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
»
Plant Protection Machine
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of plant-protection-machine Tenders

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

Advance Search
  • All-Tenders (5)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 Education And Research Institutes
image image
State Government
TRN :35487116 |  16 Oct, 2025
Tender Value : 79.89 Lacs
 Chandigarh Ut - Chandigarh
Tender for gem bids for mechanical, apparatus for verification of law of polygon of forces simply supported beam apparatus inclined plane andfriction slide apparatus winch crab single purchaseapparatus apparatus for determining centre of gravity ofregular irregular lamina bench grinding machine metallurgical microscope heat treatement furnace mufflefurnace spark test apparatus metallurgical cut offmachine standard prepared readymade samplesspecimen with photographs go-no go thread plug gaugem16x15 made of ss go-no go thread plug gaugem22x15 made of ss go-no go snap gauge measuringrange 50-63 mm made of ss go-no go ring gauge dia22mm with tolerance 0 to minus 21 microns made of ss go-no go ring gauge dia 22mm with tolerance 0 to plus21 microns made of ss slip gauges set surfaceroughness tester magnetic v block dial indicator withstand auto collimator with stand angle deckor with set ofangle gauges screw thread micrometer sine bar length125mm made of ss sine bar length 250mm made of ss feeler gauge comparator stand mechanical comparator clinometer gear tooth vernier meteric thread pitchgauge electronic weighing machine digital tachometer digital torsion testing machine pressure measuringbench hydraulic system trainer kit pneumatic systemtrainer kit pelton wheel turbine test rig francis turbinetest rig infrared thermometer digital pyrometer modelsof safety valve blow off cock steam stop valve feed checkvalve economizer demonstration actual cut section modelof two stroke single cylinder petrol engine model of solexcarburettor model of amal carburettor model of watercooling system of an automobile model of lubricationsystem of ic engine mpfi four stroke four cylinderpetrol engine test rig with eddy current dynamometer bid number gem2025b6723232 dated 26-09-2025 bid document1 130 1 1 model of mpfi system, model of crdi system, tool kit, pressure gauge, compound gauge, thermometer withcase, leak dedector to detect cfc hfcs, thermostaticswitch lp-hp cut out overload protector filters strainersand filter driers, refrigeration cycle testing rig, gascharging kit, split ac test rig, actual cut section model ofscrew compressor, actual cut section model of rotarycompressor, vapour absorption refrigeration test rig, vaccum pump, ice plant trainer, sling psychrometer, single plate clutch, multi plate clutch unit, centrifugalcluth unit, cut section of synchromesh gear box, model ofrack and pinion steering gear, model of power steering gearor re-circulating type worm and wheel or other type ofsteering gear, model of ac pump, model of su pump, automobile electric system, brake master cylinder, slidingmesh gear box, cut section model of 4 cylinder 4 strokepetrol engine, diesel fuel supply system, abs systemtrainer, air compressor for tyre inflation, inverter, electricvehicle kit, software, acetylene cylinder, acetylene pipe15 meter, acetylene regulator with spanner, anvil 50 kgwith stand, earthing cable 50mm 06 meter, electrodeholder simple, electrode holder heavy duty, gloves, handhacksaw frame, oxygen regulator with spanner, oxygencylinder, oxygen pipe 15 meter, single snip, weldingscreen, welding torch high pressure, welding torch lowpressure, carpentry bench vice, firmer chisel, gimlet, plough plane 200 mm, spoke shave plane, tenon saw 12inch -300mm, analog meggar, desert cooler, digital earthtester, earth leakage circuit breaker single phase, earthleakage circuit breaker single phase three phase four pole, electric oven, heat convector, motor coil windingmachine, residual current circuit breaker single phase, residual current circuit breaker single phase three phasefour pole, leg vice 4 inch, swage block 4 inch, benchgrinder 0.5 hp motor, bench vice heavy duty, flat filerough 10inch, flat file smooth 10inch, grinder, pipe vice, round die handle, tap wrench 5by16 inch to 1 inch, edgefolding machine, foot shear machine, funnel stake, grinder machine, hand shear 12inch bent snip aviationsnips, hand stake, hearth anvil, round stake, taper stake, gaggers, hand rammer, ladle, lifter- tong 2 in 1, molding boxes flasks, oil fired tilting type furnace, pneumatic rammer, riddle, sand mix muller, drillingmachine, grinding machine heavy duty, planner, powerhacksaw, shaper, welding cable 50mm copperapparatus for verification of law of polygon offorces:apparatus consisting of a wooden board of approx 20mm thickness of size 24x30 inches, fixed on a woodenslotted frame. four adjustable frictionless aluminium pulleysto be provided in the slots of the frame and the frame to beprovided with suitable arrangements for fixing it to a wall., simply supported beam apparatus:apparatus consists oftwo compression dial type spring balance and a woodenbeam of length 1m, minimum cross section 2cmx5cm withall weights and accessories, inclined plane and friction slideapparatus:apparatus consisting of wooden plane ofminimum size 60x15 cms having adjustment for setting theangle precisely. apparatusshould be supplied completelywith frictionless pulley, linear and circular scale, pan, awheeled trolley and a set of minimum six slide drawshaving bottom of metalic and non metalic materials., winch crab single purchase apparatus:apparatus consistingof a heavy duty c.i. wall brackets. the grooved wheel of 25cm dia and a set of gearing arrangements machine cut    //bid details2 / 130 gears to be provided for measurement of efficiency ofwinch crab complete set with accessories., apparatus fordetermining centre of gravity of regular & irregularlamina:apparatus consisting of a rod mounted on a basewith a screw at the topand 8 laminas of clear acrylicmaterial- circular, triangular, square, trapezoidal and fourirregular shapes, bench grinding machine:grinding wheel dia300 mm, width 38mm, bore 1, centre height 910 mm, metallurgical microscope :the microscope should havemagnification 50x to 1500x with binocular head inclined at45 . both side coaxial focusing knobs, quadruple revolvingnosepiece with accurate centering and positive click stop, large coaxial mech. stage for x-y movement of specimen, bright field illuminator 6v-20w halogen lamp with fielddiaphragm, filter slot and bulb centering mechanism withred, green and blue filters . objectives : 10x, 45x, 100x, eyepiece : 5x, 10x, 15x paired . the microscope to besupplied with suitable digital camera resolution 10, 20, 50micrometer which can picturize & camera attachments fortaking photos of microstructure . the instrument should bepainted and supplied with dust cover & wooden box withlock and keys ., heat treatement furnace mufflesurface:rectangular design with regulator, mains indicator, 900-1000 c digital thermo electric pyrometer, mainthermal fuse, 3.5 kw . muffle size 12 *6 *6 with door . thefurnace should be with good insulation., spark testapparatus :suitable for measuring length of spark of metalsand alloys fitted with scale and pointer with heightadjustable vice for holding specimen, complete withgrinding wheel fitted on 1/2 h.p. motor works on 220v, 50hz supply . the apparatus should be nicely painted andfitted on a stand ., metallurgical cut off machine:suitable forcutting upto 30mm dia metal specimen complete with cutoff wheel fitted on 1 h.p. motor and coolant pump andholding vice, works on 220/230v ac supply ., standardprepared readymade samples/specimen withphotographs:set consists of a low carbon steel, bmedium carbon steel, c high carbon steel, d high speedsteel, e hardened and tempered steel, f grey cast iron, g malleable iron, h s.g. iron, i austenitic stainless steel, j case carburized steel, k aluminum alloy, l copperalloy brass, m powder metallurgy sample, n copperalloy bronze, o muntz metal, p electroplatedcomponent, q white cast iron, r pure aluminium, t purecopper, u magnesium alloy, v dead mild steel and xfusion weld steel, go-no go thread plug gauge : m16 x1.5 made of stainless stee, go-no go thread plug gauge:m22*1.5 made of ss, go-no go snap gauge measuringrange 50-63 mm made of ss:measuring range 50-63 mmmade of ss, go-no go ring gauge dia 22mm withtolerance 0 to minus 21 microns made of ss: 22 withtolerance 0 to - 21 microns made of ss, go-no go ringgauge dia 22mm with tolerance 0 to plus 21 microns madeof ss: 22 with tolerance 0 to + 21 microns made of ss, slipgauges set : surface finish below 0.2 of 1 microns, set ofm122 pieces with 87 set made of ss, surface roughnesstester:measuring range: 360 m minimum profileresolution: 0.02 m minimum minimum measuring range:17.5 mm x axis standards: iso, ansi, vda, jis powersupply: battery & ac adapter, magnetic v block : 70lx 100w x 95 h mm made of ss, dial indicator with stand : leastcount 0.01 mm maximum, auto collimator withstand:with standard accessories like plane reflector, opticalsquare instrument, base with leveling attachment,     //bid details3 / 130 magnification 10x or above, lc 1sec, measuring range 30mins of arc in x-y axis, angle deckor with set of anglegauges:micro optic and manual operated with maximumworking distance 12m, should consist of microscope, objective lens, two scales engraved on glass screen, opticalsquare of a 1 sec of arc, accuracy 6 sec of arc, resolution0.5 secs of arc or better and set of angles, screw threadmicrometer:stainless steel 0-25mm screw thread pitchmicrometer: with anvils, sine bar : length of sine bar125mm and made of ss to be used for anglemeasurement, sine barlength: 250mm made of ss :length : 250 mm made of ss to be used for anglemeasurement, feeler gauge : 4 long, 26 leaves made ofss, comparator stand:the comparator stand shouldconsists of a very stable flat ground base and an uprightpillar with a mounting bracket for the dial gauge. horizontaldisplacement for the dial gauge should be provided in themounting bracket. base size: 150 x 150 mm pillar dia: 30mm measuring range: 160 mm horizontal displacement: 40mm throat depth: 130 mm, mechanical comparator:magnification range 300-5000 scale estimation of the orderof 0.001 mm, clinometer : minimum dimensions :75 x 50 x15 mm tools for accurately measuring angles andelevations in various applications., gear tooth vernier :measuring range 0-25 mm with l.c 0.001mm used tomeasure the dimensions of gear teeth, meteric thread pitchgauge:pitch range 0.4 mm to 7 mm with 21 leaves made ofss, electronic weighing machine:capacity, 5kg readabilitymin.1 gm, min. pan diameter 100 mm with lcd displaywith battery, digital tachometer : range 0.5 to 19999 rpmor higher, contact type, with lcd display : used for themeasurement of rpm, digital torsion testing machine: maximum torque capacity 100 nm least count 0.01nm torsion speed 1.5 rpm clearance between grips 0-420 mm grips for round specimen 4 mm 8 mm, 8mm 12 mm grips for flat specimen 2-8 mm width forflat specimen 25 mm motor power 0.5 hp powersupply 3 phase 440 volt 50 hz windows 11 os basedsoftware should be capable of real time graphs, pressuremeasuring bench:the setup should be self containedwater recirculating unit consisting of a pipe line withpressure gauge, u- tube differential manometer, singlecolumn manometer and piezometer tube for measuringdifferent types of pressure. ss sump tank of 50 literscapacity with drain valve, fhp centrifugal pump with motor, control panel with on / off switch, mains indicator, fuses etc.the setup should be arranged in a good quality paintedstructure and should be supplied with instructional manual., hydraulic system trainer kit:hydraulic trainer kit, consisting of the following matching components andaccessories :- 1. hydraulic power pack with 1 external gearpump having a delivery rate of 2.5 pm, approx @1400rpm operating pressure 60 bar, coupled to a single-phase ac motor 230 v ac having start capacitor andon/off switch and overload protection, 2 pressure reliefvalve adjustable from 0-60 bar, 3 oil reservoir> 5 literscapacity having sight glass, drain screw, air filter, and p andt ports. 2. pressure relief valve pilot-operated 3. drip tray.shell size 1160 mm x 760 mm 4. pressure gauge glycerin-damped, indication range of : 0-100 bar 5. four-waydistributor with five ports, equipped with a pressure gauge6. double acting hydraulic cylinder with a control cam, piston diameter 16 mm, piston rod diameter 10 mm, strokelength 200 mm. 7. suitable weight for vertical loading of    //bid details4 / 130 hydraulic cylinder 8. mounting kit for weight for realizingpulling and pushing load 9. 3/2 way directional controlvalve with hand lever actuation 10. 4/2- way directionalcontrol valve with hand lever actuation 11. 4/3 waydirectional control closed-center position, with hand leveractuation 12. non-return valve 13. pilot-operated checkvalve pilot to open 14. one-way flow control valve withintegrated check valve 15. t- connector with self sealingcoupling nipples 2 nos. and quick coupling socket 1 no.16. profile plate, anodized aluminum, 100x700 mm, withcarriers, mounting frames and mounting accessories 17.dol starter, pneumatic system trainer kit:pneumatictrainer kit, consisting of the following matching componentsand accessories :-1. single acting cylinder max. strokelength 50 mm. bore dia 20 mm. 2. double acting cylindermax. stroke length 100mm. bore dia 200 mm magnetictype. 3. 3/2- way valve manually actuated normally closed4. 3/2-way valve pneumatically-actuated. spring return. 5.one-way flow control valve. 6. 5/2- way valve withmanually-operated switch 7. 5/2-way valve pneumatically-actuated spring return 8. 5/2-way valve pneumatically-actuated double pilot 9. 3/2-way roller lever valve directactuation normally closed 10. shuttle valve or 11. two-pressure valve and 12. pressure gauge 0-16 bar 13.manifold with self-closing nrv, 6-way 14. push buttonstation for electrical signal input with 3 illuminatedmomentary-contact switches 1 no + 1 nc and 1illuminated maintained-contact switch 1 no + 1 nccontact load 2 a. 15. relay station with 3 relays each with 4contact sets 3 no + 1 nc or change- over type. 5 a 16.3/2-way single solenoid valve with led 17. 5/2-way singlesolenoid valve with manual override and led. 18. 5/2-waydouble solenoid valve with manual override and led. 19.power supply unit, input voltage 85-265 v ac, outputvoltage : 24 v dc, output current : max 4.5 a, short-circuit proof. 20. profile plate . anodised aluminum 1100x700mm, with carriers. mounting frames and mountingaccessories., pelton wheel turbine test rig: outputpower: 1 kw. discharge : 350 lpm approx. supplyhead : 30 m. speed : 1000 rpm approx. impeller :bucket type, nozzle: materia| stainless steel. spear:material stainless steel. dynamometer: rope brake drumtype, drum dia. 200 mm. sump tank: capacity 200 ltrs. water circulation! centrifugal pump, ktrloskar/standardmake, 5 hp, discharge measurement: venturi meter withdifferential pressure manometer. control panel comprisesof: rpm measurement: digital rpm indicator with proximitysensor., francis turbine test rig: output power : 3 kw. discharge : 2000 lpm approx. supply head : 20 mapprox. speed : 1500 rpm approx. runner: curvedvanes type. dynamometer: rope brake drum type, drumdia 300 mm. sump tanl : capacity 400 ltrs. approx. water circulation: centrifugal pump, i|kioskar/standardmake, 15 hp, 3 phase. discharge measurement: venturimeter with differential pressure manometer. control panelcomprises of :rpm measurement: digital rpm indicator withproximity sensor., infrared thermometer :range unto 500degree celsius with digital display, digital pyrometer:opticalsensor radiation pyrometer for temperature measurementon small target to 0.0005 0.0127mm accuracy: 0.5%range selectable digital display: c, f, r, k standardtemperature ranges: unto 1000 c, adjustable emissivitysetting: 0.01 to 1.0, models of safety valve, blow off cock, steam stop valve, feed check valve, economizer:metallic    //bid details5 / 130 cut section model, demonstration actual cut section modelof two stroke single cylinder petrol engine:originaldissected, two stroke single cylinder petrol engine of ascooter. engine consisting of carburettor etc. complete withall salient parts sectioned for study of the variouscomponents and their functions., model of solexcarburettor:original carburettor duly sectioned andmounted on base., model of amal carburettor:originalcarburettor duly sectioned and mounted on base., model ofwater cooling system of an automobile:metallic modelshowing various parts of water cooling system, model oflubrication system of i.c. engine :actual metallic modelshowing various parts of lubrication system, mpfi, fourstroke four cylinder petrol engine test rig with eddycurrent dynamometer: i. petrol engine: a four strokefour cylinder petrol engine developing about 85 hp withstandard accessories. engine provided with water cooledradiator system, self-starter with battery, dynamo, lubrication oil filter, fuel pump, ignition coil, exhaust silencer.engine provided with switches for conducting morse test.ii. loading device: an eddy current dynamometermust be provided with the engine which is directly coupledand should have cooling system. iii. suitable arrangementfor fuel consumption measurement. iv. latest suitablearrangement for air intake and exhaust gasmeasurement.temperature sensor for measuring the airintake temperature to be provided. a temperature sensoralso provided to measure the exhaust gas temperature.suitable arrangement for measurment of heat carried awayby cooling water. v. panel board : the entiretemperature and other parameter measuring devicesmounted on separate panel board. it also consists of ignitionand starting switch and switch assembly for cutting off eachcylinder for conducting morse test with control of eddycurrent dynamometer loading. , model of mpfi system:actual working metallic model showing various parts ofmpfi system, model of crdi system :actual working metallicmodel showing various parts of crdi system, tool kit:kitconsists of cutting toolstube cutter, bending tool, flaringtool, swaging tool & brazing tool for copper pipeused forrepair and maintenance of refrigeration equipmentequipment, pressure gauge : size 0-300 lb/sq inch., compound gauge : 30-0-150 lb. 2.5 dial 1/8 inches hpt, thermometer with case : range 0 to 250 degree celcius, leak dedector to detect cfc & hfcs:leak detector withprobe minimum 14 inch long made up of stainless steel andhose, led display, leak alarm and able to detect cfc hfcs, thermostatic switch, lp/hp cut out, overload protector, filters, strainers and filter driers: thermostatic switch, lp/hp cut out, overload protector, filters, strainers andfilter drier fitted on board, refrigeration cycle testingrig:vapour compression type consisting of refrigerationcycle demonstration equipments compressor : 1/3 hpcondensor fin : air cooled solenoid valve, expansion valve, capillary expansion, lp-hp cutout, pressure and compoundgauge : variac : for applying variable load in evaporatorammeter: digital 0 10a ac lc 0.01 amp voltmeter :digital 0 500v ac lc 1v rota meter: for measuring flowof liquid refrigerant, digital wattmeter for powermeasurement of compressor and heater. pressure gauge 0to 300 psi r-134a temp indicator 6 channel : digital, -500c to1500c lc 0.10c overall size : 4 x 2 x 5 approx , gas charging kit:fitted with vaccum pump withpipe line with different valves and pressure gauges.    //bid details6 / 130
  • View Tender
  • Document
  • Bid Support
2 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
3 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
4 Shipping Transport
image image
Central Government/Public Sector
TRN :35421131 |  08 Oct, 2025
Tender Value : 0
 Nicobar Island - Andaman And Nicobar Islands
Tender for gem bids for sitc, load - dir amplifier unit with mtc kit part no-161-011-04, inclinometer, tele assy -boom length, angle sensor part no-161-049-05, power supply unit cum termination unit withmtg kit part no-161 -053-05, cpu cum display unit ky 2001part no-161-072-04, switch limit -for over hoist sensing-part no-161 -904-00, attending repair and maintenancework by deputing service engineer to attend all the defectsin escort rt 30 at haddo, svp including cost of all the directand indirect expenses etc complete
  • View Tender
  • Document
  • Bid Support
5 Security Services
image image
Central Government/Public Sector
TRN :35396576 |  30 Oct, 2025
Tender Value : 0
 Nasikcity - Maharashtra
Tender for gem bids for development cost of generator motor of air flowangle sensor, prototype cost of generator motorof air flow angle sensor, ioq cost of generatormotor of air flow angle sensor
  • 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 : plant protection machine
  • Portable Decontamination Machine Tenders ,
  • Mass Flow Sensor Tenders ,
  • Rescue Saw Tenders ,
  • Sensor Repair Tenders ,
  • Safety Tool Kit Tenders ,
  • Gas Mask Scrap Tenders ,
  • Water Temperature Sensor Tenders ,
  • Sensor Tenders ,
  • Rescue Sling Tenders ,
  • Security Alarm Monitoring Tenders

Get plant protection machine Tender Alert...

545265

Related Searched Keywords : plant protection machine

  • Interlocking Tiles Work Tenders From Maharashtra
  • Protection Wall Tenders From Delhi
  • Buildings Repair Tenders From West-Bengal
  • Water Sump Well Tenders From -Tamil-Nadu
  • Acoustic Work Tenders From Andhra-Pradesh
  • Building Work Tenders From Gujarat
  • Bridge Tenders From Karnataka
  • Infrastructure Works Tenders From Uttar-Pradesh
  • Dismantlement Tenders From Rajasthan
  • Railway Bridge Tenders From Madhya-Pradesh

Read More


Tender Document

134296

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 »

  • Water Proofing Treatment Work Tenders
  • Ceiling Works Tenders
  • Slab Flooring Tenders
  • Sewer Lines Tenders
  • Water Sump Well Tenders

Sector Tenders »

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

Ownership Tenders »

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

Indian Segment

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

Browse Tenders

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

Global Segment

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

Others

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