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
»
Public Address System Repair
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of public address system repair Tenders

List of latest public address system repair Tenders in Indian Tenders. Click on any public address system repair Tenders to view BOQ, NIT and Tender Documents. Get GeM Registration and Bidding Support, Vendor Registration for public address system repair Tenders.

Advance Search
  • All-Tenders (16)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 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
2 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
3 Security Services
image image
Central Government/Public Sector
TRN :35486509 |  18 Oct, 2025
Tender Value : 0
 Aurangabad (Mh) - Maharashtra
Tender for gem bids for faropenem sodium 200 mg tab fenofibrate 160 mg tab fenofibrate 200 mg tab fexofenadine hydrochloride 120mg tab finasteride 5 mg tab flavoxate 200 mg tab fluconazole 150 mg cap tab flunarizine 10 mg tab fluoxetine hcl 20 mg cap flupentixol 05 mg andmelitracen 10 mg tab flurometholone 01 percent eyedrop bott of 5 ml fluticasone furoate 100 mcg andvilanterol 25 mcg rotacaps fluticasone propionate 50 mcgnasal spray foleys balloon catheter silicon 2 way 18 fg foleys balloon catheter silicon 2 way16 fg formoterol 6mcg and glycopyrronium 25 mcg dry powder fosfomycinsachet 3 gm framycetin sulphate 1 percent cream 15 20gm fructooligosaccharide and bifido bacterium andstreptococ human coagulation factor ix 600 iu vial frusemide 40 mg tab gabapentin 100 mg cap tab gauze surgical open woven 1 mtr pkt ginkgo biloba tab gliclazide 40 mg tab gliclazide 80 mg tab glimepiride 1mg tab glipizide 5 mg tab gloves size 65 powdered gloves size 75 powdered gluco strips for glucometeraccuchek active 50 strips per glucosamine 250 mg andchondroitin sulphate 200 mg cap glutamine sachet glycopyrronium 25 mcg smartules halobetasol 005percent w v oint 20 gm haloperidol 025 mg tab haloperidol 5 mg tab human coagulation factor viii 500iu inj vial human insulin 40 iu vial of 10 ml humanactrapid human insulin analogue long acting 100 iu ml pfsof 3 ml human insulin analogue rapid acting inj 100 iu mlrecomb hydrochlorthiazide 125 mg tab hydrocortisonesodium succininate 100 mg inj vial of 10 ml hydroxychloroquine 200 mg tab hydroxyzine 10 mg tab indapamide sr 15 mg tab infusion normal saline sodiumchloride 09 percent w v inosine monophosphate 500 mgand l arginine 250 mg and insulin aspart 30 percent and bid number gem2025b6717774 dated 27-09-2025 bid document1 106 1 1 insulin aspart protamine 70 p, insulin syringes with bdultra fine needle 40u 31g 6mm, insuline pen needle 31g, iron with vitamin b 12 and folic acid bott of 200 ml syrup, isapgol ispaghula husk 3.5 gm sachet, isosorbidemononitrate 20 mg tab, isotretinoin 10 mg cap, itopride150 mg tab, itopride 50 mg tab, ketoconazole 2 percentshampoo bott of 75 ml, ketorolac 10 mg tab, knee capelastic large, knee cap elastic xl, lacosamide 100 mg tab, lactobacillus 1 gm sachet, latanoprost 0.005 percent w veye drop bott of 2.5 ml, leflunomide 10 mg tab, leflunomide 20 mg tab, lenvatinib 4 mg tab, letrozole2.5 mg tab, levocarnitine 500 mg tab, levo cetirizine 5mg tab, levodopa 100 mg and carbidopa 10 mg tab, levodopa 100 mg and carbidopa 25 mg tab, levofloxacin500 mg tab, levosabutamol 1.25 mg respules amp of 2.5ml, levosalbutamol 1.25 mg and ipratropium 500 mcg in2.5 m, levosalbutamol 50 mcg and beclomethasone 50mcg inhaler, lignocaine hcl jelly 2 percent tube of 30 gmwith sterile tu, linagliptin 5 mg tab, linezolid 600 mg tab, loperamide 2mg tab, lorazepam 2 mg tab, losartan 25mg tab, losartan 50 mg tab, loteprednol etabonate 0.5percent bott of 5 ml, luliconazole cream tube of 15 gm, ls belt size l, ls belt size xl, mebeverine hcl 135 mgtab, medroxy progesterone 10 mg tab, mefenamic acid250 mg and dicyclomine hcl 10 mg tab, memantine 5 mgand donepezil 5 mg tab, memantine 5 mg tab, mesalamine 1 gm sachet, mesalamine 1.2 gm tab, mesalamine suppository, methotrexate 10 mg tab, methotrexate 2.5 mg tab, methotrexate 5 mg tab, methylcobalamin 1000 mcg and vitamin b6 pyridoxine, methylcobalamin 1500 mcg and alpha lipoic acid 100 mg, methylcobalamin 1500 mcg tab, methylcobalamin 500 mcgtab, methylprednisolone 4 mg tab, metronidazole andchlorhexidine and lignocain oral g, metronidazole 400 mgtab, miconazole nitrate 2 percent skin tube of 15 gmcream, mirabegron 25 mg tab, modafinil 100 mg tab, monteleukast 10 mg tab, montelukast 10 mg andlevocetirizine 5 mg tab, moxifloxacin 0.5 percentpreservative free eye drops, moxifloxacin hcl 0.5 percentand dexamethasone 0.1 pe, moxonidine 0.2 mg tab, moxonidine 0.3 mg tab, mupirocin 2 percent oint tube of 5gm, mycophenolate 500 mg tab, mycophenolate sodium180 mg tab, naproxen 250 mg tab, naproxen 500 mg tab, nasal decongestant adult drops xylometazoline hcl 0.1, nebivolol 5mg tab, neomycine powder, nepafenac 0.3percent w v eye drop 5ml, neurobion forte tab, nicorandil5 mg tab, nifedipine retard 10 mg tab, nifedipine retard20 mg tab, nintedanib 150 mg soft gelatin capsules, nitrofurantoin 100 mg cap tab, nitroglycerin 2.6 mgcontrolled release tab, nitroglycerin cr 6.4 mg tab, nonsterile gloves medium size, non sterile gloves small size, nor ethisterone 5mg tab, norfloxacin 400 mg tab, nortriptyline 25 mg tab, ofloxacin 200 mg tab, olmesartan medoxomil 20 mg tab, olmesartan medoxomil40 mg tab, olopatadine 0.1 percent eye drop of 5 ml, omega fatty acid and antioxidant cap, omeprazole 20 mgcap, ondansetron 8 mg tab, oral rehydration powdersachet of 20.5 g each contain, orciprenaline 10 mg tab, oxcarbamazepine 300 mg tab, oxcarbazepine 150 mg tab, pancreatine minimicrosphere and lipase 25000 cap, pantoprazole 40 mg inj vial of 10 ml, pantoprazole 40 mgtab, para dichlorobenzene 2 percent w v benzocaine 2.7 pe, paracetamol 325 mg and ibuprofen 400 mg tabfaropenem sodium 200 mg tab, fenofibrate 160 mg tab, fenofibrate 200 mg tab, fexofenadine hydrochloride 120    //bid details2 / 106
  • View Tender
  • Document
  • Bid Support
4 Security Services
image image
Central Government/Public Sector
TRN :35494056 |  18 Oct, 2025
Tender Value : 0
 Visakhapatnam - Andhra Pradesh
Tender for gem bids for surg, inj triamcinolone acetonide, foleys catheter 14 fr, mayocover kit with instrument holder surgical drape packet, lnjpolidoconal 3percentage, hydrogen peroxide h202, sterillium 500 ml, star mallet finger splint
  • View Tender
  • Document
  • Bid Support
5 Security Services
image image
Central Government/Public Sector
TRN :35474888 |  06 Oct, 2025
Tender Value : 0
 Darjeeling - West Bengal
Tender for gem bids for chest tube size 12, chest tube size 14, chest tube size 24with trocher, chest tube size 26 with trocher, chest tubesize 28 with trocher, chest tube size 30 with trocher, chesttube size 32 with trocher, abdominal drainage size 12, abdominal drainage size 14, abdominal drainage size 24, abdominal drainage size 28, abdominal drainage size 32, foleys catheter size 6, foleys catheter size 8, foleyscatheter size 10, foleys catheter size 12, foleys cathetersize 14, foleys catheter size 16, foleys cathter three waysize 18, foleys cathter three way size 20, foleys cathterthree way size 22, feeding tube size 06, feeding tube size08, feeding tube size 10, feeding tube size 12, glovessize 7 encore, composite mesh 15 x 15, polypropylenemesh 15x 15, suture monocryl size 1 point 0, suturemonocryl size 2 point 0, liga clip 300, liga clip 400
  • View Tender
  • Document
  • Bid Support
6 Railway Transport
image image
Central Government/Public Sector
TRN :35476571 |  03 Oct, 2025
Tender Value : 0
 Gorakhpur - Uttar Pradesh
Tender for supply of foley's catheter (q2)
  • View Tender
  • Document
  • Bid Support
7 Electrical Products
image image
Central Government/Public Sector
TRN :35463485 |  06 Oct, 2025
Tender Value : 0
 Bhopal - Madhya Pradesh
Tender for supply of foley's catheter (q2)
  • View Tender
  • Document
  • Bid Support
8 Security Services
image image
Central Government/Public Sector
TRN :35442398 |  13 Oct, 2025
Tender Value : 55.40 Lacs
 Agra - Uttar Pradesh
Tender for gem bids for inj phenytoin sodium 100mg thalidomide 50mg cap biotin 10mg zinc 25mg l methionine 40mg l cysteinehydrochloride 100mg cream betamethasone 010percentage tube of 20gm cream cetyl myristoleate 112percentage glycolic acid urea jar of 50gm creamdesonide 005 percentage tube of 10gm creamhydrocortisone 01 percentage tube of 10gm creammiconazole nitrate 20 percentage tube of 15gm creampurified propylene glycol glycerine cyclomethicone sheabutter mango butter ethyl alcohol stearic dimethiconemethyl disodium edetate zinc oxide tube of 150gm creampurified white soft paraffin aloe extract glycerin glycerylmonostearate cetyl liquid paraffin polysorbate 80dimethicon octyl dodecanol vitamin e propylparaben tubeof 150gm gel adapalene 01 percentage and benzoylperoxide 25 percentage tube of 15gm gel allium cepaextraxt heparin sodium and allantoin tube of 10gm gelpolysiloxane and silicon dioxide tube of 5gm hydroquinone 2 percent tretinoin 0025 percentmometasone furoate 01 percent methylparaben 02percent propyparaben 005 percent tube of 15gm ketoconazole 20 percentage w per v aqueous base qsbodywash lidocaine and pilocaine cream usp tube of 5gm lotion alovera propylene glycol squalene cyclomethiconeglycerin vitamin e acetate emulsifying dimethicone cetylalcohol trolamine hydroxyanisole butylated hydroxypurified bottle of 200ml lotion amoroline 05 percentagebottle of 25ml lotion cetyl alcohol 265 percentage plusstearyl alcohol 0260 percentage bottle of 100ml lotionketoconazole 2 percentage plus coal tar 2 percentage bottleof 100 ml lotion minoxidil and aminexil topical solution 2percentage bottle of 60ml lotion minoxidil 10 percentagesolution bottle of 60ml lotion octocrylene bisoctrizole bid number gem2025b6687233 dated 22-09-2025 bid document1 106 0 0 dicapryly carbonate glycerine dimethiconebemotrizinolpropyleneglycol sorbitanstearateisopropylplamitate octenylsuccinatevitaminemethylparaben bottle of 75ml, lotion octocrylenebisoctrizole dicaprylyl glycerine cetyl bemotrizinolpropylene stearate isopropyl avobenzone copolymeraluminium octenylsuccinate vitamin e propylparaben bottleof 75ml, mometasone furoate 0.10 percentage w per wfusidic acid 2.0 percentage w per w preservativechlorocresol 0.1mg tube of 15gm, oint calcipotriol 50mcgtube of 15gm, oint calcipotriol hydrate andbetamethasone dipropionate 0.5 percentage tube of 15gm, onit fluticasone 0.05 percentage and mupirocin 2percentage tube of 10gm, oint salicylic acid 12 percentagetube of 30gm, purified water light liq paraffin shea butterpropylene glycol peg 100 glyceryl stearate polyacrylamidevitamin k1 methylisothizolinone triethanolamine perfume, purified water octyl phenylbenzimidazole sulphonicsolanum cucumis sativus glycerine carbomertriethanolamine propylene polysorbate ethylene tetra aceticmethylisothizolinone sunscreen 100ml, purified water germoil light liquid paraffin stearic acid propylene glycolcaprylic capric jojoba oil vitamin e methylisothizolinonehyaluronic acid perfume lotion of 200ml, purified waterwhite soft paraffin light liquid paraffin jojoba oilemulsifying prpylne glycol steraric vitamin emethylisothizolinone hyaluronic acid perfume cream of80gm, salicylic acid face wash 01 percentage bottle of50ml, shampoo ketoconazole 2 percentage plus piroctoneolamine 0.5 percentage bottle of 60ml, calciumpantothenate 200mg tab, dapsone 100mg tab, finasteride1mg tab, tacrolimus 0.1 percentage w per v oral gel of25ml, tacrolimus 0.1 percentage w per v solution of 25ml, tacrolimus 0.1 percentage w per v cream of 20gm, tacrolimus 0.1 percentage w per v ointment of 20gm, tacrolimus 0.3 percentage w per v cream of 20gm, valacyclovir 1gm tab, cream sertaconazole nitrate 2percentage tube of 15gm, cream prilocaine 2.5 percentageplus lidocaine 2.5 percentage, borage oil multivitaminmulti mineral with iron and green tea extract grape sheetextract tablets, ciclopirox plus zinc pyrithione shampoobottle of 100ml, clobetasol propionate 0.05 percentageplus salicylic acid 6.5 percentage lotion, clobetasolpropionate 0.05 percentage plus salicylic acid 6.5percentage oint tube of 20gm, coaltar salicylic acidsolution of 200ml, coaltar solution and salicylic acidointment of 40gm, fluorouracil 5 percentage cream perointment, glycolic and salicylic acid face wash, parasoftwhite soft paraffin and liquid paraffin cream, 8 percentageciclopirox olamine nail lacquer, .tretinoin gel usp 0.04percentage tube of 20gm, octinoxate avobenzoneoxybenzone and zinc oxide lotion spf 15 or more bottle of50ml, silver sulphadiazine 1 percentage cream w per v jarof 500gms, trioxsalen 25mg tab, valacyclovirhydrochloride 500mg tab, betamethasone 0.1 percentageplus salicylic acid 3 percentage cream tube of 20gm, 0.5percentage w per v chlorhexidine gluconate in 70percentage v per v ethyl alcohol with moisturizer 500mlbottle with dfispenser, chlorhexidine solution containingchlorhexidine gluconate bp 7.5 percentage v per vcetrimide bp 15 percentage w per v 500ml bottle, ointment salicylic acid 12 percentage tube of 50gm, nadifloxacin 1 percentage gel tube of 15gm, inj benzathinepenicillin ip 6 00 000 iu, misoprostol 200mcg tab, inj    //bid details2 / 106 valethamate 8mg per ml amp of 1ml, inj purified fsh 75 iu, pulv l arginine sachet of 5gm, disposable karmancannula size 4mm, disposable karman cannula size 5mm, disposable karman cannula size 6mm, disposable karmancannula size 8mm, disposable karman cannula size 10mm, vicryl rapid 2 0 double needle round body plus cutting, halemed yankauer suction no of pieces per pack 5 in plasticbag, new born baby identification tag blue, new born babyidentification tag pink, mucus sucker, sterile latex surgicalgloves powder free polymer coated gynecological elbowlength 480mm size of 6.5, sterile latex surgical glovespowder free polymer coated gynecological elbow length480mm size of 7.5, mva syringe with cannula, pregnancytest card, anatomical nasal pack polyvinyl alcohol sponge4.5cm with airway tube with string, anatomical nasal packpolyvinyl alcohol sponge 8 cm with airway tube with string, shepard ear ventilation tubes grommet, oxidisedregenerated cellulose size 2 x 4 box of 10, bone wax, injlignocaine hydrochloride 4 percentage topical solutionbottle of 30ml, double lumen tracheostomy tube cuffedsize 6mm id, double lumen tracheostomy tube cuffed size7mm id, double lumen tracheostomy tube cuffed size 8mmid, tracheostomy tube double lumen cuffed size 8.5mm id, tracheostomy tube double lumen fenestrated size 8mmid, sterile ear wick 9 x 24mm box of 50, disposableossicle holding forceps, disposable malleus nipper, disposable tongue depressor box of 100, nasal packing pav10cm, antiseptic mouth wassh containing triclosan bottleof 100 150ml, oxidised regenerated cellulose size 5 x 2box of 10, dobutamine hydrochloride 250mg 5ml inj, adrenaline tartrate 1 1000 1ml inj, inj drotavarine 20mgper ml, amiodarone hydrochloride 150mg 3ml inj, vasopresiin 20 units per ml inj amp of 1ml, adenosine 3mgper ml 2ml inj, labetalol hydrochloride 5mg per ml 4ml inj, inj nitroglycerine or glyceryltrinitrate 5mg, inj atropinesulphate 0.6mg 1ml inj, digoxin 0.5mg 2ml inj, lorazepam2mg per ml 2ml inj, inj pralidoxime 500mg per 20ml, injketamine hydrochloride 50mg per ml vial of 2ml, octreotide 0.1mg per ml inj, inj artemether 80mg per ml1ml inj, inj glycopyrrolate 0.2mg per ml amp of 1ml, isosorbide mononitrate 10mg tab, nitroglycerin 2.6mg tab, nitroglycerin 6.4mg tab, heated breathing tube circuit plusmr 290 airspiral for airvo 2900 pt561, exchange tranfusionset, iv line bacterial filter, umbilical catheter 3 fr, maskfor nebulaisation paed, autoclave indicator tape class iindicator, disposable sterile bougie for difficult intubationneonate size, disposable sterile bougie for difficultintubation paediatric size, multiple electrolytes anddextrose injection type i, inj bovine lipid extract surfectantneosurf 05, inj caffeine citrate 20mg per ml, inj sildenafil10mg per 12.5ml, intravenous aminoacids solution 10percentage for infant, inj sodium chloride 3 percentagebottle of 100ml, inj alprostadil 500mg, inj cefoperazonesodium 1 gm plus sulbactum sodium 1 gm, injcolistimethate sodium 1 mu, triclofos syp 500mg per 5mlin 30ml bottle, inj growth hormone 4mg per 12 iu, irondrops 1ml plus 80mg tonoferon, enterogermina 5mlsuspension, syp rifampicin 100mg per 5ml bottle of 200ml, syp levosalbutamol 1mg per 5ml bottle of 100ml, simylmct oil, syp ambroxol bottle of 100ml, suspensionfexofenadine 30mg per 5ml bottle of 60ml, syp clobazam2.5mg per ml oral suspension bottle of 120ml, foley surinary catheter silicon antibacterial coated size 14, nivnon invasive ventilator non vented mask large, niv non    //bid details3 / 106 invasive ventilator non vented mask medium, percuteneous tracheostomy set non fenestrated doublelumen size 7.5, percuteneous tracheostomy set nonfenestrated double lumen size 8, percuteneoustracheostomy set non fenestrated double lumen size 8.5, bone marrow biopsy needle 11g x 100mm, nebulizer witht piece, thoracic catheter size drainage with trocar 30, thoracic catheter size drainage with trocar 28, thoraciccatheter size drainage with trocar 32, disposable yankursuction tube with nozzle, taylor brace, cream silversulphadiazine 1 percentage w per v jar of 500gm, spinalneedle 25g, central line 7 fr, oxygen flow sensor for pmcare ventilator, dry view dve laser imaging film size 12 x10 for carestream dry view 5950 camera, x ray film size10 x 12 for cr system compatible with trimax, dry viewdve laser imaging film size 17 x 14 for carestream dryview 5950 camera, x ray film size 17 x 14 for cr systemcompatible with trimax
  • View Tender
  • Document
  • Bid Support
9 Health Services And Equipments
image image
State Government
TRN :35420205 |  04 Oct, 2025
Tender Value : 0
 Yavatmal - Maharashtra
Tender for gem bids for adhesive tape 7.5 x 5, adhesive tape 10 x 5, sterile drapesheet, clinical termometer mercury based, nebulizermask adult, nebulizer mask ped, mv set ped, disponeedle no. 26, ventilator tubing, glass slide, suction cath no8, surgical blade 22no, rollbandage 15x4, roll bandage 10x4, roll bandage7.5x4, insuline syringe, gauze cloth 90x18, deadbody cover, ecg jelly, bt set, foley cath 12
  • View Tender
  • Document
  • Bid Support
10 Security Services
image image
Central Government/Public Sector
TRN :35421740 |  10 Oct, 2025
Tender Value : 4.18 Lacs
 Jamnagar - Gujarat
Tender for gem bids for tab pencilamine 250 mg methotrexate 15mg preservativefree 3 ml inj tab valsartan 40 mg oint kojic acid gamma benzene hexachloride 1 percentage cetrimide 0point 1 percentage in alcoholic solution hand sanitizer 50ml tab spironolactone 50 mg tab torsemide 5 mg tabclozapine 25 mg tab quetiapine 100 mg nitrazem 5 mg rotacap glycopyrrolate 25 mcg plus formeterol 6 mcg tabdapagliflozin 5mg plus meformin 1000 mg tabsulfasulazine 1 gm diclofenac gel 1 percetange tube of 30gm tab feropenam 300 mg tab dexamethasone 4 mg fosfomycin 3 gm sachet dismin 450 mg plus hesperidin 50mg foleys baloon catheter 2 way silicon 16g insulindisposable syring 1 ml knee cap size xll knee cap m knee cap xl knee cap l lumbo sarcal belt size m restrainer for wrist ankle mouth wash chlorhexinegluconate 0 point 2 percentage bott of 100 ml abdominalbinder l xl xxl bandage elastic adhesive 6 cm into 3metres unstretched and 5 oblic 6 metres when stretched bandage open woven compressed 2 point 5 cm into 4metres bandage open woven uncompressed 6 cm into 4metres bandage open woven uncompressed 10 cm into 4metres cotton wool absorbent pkt of 500 gm colostomybag 60 mm glucometer strips for glucometer accuchekactive bott of 50 strips dvt stocking size m l xl each 5 silicon gel heel suport pad urine bag film into ray 30point 5 cm into 25 point 4 cm 12 into 10 high speed cr film ecg gel 250 ml glucose solution 5 percentage in nontoxic disposable plastic bott of 500ml ffs disposableplastic infusion set for iv fluids presterilised pyrogen freecomplete with airline and nylon filter alongwith airvent ankle support tab tadalfil 20 mg tab ambrisentan 5 mg tab aspirirn 75 plus rosuvastatin 75 mg tab aspirrin 75mg plus atorvastatin 10 mg plus rosuvastatin 75 mg eye bid number gem2025b6638448 dated 19-09-2025 bid document1 82 1 1 oint bacitracin pluspolymaxin b tube of 3 point 5 gm, tabbetahistine 24 mg, oint beclomethasone plus fusidic acid, e d ear drop benzalkonium cl 5 percentage plus camphor0 point 0 point1 percentage cpm 0 point1 percentage plushpmc, e d bromfenac 0 point 09 percetage 5ml, budesonid 160 mcg plus formeterol 12 mcgplusglycopyrronium 9 mcg, tab brivaracetam 100 mg, cervical collar size l xl each 6, tab cefopodoxide proxetil200 mg plus potessium calulanate 125 mg, tab cinnaeizinand dimenhydrinate, e d ciprofloxacin 0 point 3percentage plus hydroxypropyl methyl cellulose bott of 10ml, oint clobetasol propionate plus salicylic acid, coenzym q10 l carnitine lycopene ans zinc, combi kit ofibandronic acid 150 mg plus calcium carboinate 500 mgplus vitamin d3 500 mg plus zinc sulphate 7 point 5 mg, tab cyclosporine 50 mg, tab dapagliflozin 10 mg plusmeformin 500 mg, tab denfovir 300 mg, tab divalproexsodium 250 mg, tab domperidone 30 mg plusesomeprazole 40 mg, tab duloxetine 30 mg, e d atropinesulphate 0 point 01 percentage 5 ml, e d chlormphenicol 5percentage benzocaine 1 percentage plus propelene glycol5 ml, rotacap formoterol 6mcg plus budesonide 100mcg, tab ginkgo biloba 60 mg plus piracetam 800 mg plusvinpocetine 5 mg, inj insulin novopen needle, tabisosorbide dinitrate 5 mg, tab isosorbide mononitrate 05mg, powder fixon 15 gm, tab lithium carbonate 400 mg, tab magnesium valporate 400 mg, tab mesalamine 800mg sr, tab metformin 500 mg plus teneligliptin 20 mg, alpha lipoic acid 100mg benfotiamine 150mg chromiumpicolinate 200mcg plusfolic acid 1 point 5mgmethylcobalmin 1 point 5mg, tab nicoumalone 3 mg, tabnortryptilline 10 mg plus pregabalin 75 mg plusmethylcobalmin 1500 mcg, tab norfloxacin 200mgtinidazole 300mg, syp ofloxacin suspension 50 mg 5 ml 60ml, tab olanzapine 2 point 5 mg, tab paracetamol 500 mgplus chlorpheniramine malate plus phenylpherine hcl, tabpioglitazone 7 point 5 mg, tab piracetam 400 mg, tabprednisolone 2 point 5 mg, tab resperidone 1 mg, tabrepaglinide 1 mg, tab rosuvastatin 75 mg, rotacapglycopyrrolate 25 mcg plus formoterol 12 mcg budesonide400mcg bott of 30, tab salbutamol 4 mg, oint silvernitrate plus chlorhexidine oint 15 gm, tab sitagliptine 50mg, sulfamethoxazole 800 mg plus trimethoprim 160 mg, tab sultamicillin 375 mg, syp paracetamol 250 mg plusmefanimic acid 100mg, telmisartan 40mg pluschlorthalidone 6 point 25 mg, tab tenofovir alafenamide25 mg, powder terbinafine 1 percentage dusting powderbott of 75 gm, tab ticagrelor 60 mg, tab thyroxine 37point 5 mcg, tab verapamil 40 mg, tab activated charcolplus fungal diastase plus papain, tab alpha ketoanalogue200 mg, tab alaprazolam 0 point 5 mg, tab alfuzosin 10mg plus dutastasteride 0 point 5 mg, tab amisulpride 100mg, tab amitriptyline 10 mg, tab amioderone 100 mg, tab amlodipine 2 point 5 mg, amorolfine 5 percentagemedical nail lacquer 2 point 5 mltab pencilamine 250 mg, methotrexate 15mg, tabvalsartan 40 mg, oint kojic acid, gamma benzenehexachloride 1% w, hand sanitizer 50 ml, tabspironolactone 50 mg, tab torsemide 5 mg, tab clozapine25 mg, tab quetiapine 100 mg, nitrazem 5 mg, rotacapglycopyrrolate 25 mcg + formeterol 6 mcg, tabdapagliflozin 5mg + meformin 1000 mg, tab sulfasulazine 1gm, diclofenac gel 1% tube of 30 gm, tab feropenam 300mg, tab dexamethasone 4 mg, fosfomycin 3 gm sachet, dismin 450 mg + hesperidin 50 mg, foleys baloon
  • View Tender
  • Document
  • Bid Support
  • 1
  • 2
  • Tenders Expired In - 2025
  • Tenders Expired In - 2024
  • Tenders Expired In - 2023
  • Tenders Expired In - 2022
  • Tenders Expired In - 2021
  • Tenders Expired In - 2020
  • Tenders Expired In - 2019
  • Tenders Expired In - 2018
  • Tenders Expired In - 2017
  • Tenders Expired In - 2016
  • Tenders Expired In - 2015
Related Searched Keywords : public address system repair
  • Amplifier Board Tenders ,
  • Document Camera Tenders ,
  • Field Camera Tenders ,
  • Dish Tv Network Tenders ,
  • Amplification System Tenders ,
  • Public Address Machine Tenders ,
  • Isolation Amplifier Tenders ,
  • Call System Tenders ,
  • Video Conference Camera Tenders ,
  • Lcd Monitors Tenders

Get public address system repair Tender Alert...

235057

Related Searched Keywords : public address system repair

  • Infrastructural Works Tenders From Maharashtra
  • Acoustic Work Tenders From Delhi
  • Infrastructures Work Tenders From West-Bengal
  • Building Work Tenders From -Tamil-Nadu
  • Drainage System Tenders From Andhra-Pradesh
  • Roofing Work Tenders From Gujarat
  • Underground Sewer Tenders From Karnataka
  • End Wall Tenders From Uttar-Pradesh
  • Irrigation Tenders From Rajasthan
  • Wall Work Tenders From Madhya-Pradesh

Read More


Tender Document

061239

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 »

  • Tilling Work Tenders
  • Flooring Tenders
  • Railway Under Bridge Tenders
  • Bridge Tenders
  • Ceiling Works 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.com / ceo@thetenders.com

W B


Copyright ©2018 - Thetenders.com.

Download Mobile App