile gloves large l, nitrile nonsterile gloves extra large xl, marking pen, sterile post opdressing pack large, sterile post op dressing pack mini, extension tubing with three way stop cock 10 cms in length, ultrasound jelly tube of 250 gm point, gumzee pack, tube endo tracheal oral or nasal vinyl plastic size 5 point 5internal diameter point, tube tracheostomy with inflatablecuff size 24 fg, tube tracheostomy with inflatable cuff size27 fg, tube tracheostomy with inflatable cuff size 30 fg, tube tracheostomy with inflatable cuff size 33 fg, tubetracheostomy with inflatable cuff size 35 fg, baby mask, feeding tube 6, feeding tube 8, urine collection bag, suction catheter size 16, suction catheter size 8, spinalneedle size 26, spinal needle size 27, abdominal drainagesize 20, abdominal drainage size 22, 3 way silicon folleyscatheter, durapore, disposable diathermylid, collagen mgranuels, dresing colagen wound management material 15ml 8 x 14 inch, surgicel, ligaclip size 300, ligaclip size400, ot drapes disposable large, hme filter, digitalradiography dr x ray film zero 8 x 10 inch pkt of 125 filmcarestream, digital radiography dr x ray film 12 x 10 inchpkt of 125 film carestream, computed radiography cr xray film 08 x 10 inch pkt of 150 film fuji film, computedradiography cr x ray film 12 x 10 inch pkt of 150 film fujifilm, corn cap, baby tags blue, baby tags pink, polyglycolic acid vicryl no 1 suture 90 cm rounded bidiedneedle 40 mm, vaporised hydrogen peroxide foggingdisinfectant solution bott of 5 ltr, nebulization mask adult, nebulization mask pead, polypropylene blue monofilament75 cm size no 1 reverse cutting 50 mm needle prolene no 1, polypropylene blue monofilament 75 cm size no 2 by zeroround body 25 mm needle prolene no 2 by zero, prolenesize 1 3 by 8 crcle cut 40 mm pkt of 12, prolene sz 1 byzero 3 by 8 cir cut 40 mm pkt of 12, powder free sterilegloves 7, poliyamide monofilament size no 1 by 100 cm 1by circle cutting 40 mm, synthetic absorbable polygalactinrapid 910 by polyglycolic acid size 2 to zero 80 to 90 cm 1by 2 circle rb 30 mm, polypropylene blue monofilament 1point 5 m loop size 1 48 mm 1 by 2 circle heavy roundbody needle, inj butorphanol 2 mg per ml, epistaxis nasaldressing with string size 10 x 15 x 25 mm, epistaxis nasaldressing with string size 8 point zero x 1 point 5 x 2 pointzero cm, tracheostomy tube cuffed size 6 point zero, tracheostomy tube cuffed size 6 point 5, tracheostomytube cuffed size 7 point zeo, tracheostomy tube cuffedsize 7 point 5, tracheostomy tube cuffed size 8 point zero, tracheostomy tube cuffed size 8 point 5, tracheostomytube cuffed size 9 point zero, dental syringe needle longsize 26, dental syringe needle long size 27, dentalsyringe needle long size 28, leader arterial catheter, epidural kit 16 g portex, epidural kit 18 g portex, 3 waywith extension line 150 cm, epidural infusion set baxter, biological indicator for autoclave, sony thermal printerpaper hd for ultrasonography, fibre glass cast roll, laryngoscope battery size aa, suture vicryl rapid 2 to zerocode 2777 36 mm needle with 140 cm thread with both sideneedle round and cutting, absorbable surgical suturesynthetic sterilised surgical needle suture 1 by 2 circle tapercut 2 to zero, absorbable surgical suture glycolide sterilisedsurgical needle suture 26 mm 3 by 8 circle reverse cuttig 2    //bid details2 / 95 to zero, suture polypropylene blue monofilament size no 1round body, suture polypropylene blue monofilament sizeno 1 by zero round body, suture polypropylene bluemonofilament size no 3 by zero cutting, suturepolypropylene blue monofilament size no 4 by zero cutting, suture silk braided size no 1 cutting, suture silk braidedsize no 1 by zero round body, suture silk braided size no 2by zero round body, suture polyamide nylon monofilamentsize 1 by zero cutting, suture polyamide nylonmonofilament size 3 by zero cutting, suture poliglecaprone25 monocryl size 4 by zero cutting, suture absorbablebraided coated polygalactin 910 vicryl violet size 3 by zerocutting, port dressing op site dressing, romo vac size 16, romo vac size 18, disposable monopolar electrosurgicalpencil cautery, under water sealed drainage, thoracicdrainage catheter size 28 f with trocar, thoracic drainagecatheter size 32 f with trocar, endoloop catgut ligature, disposable surgical port for laproscopic surgery 5mmdisposable shoe cover, nasal cannula adult, foleys ballooncatherer 2 ways silicon 14 g, hand gloves, size 6 1/2 pairof, hand gloves, size 7 pair of, adhesive plaster, zinc oxide, 7.5 cm x 5 mtr, adhesive plaster tape, 4 inches, box of 3, microfoam, adhesive plaster, micro porous tape, 1 inch, boxof 12, adhesive plaster, micro porous tape, 2 inches, box of6, adhesive plaster, micro porous tape, 3 inches, box of 4, bandage crepe, 10 cm, bandage crepe, 15 cm, bandage, open woven, uncompressed, 10 cm x 4 metres, bandage, plaster of paris, 10 cm x 3 metres, bandage, plaster of paris, 15 cm x 3 metres, bandage triangular, bandage, selfadherent wrap, 15 cm x 4.5 mtr box of 10, bandage, selfadherent wrap, 10 cm x 4.5 mtr box of 18, cotton wool, absorbent, pkt of 500 gm, cotton wool, non-absorbent, pktof 500 gm, dressing medicated adhesive, 25 cm x 6 cm, ina single strip pack, dressing, first aid, unmedicated sterilepack, dressing medicated gauze paraffin, 10 cm x 10 cm, tin of 24, dressing post-op medicated, 10 x 12 cm, pack of50 dressings, flexigrid, gauze absorbent, folded, 1 cm x100 metres, gauze surgical, open woven, unmedicated, 60cm wide, gauze surgical, open woven, unmedicated, 60 cmx 3 metres packet, surgeons mask disposable, transparentmedicated adhesive wound dressing, 10 x 25 cm, box of 12, mesh prosthesis for hernia-small polypropylene mesh size 6x 11 cms. composite light wt mesh of polypropylene andpolygalactin 910/ polygycolic acid, polydioxanone size 1, 150 cms loop, 1/2 circle rb needle, 50-55 mm, syntheticabsorbable polygalactin 910/polyglycolic acid coated withpolycaprolate, size 1-0, 70-90 cm, 1/2 circle rb, 20-25 mm, synthetic absorbable polygalactin 910/polyglycolic acidcoated with polycaprolate, size 3-0, 70-90 cm, 1/2 circle rb, 20-25 mm, tube feeding, smooth, plastic, infant, 38 cmlong, 8f, with red flexible connector for nasogastricfeeding, tube feeding, smooth, plastic, infant, 38 cm long, 5f, with red flexible connector for nasogastric feeding, nitrile non sterile gloves medium m, nitrile non sterilegloves large l, nitrile non sterile gloves extra large xl, marking pen, sterile post op dressing pack large, sterilepost op dressing pack mini, extension tubing with three waystop cock 10 cms in length, ultrasound jelly tube of 250 gm, gumzee pack, tube endo-tracheal oral/nasal vinyl plasticsize 5.5 internal diameter., tube tracheostomy withinflatable cuff size 24 fg, tube tracheostomy with inflatablecuff size 27 fg, tube tracheostomy with inflatable cuff size30 fg, tube tracheostomy with inflatable cuff size 33 fg, tube tracheostomy with inflatable cuff size 35 fg, babymask, feeding tube 6, feeding tube 8, urine collection bag,     //bid details3 / 95
  • View Tender
  • Document
  • Bid Support
2 Steel And Iron Product
image image
Central Government/Public Sector
TRN :34891878 |  11 Aug, 2025
Tender Value : 0
 Visakhapatnam - Andhra Pradesh
Tender for gem bids for entry and mid level desktop computer q2, computermonitor q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno    -- 8 8 9 9  :  :   ; ; / minimum number ofbids required to disable automatic bidextension3 > >   ; ;, , @ @     -- / / number of days for which bidwould be auto--extended7  b %b % : : /bid to ra enabledyesb %b % c c /ra quali cation ruleh1-highest priced bid elimination  4 4 /type of bidtwo packet bid4 4 f f /primary product categoryentry and mid level desktop computer   g g   & i & i /time allowed for technicalclarifications during technical evaluation2 days  ; /bid number: gem/2025/b/6459939 /dated: 21-07-2025  & & / bid document1 / 14 q q 8 8 s s q q 4 4 / % % u > u > v v /inspection required byempanelled inspection authority / agenciespre-registered with gemno g g s s /evaluation methoditem wise evaluation/ w & w & /arbitration clauseno /mediation clauseno    //bid details     /emd detail 8 /requiredno   /epbg detail 8 /requiredno  /splitting   / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceno     /mse purchase preference   /mse purchase preferenceyes1. purchase preference will be given to mses having valid udyam registration and whose credentials 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 30% 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 is2 / 14 validated on-line in gem profile as well as validated and approved by buyer after evaluation of documentssubmitted. 2. estimated bid value indicated above is being declared solely for the purpose of guidance on emd amount andfor determining the eligibility criteria related to turn over, past performance and project / past experience etc.this has no relevance or bearing on the price to be quoted by the bidders and is also not going to have anyimpact on bid participation. also this is not going to be used as a criteria in determining reasonableness ofquoted prices which would be determined by the buyer based on its own assessment of reasonableness andbased on competitive prices received in bid / ra process. 3. reverse auction would be conducted amongst all the technically qualified bidders except the highest quotingbidder. the technically qualified highest quoting bidder will not be allowed to participate in ra. however, h-1will also be allowed to participate in ra in following cases:i. if number of technically qualified bidders are only 2 or 3.ii. if buyer has chosen to split the bid amongst n sellers, and h1 bid is coming within n.iii. in case primary product of only one oem is left in contention for participation in ra on elimination of h-1.iv. if l-1 is non-mse and h-1 is eligible mse and h-1 price is coming within price band of 15% of non-mse l-1v. if l-1 is non-mii and h-1 is eligible mii and h-1 price is coming within price band of 20% of non-mii l-1 g g   g g   / 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: g / evaluation schedules & / / item/category / quantityschedule 1entry and mid level desktop computer8schedule 2computer monitor15entry and mid level desktop computer 8 pieces    i  i /technical specifications*   i / as per gem category speci cation  /speci cation i i /specificationname  8 8 g g /bid requirementallowed valuesprocessordescription of storesdesktop computer with table mount monitor systemwith compatible chipset as per processor make withminimum 6 usb portcomputer typemid levelprocessor numberamd ryzen 5 5600g, intel core i5 12400 or highermotherboardexpansion slots pcie x 12 or higherexpansion slots m dot 2 forwifi1 or highergraphicsgraphics typeintegratedoperating systemfactory pre-loadedoperating system bydesktop oemwindow 11 professionalmemory ramram size memorycard/module in gbcapacity to be installed inthe system16, 32 or higher3 / 14 storagetype of storage installedwith the systemnvme-ssd plus hdd@7200 rpmssd - storage capacity ingb500, 512, 1024, 2048 or higherhdd - storage capacity ingb1000, 2000 or highercabinetbays for optical drive1optical drivedvd r/waudio interface typeuniversal 3.5 mm audio jack support for audio-in andaudio out, audio-in, audio-outportsnumber of usb type a portversion 2 point 04 or highernumber of usb type a portversion 3 point 2 gen 13, 4, 5, 6 or highernumber of usb ports type c1, 2 or highernumber of vga ports1 or highernumber of hdmi ports1 or highernumber of dp ports1 or highermonitoravailibility of monitoryes as per is 13252 part 1display technologyled backlit lcd liquid crystal displayscreen size in cms53.1 - 58 20.91 - 22.83, 58.1 - 63 22.87 - 24.8maximum resolution pixels1920 x 1080 full hdmonitor porthdmi, vgaintegrated webcam with micyes, noinput devicesmouse connectivityusb wired, wireless or higherkeyboard connectivityusb wired, wireless or highertype of keyboardstandardwarrantyon site oem warranty inyear3, 4, 5 or higher  /speci cation i i /specificationname  8 8 g g /bid requirementallowed values   //b y b y   /consignees/reporting officer and quantity4 / 14 :. .:. ./s.no.   //b y b y   /consigneereporting/officer /address /quantity   /deliverydays1adisekhar munga530031, central storesbuilding visakhapatnamsteel plant830computer monitor 15 pieces    i  i /technical specifications*   i / as per gem category speci cation  /speci cation i i /specificationname  8 8 g g /bid requirementallowed valuesstandardsdescription of storea monitor is an electronic visual display device thatoutputs the video signal generated by a computer. itis essentially a screen that shows text, images, andvideos, allowing users to interact with the computersgraphical user interface gui. it comes with a tablemount for support, a power cable and/or adapter, ports for connectivity and 1 year minimum on sitewarrantyconstructionpanel typein plane switching ips or higherdisplay technologyled backlit lcd liquid crystal displayscreen form factorflatdimensionmaximum resolutionpixels1366 x 768 hd, 1440 x 900, 1920 x 1080 full hdscreen size in cm48.1 - 53 18.94 - 20.87, 53.1 - 58 20.91 - 22.83brightness in nits301 to 350, 350 to 500 or higherconnectivity portsinput port1- hdmi port, 1- vga port   //b y b y   /consignees/reporting officer and quantity:. .:. ./s.no.   //b y b y   /consigneereporting/officer /address /quantity   /deliverydays1adisekhar munga530031, central storesbuilding visakhapatnamsteel plant1530special terms and conditions-version:5 effective from 06-06-2025 for category entry and mid leveldesktop computer5 / 14 . for buyers:the category has been created in accordance with the model technical specification issued by theministry of electronics and information technology meity vide letter no. w-43/4/2020-iphw dated 19thaugust 2024, and is based on the parameters defined therein. the specifications applicable to thiscategory are as per the meity model technical specification dated 19th august 2024. accordingly, buyersshall not specify or mandate any particular processor, processor brand, or manufacturer in the additionalterms and conditions atc. in this context, reference may also be made to clause 2e of the gemgeneral terms and conditions gtc, which inter alia states: the specifications shall identify the keyparameters defining the products with all necessary validations related to configuration, type of data, restrictions, range / allowed values, allowed units etc. sellers as well as buyers while offering / buying thegoods / services shall have to comply with the validation rules / restrictions provided for in the categoryspecification. buyers / sellers cannot add parameters and / or drop down values not provided for incategory specification. in view of the above, buyers are not permitted to amend or modify any technicalspecification through the additional terms and conditions, and must ensure full compliance with thepredefined category specifications1productverificationa unique device serial number shall be provided by the seller at the time of supply, which is mentioned on the product. the buyer/consignee shall be able to verify thecomplete product details, including configuration, through the oem website. thebuyer/consignee should be able to perform these verifications without needing tocreate an account on the oem website.2operatingsystem1. there is no requirement that the oem of the desktop systems should be adevice partner of microsoft and holding a microsoft authorization form maffrom the software provider.2. microsoft os may be sourced directly from microsoft by oems holding devicepartner status, and those not holding device partner status may source fromauthorized distributors, i.e., ingram/reddington and their authorized channelpartners.3. buyers may ensure that maf shall not be made a mandatory requirement inbids.4. if supplies are made as per brands of oems who are global device partners, then the serial number of the machine supplied can be used to check thedetails of the product from the website of the oem.5. in the case of local device partners of microsoft, os details such as the digitalkey number should be produced with supplies, and the buyer may verify themfrom microsoft.6. in case of other oems who are sourcing from authorized distributors ofmicrosoft, reddington, or ingram, a copy of the invoice which contains therelevant serial number of windows os shall be submitted with supplies, andthe buyer/consignee can verify the same from the os server website or bytelephone, or both.7. in respect of verification of os, the consignee shall take necessary steps at thetime of acceptance. for device partner machines, buyers can check thecomputer oem website to verify the os by entering the pcs serial number andpart code number. for entities that are not device partners and source os fromdistributors networks, they may verify the serial number through the microsoftwebsite or by telephone, or both.8. in case the product offered is with a dos or linux operating system, suchverification of os shall not be applicable.9. buyer shall request for windows hardware compatibility certificate for windowoperating system to ensure the supplied hardware is compatible with windowsoperating system3requirementof oem logo buyers are advised to note that incorporating a condition stipulating an oem logo onthe motherboard is restrictive and may not be incorporated into the bids.6 / 14 processorsintel and amd processors are added as per model technical specification of desktopcomputer issued by ministry of electronics and information technology meity-iphwdivision w-43/4/2020 dated 19 aug 20245scope ofinstallationinstallation requirements shall be indicated in the bid by the buyer under theinstallation, commissioning and testing in bid ict clause. in case installation isspecified in the bid, it shall be the responsibility of the seller to ensure that allsystems are installed and satisfactory working is shown to the consignee orauthorized representative of the buyer. however, in case of direct and l1 purchase, installation of the computer system by the seller/oem is mandatory. installation doesnot include the supply of antivirus, ms office, etc., which are to be separatelyprocured by the buyer only.6buyer/consignee obligationsrelating toinstallationit is necessary that the buyer/consignee provide the seller or authorizedrepresentative access to locations, areas, or rooms for the installation of equipment.the seller or authorized representative will install systems and connect them toexisting power lines/networking at no additional charge. the buyer/consignee will beresponsible for electrical wiring, networking, or any other work connected to theinstallation area. the seller shall be only responsible for ensuring the setup of thedesktop systems, configuring, etc., as well as loading software etc. to be provided bythe buyer/consignee. any other site preparation required before installation andconnection of the desktop shall be the responsibility of the buyer/consignee. thebuyer/consignee, if required, will provide space at the installation site for the safestorage of tools, test equipment, and other materials used for installation at nocharge. in case there is a requirement of obtaining an entry pass for allowingrepresentatives to the premises, the same shall be arranged by the consignee.similarly, if there is a requirement of a gate pass for bringing items required forinstallation, the same is to be arranged by the consignee. in scenarios where multiplelocation installations are required, the buyer must indicate complete installationaddresses in the bid document. in the case of other modes of purchase, as soon asthe order is placed, complete details regarding installation may be informed to theseller. this ensures smooth coordination and delivery of products to the respectivelocations.7warrantythe buyer may ensure that as soon as supplies are received, a request for a warrantycertificate is made, along with logging into the oem website/call centre to verify thecertificate.8om related tomii, localcontent andmeity adviceon modeltechnicalspecifications buyers are requested to refer to various oms pertaining to dpiit and meity, as issuedfrom time to time, while making procurement and follow relevant provisions asapplicable.7 / 14 check pointsduringacceptance ofsupplies before generating the consignee receipt and acceptance certificate crac, theconsignee may inspect the system condition and verify that it complies with theagreed specifications and configurations. in the case of a large number of units to beprocured, then the buyer may opt for bidding and accordingly stipulate conditionsregarding installation, inspection by consignees/inspection agency. consignees whoreceive the supplies should be vigilant and should complete checking to ensure thatthere is no scope for the supply of refurbished products. at the time of receivingsupplies, the consignee may adhere to the following to ensure that any discrepanciesin supplies can be flagged, taken into account, and reflected while generating thecrac: i. packing should be checked properlyii. a warranty certificate from the oem should be insisted upon and checked.iii. instruction manuals and the os installed should be checked.iv. the machine serial number should also be checked through settings and canbe verified from the oem website. the above points are for guidance, and thebuyer/consignee may take steps considered suitable by them for checking atthe consignee end before acceptance of systems.v. an escalation matrix for customer grievance redressal shall be insisted uponby the buyer from the seller at the time of delivery.10hdd/ssdstorageretentionbuyer may add their requirement of retention of securely store all hard disk driveshdds or solid-state drives ssds used in the desktop computer under atc clause.11higherconfigurationthe buyer may permit products delivered with advanced usb standards. for example, a usb type-a 3.2 gen 2 port may be acceptable in place of usb type a port version3 point 2 gen 1 for seller:1oem websitelink/part nofor productverification the oem shall share the oem website link with the buyer at the time of delivery. theoffered model details/configuration should be available on their website. a uniquedevice serial number shall also be provided at the time of supply, which is alsomentioned on the product. the buyer/consignee shall be able to verify the completeproduct details, including configuration, through the shared oem website link.2changing oraltering theconfigurationthe seller must refrain from changing or altering the configuration of the factory pre-loaded machine. the machine should be delivered to the consignee in its original, factory-approved configuration.3warrantythe seller shall furnish a valid warranty certificate/tag from the oem to thepurchaser, guaranteeing the products coverage under the specified warranty terms.the warranty certificate should be verifiable through the oem website/customer carecentre.4compliance ofextendedproducer sresponsibilitywith effect from 1.4.23, as per the e-waste rules 2022, epr registration is mandatoryfor manufacturing entities. therefore, all oems shall hold valid epr registration, andthe registration number should be reflected in the catalog parameter. oems shallensure compliance with all responsibilities as per epr registration applicable fromtime to time.5mandatory /statutoryrequirementsas applicableoems shall have to ensure compliance with the mandatory/statutory requirements asper the government of india notifications issued from time to time for hardware andsoftware components, as applicable.6operatingsystem1. it shall be the responsibility of oems to ensure that supplies are made withgenuine operating systems.2. seller shall ensure to have windows hardware compatibility certificate forwindow operating systems8 / 14 scope ofinstallation it shall be the responsibility of the seller to ensure that all systems are installed, andsatisfactory working is shown to the consignee or authorized representative of thebuyer. however, in the case of direct and l1 purchase, installation of computersystem by the seller/oem is mandatory.8categoryspecification1. the seller may list products with advanced usb standards. for example, a usbtype-a 3.2 gen 2 port may be acceptable in place of usb type a port version3 point 2 gen 12. the supply of the monitor shall be in accordance with the parameteravailability of monitor. the details mentioned under description of storeregarding the monitor are applicable only if the monitor is being supplied.special terms and conditions-version:2 effective from 31-01-2025 for category computer monitor1. the product in gem marketplace direct purchase & l1 purchase comes with a minimum standard on sitewarranty of one year. in case the seller has standard warranty more than one year, the same may bementioned in the catalogue including in the model name and in such case higher warranty offered shallprevail/supersede the minimum one year warranty.: : v v         \ \/buyer added bid specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional deliverytime shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the originaldelivery period while exercising the option clause. bidders must comply with these terms.2. buyer added bid specific atcbuyer added text based atc clauses1.material: procurement of desktop based programming hmi unit and monitor.please submit gem bid document duly stamped and signed .2.delivery schedule: as per bid document. however, rinl-vsp reserves the right to revise the delivery schedules, depending on vsp s production requirements and storage capacity, without any change in price, terms and conditions of po.3. rinl reserves the right to negotiate with the tenderers without prejudice to their quoted price.4. inspection: inspection at r.i.c. central stores department, r.i.n.l., visakhapatnam steel plant, visakhapatnam-530031, andhra pradeshtest certificate not applicable5.number of sources: 01 one :the intended number of source is one . however, the bid quantity may be split in two sources as per the mii and mse policy of buyer; subject to purchase preference to eligible mses and make-in-india suppliers; subject to matching l1 price by any of the tenderers from l2 onwards in the order of ranking. if none of the l2 tenderers onwards matches the l1 price, then full tendered quantity may be ordered on the l1 tenderer.6.purchase preference: purchase preference will be accorded to micro & small entrepreneurs mses/ssis and make in india class-1 local suppliers mii class-1 as per the prevailing orders / policy of govt. / rinl, subject to fulfillment of eligibility and submission of requisite / stipulated documents in support ofeligibility and subject to matching of l-1 lnip price. 7.conditions for availing benefit is detailed under cl.no. 8.0 of detailed terms and conditions of invitation to supply tender ref vsp s website: www.vizagsteel.com.9 / 14 .for the purpose of this bid, the order of preference public procurement policy ppp & make in india mii is as under:a local mses - till the total quantity on local mses equals or exceeds 50%.b aimses - till the total quantity on aimses including local mses equals or exceeds 25%.c mii class 1 local suppliers - till the total quantity on class 1 suppliers equals or exceeds 50% d others including mses/non mses/ mii/ non mii in the order of ranking9.price firmness: price shall be quoted in rs. per no. for supply on for vsp stores basis inclusive of material price, freight, transit insurance, taxes / gst, etc. and the price finalized shall remain firm till completion of supplies. gst shall be applicable on all penalties like liquidated damages, penalties for variation in material specification, risk purchase recovery, shortages, penalty for late lifting/ delivery, forfeiture of emd / pg bond/ security deposit etc if levied by the purchaser on the seller/supplier and shall be recovered along with gstapplicable thereon. the purchaser shall issue tax invoice in favour of the seller/supplier for such recoveries. 10.not-withstanding anything specified in this tender document, rinl at its sole discretion, unconditionally and without having to assign any reason, reserves to itself the right: to accept or reject the lowest priced tender or any other tender or all the tenders; to accept any tender in full or in part quantity; to reject the offers not conforming to the tender terms and to accord purchase preference to public sector undertakings wherever applicable as per government policy/ guidelines. to extend purchase preference to local & non-local ssis / mses micro and small enterprises, subjectto submission of documents as stipulated. 11.terms of payment: 100% payment of the value of each consignment shall be made against submission of bills along with vsp s acceptance garn goods acceptance / rejection note. payment shall be released on 60th day 21st day for local micro and small enterprises and 45th day for non-local mses, subject to submission of documents as stipulated for availing mse benefits from the date of acceptance of material at vsp i.e. garn date.payment shall be made by neft/rtgs mode or such other mode of electronic fund transfer offered by banks. tenderers must furnish the required bank account details to vsp in prescribed proforma so that the same can be updated in vsp s database. 12.emd and performance guarantee bond: not required 13.right to accept/reject offers:rinl/vsp does not pledge itself to accept the lowest priced offer or any other offer and reserves to itself the right of accepting the whole or any part of the tender/offer or portion of the quantity tendered and the tenderers bidders shall supply the same at the rate quoted.14.liquidated damages: shall be as per gem gtc clause no. 15. iii with following addition/modification: subject to a maximum of 10% of value of such consignments, excluding taxes. for levy of ld in case of late delivery, date of receipt of material by rinl-vsp stores along with necessary documents shall be considered as date of delivery, subject to acceptance of material by rinl-vsp after inspection. 15.establishment of credibility of non-enlisted/non-assessed vendors: if a tenderer who responds to this bid is presently not enlisted with rinl-vsp as an approved vendor, and/or those tenderers for whom vendor assessment is not done by gem for the category desktop based programming hmi unit and monitor, has to upload the following documents in the offer/bid in gem:notarized statutory manufacturing / service industry registration certificate, i.e., empartiiissuedbydic/nsicregistration certificate / udyog aadhar memorandum for the same/similar tendered itemsfor mses.ornotarized copy of certificate of registration of shops and establishments for a dea1er/agent/trader etc.or10 / 14 notarized copy of certificate of incorporation along with memorandum and articles of association of the private/public limited companies.ii notarized copy of proprietary/partnership deeds in case of proprietary/partnership firms.iii notarized copy of gst registration certificate and pan card copy in the name of company in case of limited companies or in the name of individuals in case of proprietary firms.iv self-attested financial worth and audited financial statements for the last three 3 years.v self-attested copies of purchase orders/contracts for the same or similar tendered item/s.vi self-certified iso certificate, if any.vendor assessment report has to be submitted by the bidders for whom vendor assessment is already done by gem for the category desktop based programming hmi unit and monitor16.bidder shall have minimum 20% domestic value addition class-i or class-ii local supplier as per orderno. p-45021/2/2017-pp be-ii dt. 04.06.2020 of dpiit, ministry of commerce, goi and shall submit declaration as per format at annexure-ii of this atc along with their techno-commercial bid. 17. documents to be uploaded: by the bidder/seller during bid participation in gem: this bid document, specification sheets, drawings, corrigendum if any, etc. duly signed and stamped by bidder on all pages, confirming acceptance. bidders must select the mse option to claim mse benefits while submitting the offer on gem itself and upload their udyam registration for same/
  • View Tender
  • Document
  • Bid Support
3 Security Services
image image
Central Government/Public Sector
TRN :34821821 |  31 Jul, 2025
Tender Value : 0
 Kamrup - Assam
Tender for gem bids for dglp, labetalol hcl 5mg ml 4ml inj phenylepherine 10 mg 1 mlinj prazosin 5 mg sustained releaseslow release tab enalapril 5 mg tab methyldopa tab 250mg ramipiril 5mgplus hydrochlorothiazide 12dot5 mg tab bisoprolol 5 mgtab metoprolol 12dot5 mg tab nebivolol 50 mg tab amlodipine 10 mg tab nicorandil 5 mg tab antisepticmouth wash containing sodium fluoride and triclosan bott of100 150ml anticarious fluoride rinse mouth wash withsodium fluoride acidulated phosphate bott of 300 500 ml chlorhexidine mouth wash 0dot12percent sugar and alcoholfree bottle of 450 500 ml in amber coloured bottle collagen with medicaments pack of 1 gm adapalene0dot1percent tube of 15 gm 0dot05percent halobetasolpropionate plus 3percent salicylic acid ointment 0dot05percent halobetasol propionate ointment tacrolimus oint 0dot03percent 20 gm tube benzoylperoxide 2dot5percent tube of 20 gm tube calamine8percent with 10 percent light liquid paraffin 50 ml bott betamethasone dipropionate usp 0dot05mg andgentamycin sulphate 1mggm tube of 5gm betamethasone dipropionate usp 0dot05 mg andgentamycin 1 mg gm tube of 20 gm calamine powder zinc oxide titanium dioxide bott spf 50 sunscreen lotionbottle of 60 ml octinoxate avobenzone oxybenzone andzinc oxide lotion spf 15 or more 50 ml bottle clindamycinphosphate 1percent topical gel tube of 10 gm glyceringlycerol in bottle of 1 kg isotretinoin 20 mg cap podophyllin resin solution 10percent paraffin soft yellowjar of 4 kg tab apremilast 30 mg silver sulphadiazine1percent cream wv jar of 500 gms terbinafine 1percentcream tube of 10 gm triamcinolone acetate 10 mg ml inj tretinoin 0dot025percent tube of 15gm trioxsalen 25 mgtab tretinoin 0dot05percent tube of 20 gm tab bid number gem2025b6409009 dated 10-07-2025 bid document1 70 1 1 valaciclovir hcl 500 mg, clarithromycin 1percent gel 15gm tube, coal tar 6percent vw plus salicylic acid 3percentointment 50 gm tube, extractumdot capae heparinsodium allantoin gel 20 gm tube, halobetasol propionatelotion 0dot05percent wv bottle of 30 ml, betamethasone0dot1percent plus salicylic acid 3percent cream 20 gmtube, cap isotretinoin 10 mg, fusidic acid cream 2 percentww 10g tube, 13dot9percent eflornithine cream 15g tube, lignocaine 2dot5percent plus prilocaine 2dot5percenttube of 30gm, fluocinolone acetonide 0dot01percenthydroquinone 2percent plus tretinoin 0dot025percenttubeof 20gm, calcipotriol 50 ugm gm tube of 30gm, acitretin25mg cap, betamethasone dipropionate 0dot025 percentww neomycin 0dot5 percent ww clotrimazole 1 percent wwcream tube of 20g, povidone iodine germicidal gargle2percent wv, povidone iodine 5percent ointment 250 gmjar, chlorhexidine gluconate soln 5percent 5 ltr hdpe jar, enzymatic detergent solution containing bacterial protease8dot5percent per 100ml can of 3dot78 litre, sodiumhypochlorite 5percent, premoist towelettes in dispensercontain alkyl dimethyl benzyl ammonium chloride alkyldimethyl ethyl chloride or 80 200 towelettes, chlorhexidine gluconate solution equivalent to 4percent wvwith isopropanol 10percent ethoxylated alkylphenol10percent fatty acid diethanolamide 10percent acetic acidglacial, 2 propanol 45gm 1 propanol 30 gm ethyl hexadecyldimethyl ammonium ethyl sulphate 0dot2 gm with skinprotecting substances 500 ml bott with dispenser sterillium, 60per vv ethyl alco benzalkonium chloride glycdimethicone cyclopentasiloxane c12 15 alkyl lactateproylene glycol methylparaben phenoxythanol stealcoaminomethyl propanoldiazolidinyl moist1000ml, 1percentwv available iodine in non oxynoi iodine surfactant base 500ml bott, chlorhexidine gluconate 2percent in 70percentisopropyl alcohol 500 ml bott, 10percent povidone iodinesolution udotsdotp equivalent to 1percent available iodine500 ml bott, alcohol free 2percent saturated chlohexidinegluconate clothin a non alkaline base 15 20 cm x 15 20 cmsize, chloro sol hyd 13dot6g chloroxylenol sol 50dot5gacid 7dot5ml castor oil 63g terpineal 100ml ethanol 96per200ml purified boiled to produce 1000ml, hydrogenperoxide solution with stabilizer ip 20 volume 500 ml bott, chlorhexidine solution containing chlorhexidine gluconatebp 7dot5percent vv cetrimide bp 15percent wv 500 ml bott, paraformaldehyde tab, povidone iodine solution 5percentbottle of 100 ml, cilnidipine 5 mg tab, heparin 10 unit ml10 ml inj cath flush inj, frusemide 40 mg tab, torsemide20 mg tab, l ornithine l aspartate powder 5gm, bacillusclausii 2 billion spores 5 ml, octreotide 0dot1mg ml inj, mesalamine suppositories 1gm, pancreatic enzymesupplement with a lipase content of 25000 units or morecap, antispasmodic tab containing mefenamic acid 250mg and dicyclomine hcl 10 mg, trypsin with chymotrypsintab, ranitidine hcl 50 mg 2 ml inj, protein powder fordiabetic care, dietary supplement with high protein, cloveoil bottle of 50ml, triamcinalone acetonide 0dot1percentfor oral use tube of 5 gm, fluticasone 0dot05percent wwcream 10gm tube, hydroquinone 2percent tube of 50 gm, permethrin 5percent tube of 30 gm, para dichlorobenzene2percent wv benzocaine 2dot7percent wv chlorbutol5percent turpentine oil 15percent wv bott of 10 ml, povidone iodine 7dot5percent solution 100 ml, povidoneiodine 7dot5percent solution 500 ml, potassiummonopersulphate 40 50percent sodium c10 13    //bid details2 / 70 alkylbenzenesulphonate 10 20percent sodium chloride 15percent powder
  • View Tender
  • Document
  • Bid Support
  • 1
  • 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 : oral care pack
  • Aceclofenac Paracetamol Tab Tenders ,
  • Multivitamin Tenders ,
  • Septran Tab Tenders ,
  • Augmentin Duo Tenders ,
  • Glycopyrrolate Tenders ,
  • Melatonin Tablet Tenders ,
  • Tus Q Tab Tenders ,
  • Pudin Hara Cap Tenders ,
  • Starvog Tenders ,
  • Stemetil Tab Tenders

Get oral care pack Tender Alert...

460109

Related Searched Keywords : oral care pack

  • Tilling Work Tenders From Maharashtra
  • Development Work Tenders From Delhi
  • Acoustic Work Tenders From West-Bengal
  • Lift Irrigation Project Tenders From -Tamil-Nadu
  • Bore Wells Tenders From Andhra-Pradesh
  • Drills Tenders From Gujarat
  • Bridge Tenders From Karnataka
  • Floor Tiling Work Tenders From Uttar-Pradesh
  • Building Work Tenders From Rajasthan
  • Demolishing Work Tenders From Madhya-Pradesh

Read More


Tender Document

636259

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 »

  • False Flooring Tenders
  • Buildings Repair Tenders
  • Acoustic Work Tenders
  • Sculpture Work Tenders
  • Interlocking Tiles Work Tenders

Sector Tenders »

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

Ownership Tenders »

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

Indian Segment

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

Browse Tenders

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

Global Segment

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

Others

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

Get in touch with us

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

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

W B


Copyright ©2018 - Thetenders.com. Read Policies

Download Mobile App