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
»
Quality Control System
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of quality-control-system Tenders

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

Advance Search
  • All-Tenders (10)
  • |
  • 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 Telecommunication Services And Equipments
image image
Central Government And Public Sector
TRN :35408124 |  27 Sep, 2025
Tender Value : 1.70 Lacs
 Hyderabad - Telangana
Tender for gem bids for supplying and fixing of pa mixer amplifier control unit, supplying and fixing of 90watt 2way compact high fidelityplastic or metal cabinet wall mounting speaker, supplyingand fixing of dual uhf wireless microphone system withtwo high quality handheld microphones, supplying andfixing of dual uhf wireless microphone system, supplyingand fixing of single channel uhf band frequency 21 inchgooseneck conference microphone system, supplying andfixing of 2 core x 1.5 sqmm speaker cable, supplying andfixing of 25 mm dia pvc conduit
  • View Tender
  • Document
  • Bid Support
4 Security Services
image image
Central Government/Public Sector
TRN :35411098 |  16 Oct, 2025
Tender Value : 0
 Bangalore - Karnataka
Tender for gem bids for iwts, iis computerprocessoramd 5000 series ryzen 9 5950xdesktop processor 16 core and 32 thread processor with340 to 490 ghz clock speed ramram 32 gb furybeast rgb ddr4 speed upto 3733 mts ssdm2 2280512gb pcie nvme ssd mzv7p512bw hard diskdrivehdd2tb7200 rpm sata graphics cardnvidiageforce rtx 2080ti gtx 3070 with minimum 4 ports 3xdisplay and and 1x hdmi mother boardmsi asus mpgb550 gaming plus amd am4 m3 x usb 20 2 x 32 gen2xhdmi atx motherboard compatible with processor smpsasus rog strix 850 watt gold psu 24 pininputvoltage range 220v acfrequency 50hzplus or minus5percentage current 4adc computer chasis master boxk501l rgb e compatible to the motherboard computercooling fancooler master master liquid ml240zr rgb orhigher compatible with mother board and processor mousewith mouse padlogitech dell usb mouse optical withmouse pad keyboardlogitech dell keyboard usbkeyboard 104 keyscomfortable quiettypingspillresistant designdurable keyssturdyadjustable tilt l 185led monitor display screen size4699cm185brightnessas per specification routertplink ac 1900 speaker set bluetooth towerspeaker set 20 channel output model spa9120b 80w rms40 hz20 khz frequency bluetooth adapterusbbluetooth adapter for speaker 4 port usb hub4 port usbhub usb 30 with 2 ft extended cable ups 5 kva lineinteractiveoutput power capacity 3500 watts 5000 vamax configurable power 3500 watts 5000 va as pertechnical specification 52 x external dvd rw drivesupport usb specification revision 20 40 times fastertransfer rate than that of usb 11 as per technicalspecification laser printer print speed black normal bid number gem2025b6651391 dated 16-09-2025 0 0 bid document1 128 a4 up to 14 ppmprint speed footnote speed specificationper industry standard testing methods dvdrecordabledvd 47 gb with jewel case dvdrecordable dvd 85 gbwith jewel case projectorprojectors npp554u 5500lumens or highernative wuxga1920x1200 with aspectratio suport 169 lcd projector web cam webcamc270hd with adjustable mounting stand usb cablehighquality usb extender cable 20 15 mtr dyeton ir filterirfilter for 830nm laser with mouning clamps for fitting infront of web cam c270hd auto calibration setautocalibration set complete with 30x ir leds with02x12vacdc infra red detection card new port modelfirc1s infrared sensor card sensitivity area 4x3 cms display port to hdmi convertordisplay port to hdmiconvertor hdmi cable 15 mtr length hdmi cable extraguard multi conductor with both end mf mouldedconnectors operating system win 10 pro 64 bit oslatest version microsoft officemicrosoft office 2010 64 bitwith msaccess and license laser diodeir laser 830nmwith specification operating volt35v dc wavelength asper technical specification weapon boardweapon boarddetails of weapon boardas per technical specification recoil boardwireless recoil board as per technicalspecification weapon modification kitwpn harnesswpnharness incl wiring sleeve and connector hallsensorshall sensor magnetsmagnets for hall sensor hallsensorsdual hall sensor aluminium rod 50 mm diaft50mm dia delrin rod black 2 dia ft2 dia black pneumatic itemsstainless steel pipe1 dia stainless steelpipe length 17 both side threaded brass reducer brassreducer 1 x 12 pressure regulatorair pressure regulator30 bar with guage elbowstainless steel elbow 1 internaldia with threaded stainless steel pipe stainless steelpipe1 10 ft both sided threaded hose pipehose pipeflexible ph 253 12 length 15 mtr with flowing capacity160 bar stainless steel pipe1 dia stainless steel pipelength 5 feet both side threaded elbow12 internal diastainless steel elbow 12 dummy socket1 dia dummysocket ss internal thread u type clampms angle t standwith u type clamp with nut bolt steel both sidethreaded12 mm length 55 flow control valveflow control valvess 12 nipplestainless steel nipple 12 both sidethreaded nut and boltnut and bolt 11mmlength35with washer shavo regulatorshavo airregulator 30 kg load presure with guage compressorindustrial air compressor 30 bar model elgits 15 lb pet with 25 mtr 4 core 15 amp current ratingpower cable pu pipepu pipe janatics pneumatics 12mm30 bar wh00b06 b22 b06s1 lg 30 mtr t joint6mm tjoint model wp2300606pu 6 black t elbow joint6mmellbow joint model wp2200606pu 6 black l type brassadapterpu 6 brass adapter 12 external thread and 6mminternal thread brass adapterpu 6 brass adapter 14 external thread and 6mm internal thread solenoidvalvesolenoid valve 30 bar 12v dc with relay mercury brass adapterbrass adapter 12 with nut pu12 brassadapterpu 12 brass reducer 12 into 18 couplerstainless steel flange coupler 1 internal dia sscouplernut and bolts for flange coupler 1 internal dialength 2 x 19mm nut with washer thread sealentthreadsealent jointing paste loctite243 400 ml teflontapeteflon tape for sealent roll thread bundle threadbundle for pipe threads 1 bundle tag and tie tag and tieuniversal type pack cap and casing6mm dia cap and bid details2 128 0 0 2 2 casing, wooden screw 3mm wooden screw length 1 4 , wooden screw 2mm wooden screw length 1 2 , woodenblock wooden block universal type, soft wood soft woodpieces 18x14x20mm for giving gap between firing table and50mm casing nos 1500 all black color powder coated , paint white enamel type 1 ltr, lubricant compressorlubricant oil elgi part no 000998052 3 ltr, lubricant airlube elgi part no 000998044 1 ltr, pneumaticcylinder pneumatic cylinde ss 25mm bore x 70mm stroke od 30mm port size 1 8 as ped drg no a3 515 smp56443, pneumatic items pneumatic cylinder forrl pneumatic cylinder ss 80mm bore x 100mm stroke port size 3 8 as per technical specification, pneumaticcylinder for mgl pneumatic cylinder ss for mgl as per drgno a3 515 smp 56873, ss pipe ss pipe industrial 1 2 diax length 4 one side thread, flange gasket coupler flangegasket rubber 3mm thickness type large, legris bluepipe legris blue pipe nylon semi rugged 6mm outer dia x 4mm internal dia 10 bar pressure, reducer brass reducer 1 x 3 4 dia, silencer silencer wire mesh 1 2 dia externalthread, ss union ss union 1 internal dia with thread, sspipe stainless stell pipe 2 feet and one side thread, welding rod welding rod stainless steel 308 l size 3 15 x3 50 mm batch no m77804, 10 core cable unshielded m type yy 6 3mm dia strength 8 1 kg, 3 core powercable 15 a m h07 rnf 1 5 sq mm dia, 3 core powercable 5a m h07 rnf 1 5 sqmm dia, 3 pin plugs 5aanchor isi standard, 5a socket anchor, computer powercord 230 v ac 5 a 3 mtr length nos with 3 pinpluge h07 rnf 1 5mm dia best quality, power extensionboard spike buster 15 5 amp multipin 6 socket with 15mtr cable, power extension board spike buster 6 socket with 5 mtr cable, teflon wire multi strand black m 1mmmultistrand, teflon wire multi strand red m 1mmmultistrand, teflon wire multi strand white m 1mmmultistrand, teflon wire multi strand yellow m 1mmmultistrand, teflon wire multi strand green m 1mmmultistrand, teflon wire multi strand brown m 1mmmultistrand, teflon wire multi strand violet m 1mmmultistrand, teflon wire multi strand blue m 1mmmultistrand, teflon wire multi strand purple m 1mmmultistrand, teflon wire multi strand orange m 1mmmultistrand, adhesive 20ml tube loctite hvht, solder soft 100 gm roll solder soft with core of non corrosive flux forstd electronic work and wax 50 gm, adhesive loctiteaa324 and adhesive loctite 7075 adhesive loctite aa324and adhesive loctite 7075, industrial grade adhesivefevikwik fevikwik 5ml tube, heat shrink sleeve heatshrink sleeve 6mm black model e203950, heat shrinksleeve i heat shrink sleeve 3mm blackmodel e203950 ii heat shrink sleeve 2mm blackmodel e203950, insulation tape roll wonder tape 10 mtrroll pvc, transparent tape 2 transparent tape 2 , instrument cooling fan ac 230v, universal adapter for 3pin plug for 6 amps, firing platform modular firingplatform for kneeling standing and lying position modularfriring platform for kneeling standing and lying position, firing mat with padding 6x3 with padding, firing pillows 12 x big and 12 x small 1x2x2 feet and 1x2x4 feet, instructor station instructor keyboard rack ms withblack powder coating with 2xinstrument cooling fans andlock and keys power cable, instructor station rack, instructor station monitor rack, instructor station coolingfan, instructor station mcb assembly, instructor station    //bid details3 / 128 power cable, instructor station wheel, instructor stationvoltmeter, instructor chair isi standard, manufacturer slable plate 515 army base wksp manufacturer plate as persample, fabrication items for projection system as pertechnical specification, mounting stand videoprojector projector mounting stand with 10 mm thick metaltop plate size 500mm length x 400 mm width height400mm, ruggedized enclosure for projector l into b into h24 into 22 into 8 5 with 5 into 5 air ventilation slidingcover, white velcro adhesive velcro 5m 2 inch , set offasteners fasteners a screw slotted cheese head m2x20is no 1366 nos 200 as per technical specification, cableties and tie bases 25mm packet of 100 as per technicalspecification, cable ties and tie bases 50mm packet of100 as per technical specification, spiral pipe 1 5 dia flexible conduct mtrls nylon pa6 thread pg36 temp 40 deg to 120 deg , general tools allen key 2 3 4 5 6 7 8 9 set of 8 isi standard, nose plier isistandard, screw driver set isi brand, spanner open jaw13 17 isi standard, spanner open jaw 24 27 isi standard, spanner open jaw 17 19 isi standard, taparia adjustable12 inch spanner open jaw isi standard, corrugated sheet m corrugated sheet m 2 mtr width, bubble sheet m bubble sheet 2 mtr width, cotton waste kg cottonwaste kg , hessian cloth m hessain cloth 2 mtr width, frp container 3 1 2 l x 2 w x 2 h feet with doubletoggle latches and handles, lock 5 lever with keys godrej50mm, ldpe strech wrap roll 1200 mtr 23 micro 5inch 12inch streched film roll, nails 1 kg nails 1 kg 1 isistandard, silica gel 5gm pack of 80 pcs, wooden crates forpacking chir wood packing crates for packing smldimension and as per technical specification, bindingwire size 2061 02 1 26 92 mtr roll, double sidedtape double sided foam tape 2 inch width 48mmx5 mtr, log book to be printed as per the requirement of smd, technical manual to be printed and spiral binded softcopy of technical manual will be provided by smd , userhand book to be printed and spiral binded soft copy of usermanual will be provided by smd iis computer processor amd 5000 series ryzen 9 5950xdesktop processor 16 core and 32 thread processor with3.40 to 4.90 ghz clock speed or higher version, ram ram32 gb fury beast rgb ddr-4 speed upto 3733 mt/s, ssd m.2 2280 512gb pcie nvme ssd mz-v7p512bw, harddisk drive hdd-2tb, 7200 rpm sata, graphics card nvidiageforce rtx 2080ti /gtx 3070 with minimum 4 ports 3xdisplay and and 1x hdmi, mother board msi / asus mpgb550 gaming plus amd am4 m.3 x usb 2.0, 2 x 3.2 gen2xhdmi atx motherboard compatible with processor orhigher, smps asus rog strix 850 watt gold psu 24pin, input voltage range 220v ac, frequency50hz 5%current 4a, d.c output voltage: +5v; current:40a, voltage: +12v; current: 20a, voltage: +3.3v;current:28a, voltage: -5v; current: 0.5a, voltage: -12v; current:0.5a, voltage: +5v sb; current: 2a 450w, computer chasis master box k501l rgb e compatible to the motherboard, computer cooling fan cooler master: master liquidml240zr rgb or higher compatible with mother board andprocessor, mouse with mouse pad logitech /dell usbmouse optical with mouse pad, keyboard logitech /dellkeyboard usb keyboard 104 keys, comfortable, quiettyping, spill-resistant design, durable keys, sturdy, adjustabletilt legs, plug-and-play lenght -45cms, width -15cms, 18.5led monitor display screen size 46.99cm 18.5brightness typical 250cd/m, contrast ratio typical dc50, 000:1 typ. 1, 000:1, resolution 1366 x 768, response    //bid details4 / 128 time typical 5ms viewing anglehorizontal/vertical170 /160 cr>10, color supported 16.7m, signal inputvideo signal analog rgb sync. signal separate h/v, composite, sog, connector 15pin d-sub, power powerconsumption 20watts stand by power dpms<0.3watt, type built-in, features plug & play ddc 2b, usbpowered hub option no mac compatibility yes, multimediaspeakers no, wall-mount 75 x 75mm, tco no, cabinet colorhigh glossy black optional accessories - special featuresmagicbright3, magiceco, magicangle, off timer, image sizecolour effect, customised key, windows vista basicdimension product dimensionwith stand, wxhxd 455.6 x375.0 x 178.0mm, product dimensionwithout stand, wxhxd 455.6 x 309.4 x 63.1mm shipmentdimensionwxhxd 521 x 382 x 132mm, weight productweight 3.55kg, shipment weight 4.65kg, stand typesimple, function tilt, router tplink ac 1900, speaker set bluetooth tower speaker set 2.0 channel output modelspa9120b 80w rms 40 hz-20 khz frequency, bluetoothadapter usb bluetooth adapter for speaker, 4 port usbhub 4 port usb hub usb 3.0 with 2 ft extended cable, ups5 kva line interactive output power capacity 3500 watts /5000 va max configurable power 3500 watts / 5000 vanominal output voltage 230v output voltage noteconfigurable for 220 : 230 or 240 nominal output voltageefficiency at full load 92% output voltage distortion lessthan 3% output frequency sync to mains 50/60 hz +/- 3hz user adjustable +/- 0.1 crest factor 3 : 1 waveform typesine wave output connections 8 iec 320 c13 2 iec 320c19 6 iec jumpers bypass internal bypass automatic andmanual input nominal input voltage 230v input frequency50/60 hz +/- 5 hz auto sensing input connections hardwire 3-wire input voltage range for main operations 160 -280v input voltage adjustable range for mains operation100 - 280v other input voltages 220, 240 powerchutepersonal edition v2.0 for windows 2000 & xp multilanguage support with power card. with 3 pin indiansockets, 52 x external dvd r/w drive # support usbspecification revision 2.0, 40 times faster transfer rate thanthat of usb 1.1, lightweight, pocket size, elegant aluminumcabinet, hot swapping capability # support usb2.0 transferrates up to 480mbps, # usb 2.0/ide compliant:, intergratedusb tranceiver, high speed 480mbit and full speed 12mbitsupport usb suspend/resume, remote wake up support, #metal:aluminum & plastic with power cable and data cable, laser printer print speed black normal, a4 up to 14ppm, print speed footnote, speed specification per industrystandard testing methodsstandard memory, 2 mbembedded in sip package, 16k bit nvram; maximummemory, 2 mb embedded in sip package, 16 kbnvram, processor speed 266 mhz, print quality black best, up to 600 x 600 dpi 1200 dpi effective output; printtechnology, laser duty cycle monthly, a4, up to 5000pages, dvd recordable dvd 4.7 gb with jewel case, dvd recordable dvd 8.5 gb with jewel case, projector projectors np-p554u 5500 lumens orhigher, native wuxga1920x1200 with aspect ratio suport16:9, lcd projector, web cam webcam c270hd withadjustable mounting stand, usb cable high quality usbextender cable 2.0 15 mtr dyeton, ir filter ir filter for830nm laser with mouning clamps for fitting in front ofweb cam c270hd, auto calibration set auto calibration setcomplete with 30x ir leds with 02x12vac/dc adapter, 2amps, 24 wmax. 5mm led socket for ir led attachment    //bid details5 / 128
  • View Tender
  • Document
  • Bid Support
5 Education And Research Institutes
image image
Central Government/Public Sector
TRN :35412466 |  08 Oct, 2025
Tender Value : 55.0 Thousand
 Ranchi - Jharkhand
Tender for gem bids for television tv v2 cummins controller, cummins ecu, cummins premium blue 7800 plus, cummins avr card, cummins radiator belt, cummins injector, cummins motor starting, cummins cool level swt, cummins alt belt, cummins rectifier service kit, cummins inhibitor 10 ltr, cummins inner air cleaner, cummins separator fuel water, cummins filter fuel, cummins filter lubricating oil, cummins outer air cleaner, cummins potentiometer, cummins u v relay, cummins freq relay, cummins trip relay, cummins ct, cummins pt 400 110 rt3, cummins pt 300 100, cummins cntrl trnx 440 230vac, cummins scanner 16 ch, cummins annuciator 16 w, cummins aux relay, cummins aux relay fwd, cummins voltage transducer, cummins frequency transducer, cummins kw transdu * * 2 32 3 / mseexemption for years of experienceyes | complete * * & % & % 2 32 3 / startupexemption for years of experienceyes | complete 4  4 & & /document requiredfrom sellerexperience criteria, oem authorization certificate, additionaldoc 1 requested in atc, additional doc 2 requested inatc*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 buyer6 6  8  8 9 9 : : & 8 & 8   ; ;  8  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 a     b b / minimum number ofbids required to disable automatic bidextension3: 8: 8   b b, , e e     -- / / number of days for which bidwould be auto--extended7  b /bid number: gem/2025/b/6648828: /dated: 17-09-2025  & & / bid document1 / 12 6 ; 6 ; : : : : / /number of auto extension count1  p %p % :4 :4 : : /bid to ra enabledno4 4 r r   /itc available tobuyeryes  2 2 /type of bidtwo packet bid   s s   & u & u /time allowed for technicalclarifications during technical evaluation7 days v v a a w w v v 2 2 / % % ; 8 ; 8 9 9 /inspection required byempanelled inspection authority / agenciespre-registered with gemno   s s /estimated bid value55000 s s w w /evaluation methodtotal value wise evaluation z & z & /arbitration clauseno /mediation clauseno    //bid details     /emd detail a /requiredno   /epbg detail a /requiredno  /splitting   : / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceno     /mse purchase preference   /mse purchase preferenceyes2 / 12 . 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 dpiit registered startup, the bidder shall be exempted from the the eligibility criteria ofexperience criteria as defined above subject to their meeting of quality and technical specifications. the bidderseeking exemption from experience criteria, shall upload the supporting documents to prove his eligibility forexemption. 3. 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. 4. 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.television tv v2 1 set bis requiredyes    u  u /technical specifications*   u / as per gem category speci cation  /speci cation u u /specificationname  a a s s /bid requirementallowed valuesgenerictype/category/class of tvsetsmart tv2display type/technologyoled organic light-emitting diode, qled quantumdot led or highernominal screen size rangeinchesmore than 54inch upto 62 inchaudio power minimum20w x 2 or higherperformance &featuresmaximum resolutionpixels supported8k ultra hd: 7680x4320 or higher3 / 12 static contrast ratio1600 : 1, 1700 : 1, 1800 : 1, 1900 : 1, 2000 : 1, 2500 :1, 3000 : 1, 3500 : 1, 4000 : 1, 4500 : 1, 5000 : 1 orhighertypical brightness nits500 -699, 700-999 or higheroptional featurehdr high dynamic range, screen mirroring, built-inwi-fi, bluetooth, lanpowerbee star rating5 star or higherrf input &connectivity portsinput portrf input, video component input, composite input, 1-hdmi port, 1-usb port, 1-vga port, 1-ethernet portaccessoriesaccessories included in thescope of supplyremote control, wall mounting bracket, standoptional accessoriesconnecting cables hdmi, connecting cables avwarranty, installationcommissioningcomprehensive standardwarrantyyears1 or higherwarranty on display onlyyears3 or highercertification / testreporttype of lab which carried outtest of complete product toprove the conformity of productas per governing specificationcertificate of govt.lab/nabl/ilac accreditedagree to provide all relavantdocuments testreport/suuporting document/reports etc to the buyer at thetime of bidding or on demandyes  /speci cation u u /specificationname  a a s s /bid requirementallowed values 4 : 4 :   p %p % 2 2 /input tax credititc and reverse chargercm details   4 : 4 : /itc on gst   4 : 4 : /itc on gst cess100%na   //p : p :   /consignees/reporting officer and quantity4. .4. ./s.no.   //p : p :   /consigneereporting/officer /address /quantity: :  : : /deliverydays4 / 12 santosh kumarchaudhari834008, materialmanagement department, central mine planning anddesign institute limited, gondwana place, kankeroad1304. .4. ./s.no.   //p : p :   /consigneereporting/officer /address /quantity: :  : : /deliverydaysspecial terms and conditions-version:2 effective from 16-10-2024 for category television tv v21. note to buyers:the central ministries/ departments and other government buyers, as applicable, shall note that thiscategory is covered under scheme - ii compulsory registration scheme of bis bureau of indianstandards.compulsory registration of goods / articles in this category shall conform to is 616: 2017 and shall bearthe standard mark under a license from the bureau of indian standards as per scheme-ii of schedule-iiof bureau of indian standardsconformity assessment regulations, 2018.buyer shall verify and confirm compliance with the applicable bis order during the procurement andfulfillment process.buyer shall validate and confirm the comprehensive warranty terms and conditions during theprocurement process. note to sellers:sellers shall offer and supply products conforming to the corresponding indian standard and mandatorilyregistration as per scheme-2 of bis.non-compliance shall result in action as per gem im policy.buyers and sellers may refer to the relevant s.o at https://www.bis.gov.in/product-certification/products-under-compulsory-certification/scheme-ii-registration-scheme/ 4 4 9 9         ` `/buyer added bid specific terms and conditions1. genericbidders are advised to check applicable gst on their own before quoting. buyer will not take anyresponsibility in this regards. gst reimbursement will be as per actuals or as per applicable rateswhichever is lower, subject to the maximum of quoted gst %.2. genericbidder shall submit the following documents along with their bid for vendor code creation: a. copy of pan card. b. copy of gstin. c. copy of cancelled cheque. d. copy of eft mandate duly certified by bank.5 / 12 . genericinstallation, commissioning, testing, configuration, training if any - which ever is applicable as per scopeof supply is to be carried out by oem / oem certified resource or oem authorised reseller.4. genericmanufacturer authorization:wherever authorised distributors/service providers are submitting thebid, authorisation form /certificate with oem/original service provider details such as name, designation, address, e-mail id and phone no. required to be furnished along with the bid5. genericsupplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only.6. generic1. the seller shall not assign the contract in whole or part without obtaining the prior written consent ofbuyer.2. the seller shall not sub-contract the contract in whole or part to any entity without obtaining the priorwritten consent of buyer.3. the seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severallyliable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the dueperformance of the contract and the sellers obligations there under.7. genericwithout prejudice to buyer s right to price adjustment by way of discount or any other right or remedyavailable to buyer, buyer may terminate the contract or any part thereof by a written notice to the seller, if:i the seller fails to comply with any material term of the contract.ii the seller informs buyer of its inability to deliver the materials or any part thereof within thestipulated delivery period or such inability otherwise becomes apparent.iii the seller fails to deliver the materials or any part thereof within the stipulated delivery periodand/or to replace/rectify any rejected or defective materials promptly.iv the seller becomes bankrupt or goes into liquidation.v the seller makes a general assignment for the benefit of creditors.vi a receiver is appointed for any substantial property owned by the seller.vii the seller has misrepresented to buyer, acting on which misrepresentation buyer has placed thepurchase order on the seller.8. genericwhile generating invoice in gem portal, the seller must upload scanned copy of gst invoice and thescreenshot of gst portal confirming payment of gst.9. oemimported products: in case of imported products, oem or authorized seller of oem should have aregistered office in india to provide after sales service support in india. the certificate to this effect shouldbe submitted.10. inspectionnominated inspection agency: on behalf of the buyer organization, any one of the followinginspection agency would be conducting inspection of stores before acceptance:pre-dispatch inspection at seller premises applicable only if pre-dispatch inspection clause has beenselected in atc:not applicablepost receipt inspection at consignee site before acceptance of stores:representative nominated by cmc dept., cmpdi hq.6 / 12 . scope of supplyscope of supply bid price to include all cost components : supply installation testing andcommissioning of goods12. certificatesbidders offer is liable to be rejected if they dont upload any of the certificates / documents sought in thebid document, atc and corrigendum if any.13. warrantywarranty period of the supplied products shall be as given in specifications from the date of finalacceptance of goods or after completion of installation, commissioning & testing of goods if included inthe scope of supply, at consignee location. oem warranty certificates must be submitted by successfulbidder at the time of delivery of goods. the seller should guarantee the rectification of goods in case ofany break down during the guarantee period. seller should have well established installation, commissioning, training, troubleshooting and maintenance service group in india for attending the aftersales service. details of service centres near consignee destinations are to be uploaded along with thebid.14. buyer added bid specific atcbuyer added text based atc clausesa. qualifying criteria: procurement from established & proven sources:procurement against this tender shall be made only for proven items from established & proven sources, who fulfills the following criteria:o ers of the bidders, who are past suppliers to mining industry and/or other industries private or government department/ public sector undertaking indigenous or global, will be considered eligible for participation, if they have supplied at least one number of the tendered equipment/similar equipment*, during the preceding 5 years from the date of tender opening and their performance has been found satisfactory forone year. * similar equipment shall be such equipment, which fulfills the following:a performs almost identical operations as the quoted model.b should be equal to or higher than the tendered capacity.c uses sub-components, sub-systems and major assemblies of substantially similar design & construction to the model quoted only rating specifications may differ lower or higherbidders are required to submit a self-certi cate in the following format, along with the proof of payment against the purchase orders/ rate contracts and commissioning certi cates in case of equipment, p&m, etc. where installation & commissioning is required: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 for minimum one year from the date of commissioning and all the complaints/ claims lodged by the purchaser, if any, have been attended to and no complaints/ claims are pending.in case, any speci c purchase orders has/have not been fully executed and any complaint/claim is pending, then details of such cases to be categorically mentioned with the reasons thereof so that decision making is in clear perspective without any hidden facts in the subject matter.7 / 12 the authenticity of the self-certificate as well as other documents submitted/uploaded by the bidder will solely be their responsibility and appropriate action will be taken by cmpdil if it is subsequently found to be misleading/false/forged.note: acceptance criteria for similar equipment:in case, the bidder claims provenness of the quoted model based on similar equipment, the similar equipment should have performed satisfactorily for a minimum period of one year from the date of commissioning and the quoted model should have worked for a minimum period of six months from the date of commissioning within the window period of 5 years.in case the bidder claims provenness of the quoted model based on similar equipment and the similar equipment has performed satisfactorily for a minimum period of one year from the date of commissioning, but the quoted model has not worked for a minimum period of six months, the offer may be accepted subject to the conditions mentioned under here under:a. the quoted model should have been designed, manufactured and supplied to the end-user but has not been commissioned or if commissioned, has not completed six months of operation after the commissioning. documentary evidence for past supply of the quoted model is to be provided along with the offer.orthe quoted model is an upgraded version of the existing model with improved and the latest drive line/system etc. and has not been manufactured and/or supplied earlier. in such case, the basic model should remain the same. documentary evidence of past supply of the existing model whose upgraded version has beenoffered, is to be provided along with the offer.b. i the successful bidder will be allowed to supply the quantity or quantity of the rst lot as indicated in schedule of requirement.ii the rm shall be required to furnish additional performance bank guarantee of 100% of the total landed value of equipment along with spares & consumables for warranty period for the quantity.c. on satisfactory performance of all the equipment/ rst lot if applicable for one year from the date of commissioning to be certi ed by the head of the user dept., clearance shall be obtained from the order issuing authority for supply of the remaining quantity, if any, as per schedule of requirement.d. the additional 100% performance bank guarantee shall be returned only after satisfactory performanceof all the equipment/first if applicable lot for one year from the date of commissioning.e. the original 10% pbg for the total contract value will be retained for entire
  • View Tender
  • Document
  • Bid Support
6 Education And Research Institutes
image image
Central Government And Public Sector
TRN :35413688 |  09 Oct, 2025
Tender Value : 8.33 Lacs
 Mahendragarh - Haryana
Tender for gem bids for industrial microbiology by le casida industrial microbiologyby prescott and dunns environmental biotechnologyby alan h scragg introduction to environmentalbiotechnology by chatterjee ak environmentalbiotechnology principles and applications by bruce erittmann mega question bank life sciencebiotechnologyand microbiology for csir by debasish kar bioentrepreneurship by dr g chelladurai dr sr s iruthaya kalaiselvam dr priya sundarrajan inorganic chemistry byatkins p overton t rourke j weller m inorganic solids anintroduction to concepts in solidstate structural chemistryby adam dm introduction to nanotechnology by poole cpand owens fj inorganic and solidstate chemistry byrodger ge research methodology methods andtechniques by c r kothari how to write and publish ascientific paper by r a day an introduction to researchmethodology by b l garg r karadia f agarwal and u kagarwal practical research planning and design by p dleedy and j e ormrod research methods the conciseknowledge base by w m k trochim statistical mechanicsfor chemistry and material science by b bagchi anintroduction to statistical thermodynamics by t l hill physical chemistry by p atkins and j p atkins physicalchemistrya molecular approach by d mcquarie and j simon modern electrochemistryi ionics by j m bockris and a k nreddy modern electrochemistryii by j m bockris and a k nreddy solid state chemistryan introduction by l e smart ea moore surfactants and interfacial phenomenon by m jrosen emulsions theory and practice by p becher introduction to surface chemistry and catalysis by g asomorjai y li materials for rechargeable lithiumionbatteries by a manthiram electrochemical systems by jnewman and ke thomasalyea advances in battery bid number gem2025b6700423 dated 18-09-2025 0 0 bid document1 49 0 0 2 2 technologies for evs by b scrosati et al, fundamentals andapplications of nanomaterials by zhen guo and li tan, principle of polymer chemistry by p j flory, polymer scienceand technology plastics rubber and composites by p ghosh, the chemistry of nanomaterials synthesis properties andapplications by c n r rao a muller, nanostructures andnanomaterials synthesis properties and applications by gcao, nanoscale science and technology by r w kelsall i whameley m geoghegan, a text of book of nanoscience andnanotechnology by pradeep t, physical chemistry by tengel and p reid, physical chemistry by rg mortimer, physical chemistry by dw ball, environmental chemistryby ak de, environmental chemistry by stanley e manahan, green chemistry theory and practice by pt anastas and j cwarner, handbook of laboratory safety by benjamin rsveinbjornsson and sveinbjorn gizurarson, crc handbookof laboratory safety by t engel and p reid, thefoundations of laboratory safety by stephan r rayburn, chemistry of the elements by greenwood nn and earnshaw, academic writing a handbook for international studentsby bailey s, the craft of scientific writing by alley m, amanual for writers of research papers theses anddissertations by k l turabian wc booth, logic andanalytical reasoning by ak gupta, scientific writing easywhen you know how by jennifer peat, food safetymanagement a practical guide for the food industry byyasmine motarjemi huub lelieveld, goodman and gilmansthe pharmacological basis of therapeutics by bruntonlaurence l, essentials of medical pharmacology by kdtripathi, clinical research and key concepts of medicalstatistics clinical research and statistics by myle akshay, coberts manual of drug safety and pharmacovigilance bybarton cobert william w gregory, data science ai andmachine learning in drug development by harry yang, primer of biostatistics seventh edition a and l langeseries by stanton glantz, advances in nutraceuticals andfunctional foods hardcover by sreerag gopi preethabalakrishnan, a text book on nutraceuticals and theirdetermination by modern analytical techniques by bramya kuber, functional foods nutraceuticals bioactivecomponents formulations innovations by chukwuebukaegbuna, quality control and standardization of herbaldrugs principles and practices paperback by knv raosanthosh, herbal drug technology by a n kalia, phytochemical analysis by modern techniques recenttrends and future perspectives by deepak kasote, guidelcms and gcms techniques a tool for phytoconstituentsevaluation of plant extracts by gaurav m doshi, ayurvedjadi buti rahasya set by acharya balkrishna, science ofindian herbs for good health by acharya balkrishna, medicinal plants culture utilization and phytopharmacologyby thomas s c li, the green pharmacy complete guide tohealing herbs from the worlds leading authority by jamesa duke, alternative solvents for natural products extractionby farid chemat maryline abert vian, green extraction ofnatural products theory and practice by farid chemat, phytochemistry an insilico and invitro update advances inphytochemical research by shashank kumar c, highperformance thinlayer chromatography hptlc bymanmohan srivastava, evidencebased validation of herbalmedicine translational research on botanicals by pulok kmukherjee, quality control and standardization of herbaldrugs principles and practices by knv rao santhosh, essentials of botanical extraction principles and applications    //bid details2 / 49 by subhash c mandal, introduction to natural productschemistry by rensheng xu yang ye weimin zhao, fingerprinting analysis and quality control methods ofherbal medicines by pandey ravindra k
  • View Tender
  • Document
  • Bid Support
7 Security Services
image image
Central Government/Public Sector
TRN :35417115 |  27 Sep, 2025
Tender Value : 0
 Port Blair - Andaman And Nicobar Islands
Tender for gem bids for interior, fitment of nursing station with fitment of ss sink., fabrication and installation of medical instrument storagerack of 6x3 feet with inbuilt multiutility drawers., installation of isolated patient inspection bed with inbuilt ivstand alongwith suitable cooling mattress and three foldhospital partition screen in heat stroke room., installationof ro water system in heat stroke room integrated withdeep ss sink with hot and cold water tap for burn care ofpatients., fabrication and installation of dressing table withrebuild drawers for medical utilities of nursing assistant., fabrication and fitment of cushioned recliner cum seatingarrangement with integrated iv fluid administration stand., installation of sun protection film for temperature controland air purification cum cooling unit for heat stroke roomas per scope of work., installation of patient inspection bedtable with iv drip stand alongwith fitment of portable threefold hospital curtain partition screen in emergency ward., installation and fitment of extension slab working table withoverhead wall cabinet for emergency kit in emergencycrash ward., installation and fitment of washing areaintegrated with deep ss sink with dual tab for hot and coldwater dispensing unit and placing of suitable hospitalreceptacles., provisioning of movable stretcher bed withinbuilt fulld infusion stand in crash emergency ward., fabrication and installation of 04 in no. medicine storagerack shelves of 6x2x10 feet with inbuild drawers indispensary room., fabrication and fitment of rack and binsystem for storage of day to day use medicine and storageof other medical utilities including overhead cabinets., provisioning and installation of refrigeration unit forstowage of critical medicine and injections with temperaturemonitoring and controlling facility., installation of indoortemperature cooling unit with integration of existingelectrical infrastructure for preservation and prevention ofdamage to medicine in dispensary room., fabrication andfitment of medicine distribution counter cum workstation of11x1.5x6 feet with fitment of 8mm frosted glass partition forcounter management., fabrication and installation of 6x2x6ms rack shelve for stowage of medical equipment storewith lock and key arrangement., fabrication and fitment ofstowage facility for securing of backup oxygen cylinderincluding fabrication of shelve and overhead cabinets instore room for storage of hospital linens and necessities., installation of exhaust system in dispensary room, storeroom, general ward detention room, crash andemergency ward., provisioning and installation of sunprotection films window blinds with rolling mechanism andfitment of various signage board and wall hangings as perscope of work in mi room building.fabrication and fitment of 2 way frosted glass door with teakwood frame 8x4 feet and fitment of temperature control unitwith integration of existing electrial fitments., wall panelling1110 square feet inside reception area, mo clinic/inspection room, minor ot room with a grade rubber woodincluding integration of existing electrical infrastructure andutilities, cladding of area 1054 square feet with suitablehigh quality louvers / cladding material in various room asper scope of work., fabrication and installation ofworkstation with cushioned seating arrangement of 03person as per size in scope of work, fabrication and fitmentof rack/ shelve for reception area of size 6x6x1.5 feetincluding fitment of token generator, fabrication andfitment of aluminium partition 13x13 feet with installation ofacp sheet material with integrated door in patient waitingarea., installation fitment of 15 person multi cushioned
  • View Tender
  • Document
  • Bid Support
8 Water Supply And Drainage
image image
State Government
TRN :35396507 |  25 Sep, 2025
Tender Value : 34.27 Lacs
 Raigad - Maharashtra
Tender for borewell drilling 150 mm dia by dth machine including transporting of machine at worksite, providing & placing 180 mm dia 6 kg p.v c.casing pipe (l5:4985-1988) & fixing borecap after complation of borewell, yield testing of borewell by 90 degree v notch method for minimum 2 hrs .continously, providing cap for 180 mm dia p.v.c.casing pipe, casing pipe lowering & grouting, solar system, supplying, installing, testing and commissioning of standalone solar submersible pump set . all the above benchmark cost are inclusive of total cost of system as per mnre specifications and its installation, commissioning , transportation , insurance , warranty/gurantee, monitoring and maintained for 5 years. 3 bhp solar pump construction of bandhara, clearing cutting thorny shurbes, bushes , mooleyhills etc. complete, excavation in hard murum/hard man kankar/pebbles, exceeding 1.5m in width including depositing the material as directed with all lead upto 15m and lift into 1.5m including boulders of size less than 0.10cum including dressing etc complete. excavation in soft rock exceeding 1.5m in width including depositing the material as directed with all leads and lifts including boulders of size less than 0.10cum, dressing etc complete. excavation in hard rock exceeding 1.5m in width by blasting including depositing the excavated material as directed with all leads and lifts including boulders of size exceeding 0.10cum including dressing etc complete providing and laying rubble soling below foundation in layers including fillinf with rubble chips murum etc. complete (excluding royalty material) providing and laying in situ cement concrete of grade m-150 of trap / granite / gneiss /quartzite graded metal for pcc with or without surface reinforcement rcc/concreting requiring heavy or spetial type of shuttering for works of gallery ,sluice,spillway crest,spillway down stream face,energy dissipating structure,inteke structure,training walls,piers abutments etc.with concrete mixture considering lead of 50 m with shuttering and scaffolding ,placing ,compacting,curing etc.complete with an initial lead of 50 m and lift of 1.50 m. providing & laying in position tor steel reinforcement including cutting bending binding including cost of reinforcement binding wire etc complete with a lead of 50 m & lift of 1.50 m providing casing embankment using selected previous material available directly from excavation in layers including cost of all other operations such as collection of material spreading material in layer of specified thickness sorting out breaking clods levelling sectioning edges sides watering compacting each layer to density control of not less than 95 percent or as stipulated using vibratory compactor etc complete with lead up to 1km for watering and 6m lift. providing, constructing coffer dam in river basin / dam storages as per type design including excavation, filling, the middle portion with b. c. soil (in gunny bags if requried). providing impervious / semipervious materials on both side of b.c. soil (in gunny bags if required) including ramming, compacting to the satisfaction of engineer-in-charge, till the complction of work including dismantling coffer dam after completion of works and disposing off the material as directed by the engineer-in-charge. providing and fixing 90 cm x 60 cm marble plate engraving 10 cm.height letter ,figures including painting the lefters/ figures withapproved colour and shade complete " "rcc well providing and laying in situ cement concrete in proporation .... of trap metal for foundation and bedding, including balling out water manually, formwork, compacting and curing etc. complete." providing & costing in constructing in situ. c.c of trap granite/ quartzite / gneiss/ metal of approved quality of r.c.c. work as per detailed drawing & design or as directed by engg. in charge including dewatering , ceterind from work,compacting, finishing the formed surface with c.m. 1:3 of sufficient minimum thickness to give a smooth & even surface wherever necessary or roughening if spetial finish is to be provided & curing etc. complete. ( by weight batching & mix design for m-250 & m-300 only use of l&t, acc ambuja, birla gold, manikgad, rajashree etc. cement is permitted excluding m.s or tor reinforcement in r.c.c. m-250grade. 1) r.c.c. m-250for beam " 2) r.c.c. m-250 for vertical wall providing & fixing in position steel bar reinforcement of various diameters for r.c.c. pipes,caps,footing, foundation, slab, beams, columns, canopies, staircase, newels, chajjas, lintels, pardies, coping, fine arches etc. as per detailed designs, drawing & schedule s including cutting, bending, hooking the bars, binding with wires or tack welding & supporting as required etc. complete (including cost of binding wire). tor steel" providing & laying weep holes of 80 mm ac/pvc pipe as per drawing for abutment returns, return walls etc. complete. dewatering the excavatyed trenches and pools of water by using pumps and other devices including disposing of the water to safe distance as directed by engineer-in-charge (including cost of machinery labour fuel )etc complete. providing rubble stone paving 15cm thick in 1:3 cement mor tar over bedding of 15cm thick cement concrete of 1:4:8 propor t ion wi th t rap / grani te / quar tzi te / gneiss metal including st r iking joints and water ing etc. complete." providing internal cement plaster 20mm. thick in two coats in cement mor tar 1:3 wi thout neeru finish, to concrete, br ick sur face, in all posi t ions including scaffolding and cur ing etc. complete. providing uncoursed rubble masonry of t rap / granite / quartzite /gneiss stones in cement mor tar 1:6 in foundation and plinth of innerwalls / in plinth of external walls including bailing out water manually , striking joints on un exposed faces and water ing etc.complete." reffiling the trenches with approved excavated material from foundation in 15cm to 20cm layers including watering and compaction etc. complete. providing and fixing in position c.i. dapuri steps or 22 mm dia. m.s. bar step with proper anchorage, etc. and providing and applying 3 coats of anticorrosive paint, etc complete as directed by engineer- in-charge." providing and fixing 90 cm x 60 cm marble plate engraving 10 cm. height letter, figures including painting the lefters/figures with approved colour and shade complete providing, constructing coffer dam in river basin / dam storages as per type design including excavation, filling, the middle portion with b. c. soil (in gunny bags if requried). providing impervious / semipervious materials on both side of b.c. soil (in gunny bags if required) including ramming, compacting to the satisfaction of engineer-in-charge, till the complction of work including dismantling coffer dam after completion of works and disposing off the material as directed by the engineer-in-charge. lift 0.00 m to 1.50 m" "switch room excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material upto a distance of 50 metres and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. (bd-a- 1/259)" excavation for foundation / pipe trenches in hard murum including removing the excavated material upto a distance of 50 m and lifts as below, stacking and spreading as directed by engineer-in-charge, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. (bd-a-2/259) providing and laying in situ cement concrete in m – 15 (1:2:4) grade of trap /granite/quartzite/gneiss metal for foundation & bedding including bailing out water manually, form work compaction & curing, etc complete. providing uncoursed rubble masonry of t rap / granite / quartzite /gneiss stones in cement mor tar 1:6 in foundation and plinth of innerwalls / in plinth of external walls including bailing out water manually , striking joints on un exposed faces and water ing etc.complete. "providing second class burnt brick masonry with convent ional/ i.s.type br icks in cement mor tar 1:6 in superst ructure including striking joints, raking out joints, water ing and scaffolding etc. complete " providing and casiting in situ cc of trap /granite/quartzite/gneiss metal of approved quality for r cc work as per detailed drawing and designs or as diredcted by engineer – in- charge including normal dewatering, centering, fromwork,compaction, finishing the formed surface withcm 1:3 of sufficient minimum thickness to give a smooth and even surface wherever necessary or roughening if special finish to be provided and curing, etc complete. slabs b) in rcc m-200" providing internal cement plaster 20mm. thick in two coats in cement mortar 1:3 without neeru finish, to concrete, brick surface, in all positions including scaffolding and cur ing etc. complete. item no 8 :- filling the plinth & floors murum bedding in trenches with approved murum from excavatyed materials form foundation 15 cm. to 20 cm. layers including watering and compaction complete. providing and laying cement concrete flooring 40 mm thick wi th m15 cement concrete laid to proper level and slope in alternate bays including compact ion, fi lling joints, marking lines to give the appearance of t i les of 30 cm x 30 cm or other size laid diagonally / square etc finishing smooth (wi th ext ra cement ) in any colour as directed and cur ing etc. complete. with natural sand providing and fixing frame wi th / wi thout ventilator of size as specified with country cut teak wood for doors and windows including chamfering, rounding, rebat ing, iron holdfast of size 300mm x 40mm x5mm with oil paint ing, etc. complete item no. 11 :- providing and fixing count ry cut teak wood double or single leaf panelled shut ters, 35 mm thick style top and freze rail 95 x 35 thick with lock and bottam rail 195 x 25 mm thick and panels without ventilator as per detai led drawing excluding the door frame, stainless steel fixtures and fastening and finishing the wood work wi th oil paint ing 3 coats complete item no. 12 :- providing and fixing count ry cut teak wood windows wi th double leaf 25 mm thick planked shutters without ventilators as per detailed drawings including stainless steel fixtures and fastenings and finishingthe wood work wi th oil paint ing 3 coats etc. complete item no.13 :- providing flush grooved pointing with cement mor tar 1:3 for stone masonry work including scaffolding and curing etc. complete. item no.14 :- providing and applying washable oil bound distemper of approved colour and shade to old/ new surfaces, in three coats including scaffolding, preparing the surface to receive the priming coat and finishing coat etc. complete. item no. 15 :- providing and fixing locking arrangement the standered qualityof lock for pump house, etc complete item no. 16 :- providing and fixing in position steel bar reinforcement of various diamenters for rcc piles, caps, footing, foundation, slabs, beams, columns, canopies, staircases, newels,chjjas, lintels, pardies, copings, fins, arches, etc. as per detailed designs, drawings and schedules, including cutting, bending, hooking he bars, binding with wires or tack welding and supporting as required, etc. complete.(including cost of binding wire) "pumping machinery item no. 1 :- providing, erecting and giving test of submersible pump set conforming to is 8034 and motor conforming to is 9283, with water proof winding. pump shall be suitable for various delivery head and discharge with stainless steel shaft. motor suitable for working on 415 v ± 10%, 3 ph, 50 hz a.c. supply, with cable guard, thrust carbon / fiber bearing to withstand entire hydraulic thrust. the pump set shall be suitable for direct coupling, with suitable suction strainer. pump should have suitable discharge out let as per manufacturer's design. antithrust stream lined non return valve shall be provided with the pump. 3 m submersible copper conductor cable in single / double run and 2 pairs of suitable size erection clamp 10 mm thick shall be provided with each pump. submersible pump 150 mm dia (with bronze / stainless steel (cf8m) impeller) up to 8 stages" "item no. 2 :- supplying and erecting, flat flexible submersible cable with, copper conductor, pvc insulated, and pvc sheathed. 3 core 10sqmm" "item no. 3 :- supplying and erecting fully automatic star delta starter to operate squirrel cage induction motor working on 380- 440 volt, 3 phase, 50 hz with no volt coil, over load element, and on off push buttons, with necessary material and connected to supply, etc complete. starter with original sheet steel encloser. > 7.5 hp & up to 12.5 hp" item no.4 :- providing , installing & commissioning main control pannel board including v.meter & a. meter of suitable range single phase prevention 8 nos. of phase indicater lamps with colour glass of 230 v rotary switch over load capacitor suitable for 7.50hp and 12.50bhp pump etc.complete. (market rate) "item no.5 :- providing, erecting pressure gauge of required range complete with syphon tube, isolating cock suitable for 12 mm dia g.i. pipe. pressure gauge shall be installed as directed, with tapping on rising main. pressure gauge (100 mm dia)" item no.6 :- providing tools for pumping. item no. 7 :- main wiring work from m. s. e. b. cut out to the panel board 4 core x 459 mm 1100 grade with i. s. i. mark standard / aluminum armored cable (94.1 p.36) item no. 8 :- providing pipe type earthing with 40mm. dia. g.l. pipe or 20 mm dia. g.l. rod complete with all materials as per specification no. ea-ep "solar pump item no.1 :-supplying, installing, testing and commissioning of standalone solar submersible pump set . all the above benchmark cost are inclusive of total cost of system as per mnre specifications and its installation, commissioning , transportation , insurance , warranty/gurantee, monitoring and maintaince for 5 years " "rising main item no. 1:- providing and supplying in standard lengths polyethelene pipes, confirming to is 4984 /14151 / 12786 / 13488 with nesessary jointing material like mechanical connector i. e. thread / insert joint / quick release coupler joint / compression fitting joint or flanged joint excluding coupler/specials, including transportation and freight charges, inspection charges, loading / unloading charges, conveyance to the departmental stores & stacking the same in closed shade duly protecting from sunrays & rains, excluding gst levied by gi & gom in all respect etc. complete. 75 mm dia hdpe pipe 8 kg/sqcm" 75 mm dia hdpe pipe 8 kg/sqcm item no.3 :- 5% of cost of pipes shall be considered for cost of pvc/hdpe specials for estimate purpose only. "item no. 4 :- providing, erecting, connecting double flanged short body pattern tye manually operated butterfly valve having body, disc and end cover in graded cast iron to is 210 gr. cf 200 generally conforming in bs 5155, synthetic rubber faced ring secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel riding in teflon bearings excluding c.c. foundation/ structural steel support confirming to is 3095-1991. sluice valves 80 mm dia for washout" "item no. 5 :- providing and supplying air valves as per is-10845 and mjp’s standard specifications of approved mark and quality of following diameters including all taxes (central and local), railway fright, inspection charges unloading from railway wagons, loading into truck, transportation upto departmental stores/ site, unloading and stacking etc. complete. air valves 15 mm dia" "item no.6 :- excavation for foundation/ pipe trenches in earth, soils of all types, sand gravel and soft murum, including removing the excavated material upto a distance of 50 meters & lifts as below, stacking & spreading as directed, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. (earth soil)" "item no. 7 :- excavation for foundation/pipe trenches in hard murum and boulders, w.b.m. road including removing the excavated material upto a distance of 50 m beyond the area and lifts as below, stacking and spreading as directed by engineer-in-charge, normal dewatering, preparing the bed for foundation and excluding back- filling, etc. complete. (hard murrum)" "item no.8 :- excavation for foundation/ pipe trenches in soft rock and old cement and lime masonry foundation asphalt road including removing the excavated material upto a distance of 50 m beyond area and lifts as below, stacking as directed by engineer-in-charges, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. soft rock" "item no.9 :- excavation for foundation / pipe trenches in hard rock by controlled blasting, including trimming and levelling the bed by chiselling where necessary and removing the excavated material and stacking it in measurable heaps within a distance of 50 metres from the area and lifts as below, normal dewatering, excluding backfilling, etc. complete. lift 0 to 1.5 m hard rock" item no. 10 :- filling in plinth and floors murum bedding in trenches with approved murum from foundation 15 cm to 20 cm layers including watering and compaction complete. "item no. 11 :- lowering, laying and jointing h. d. p. e./ m. d. p. e. pipes in proper position including all specials by compression fitting/electrofusion and butt fusion jointing procedure as per relevent is code complete with all materials for jointing procedure like electrofusion machine, electric heater/butt fusion welding machine with hydraulic jack, top loading clamp etc. and all labours as directed by engineer in charge as per is-7634 part ii 75 mm dia hdpe pipe 8 kg/sqcm" 75 mm dia hdpe pipe 8 kg/sqcm "item no. 12 :- lowering laying and jointing in position following c.i.d/f reflux valves butterfly valves and sluice valves including cost of all labour joining material, including not bolts and giving satisfactory hydraulic testing etc. complete. (rate for all class of sluice valves) sluice valves 80 mm dia for washout" "item no. 13 :- lowering, laying and fixing in proper alignment and position all types of c.i. air valves as directed by engineer in-charge including cost of conveyance from stores to site of work, cost of all material and giving satisfactory hydraulic testing, etc complete. air valves 15 mm dia" "item no. 14 :- providing and fixing in position air valve shaft including providing and fixing gi medium class or 6 mm thick m.s. pipe shaft 2.70 m long over branch flange of air valve tee, providing pcc block of m-150 concrete 150 mm thick around the air valve tee including encasing of vertical shaft in pcc m-150 as shown in type design together with providing and making flanged joints wherever required and fixing of air valve over the shaft excluding cost of air valve and branch flanged air valve tee. etc. complete as per type design and as directed by engineer-in-charge for following diameters of pipe lines (type design attached.) upto 150 mm on murum & harder strata" item no 15 :- providing and laying in situ following grades of c.c. of trap/granite/quartzite/gneiss metal for foundation and bedding including dewatering, form work, compacting and curing, finishing etc. complete. "item no. 15 :- providing and constructing b.b. masonry valve chamber with 15 cm thick 1:3:6 proportion pcc bedding, including excavation, b.b. masonry in c.m. 1:5 proportion 12 mm thick cement plaster in cm 1:4 proportion on both sides with providing and fixing c.i. manhole frame and cover in rcc 1:2:4 coping or cm thick slab etc. complete as directed by engineer-in-charge. size 0.90 x 0.60 x 1.20" item no. 16 :- refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete "item no. 17 :- hydraulic testing of h. d. p. e./ m. d. p. e. pipe line to specified pressure including cost of all materials and labour and water for testing for specified length including cutting, placing end cap making arrangement for filling safe water using reciprocating type pumps which should be able to provide specified test pressure gauges and other necessary equipments, labour, operation charges, etc. required for testing. the rate under this item shall also include cost of retesting, if necessary and reinstating to original position. 75 mm dia hdpe pipe 8 kg/sqcm" "distribution system item no .1 :- providing and supplying in standard lengths polyethelene pipes, confirming to is 4984 / 14151 / 12786 / 13488 with nesessary jointing material like mechanical connector i.e. thread / insert joint / quick release coupler joint / compression fitting joint or flanged joint excluding coupler/specials, including transportation and freight charges, inspection charges, loading / unloading charges, conveyance to the departmental stores & stacking the same in closed shade duly protecting from sunrays & rains, excluding gst levied by gi & gom in all respect etc. complete. 63 mm dia hdpe pipe 6 kg/sqcm" item no. 2 :- 5% of cost of pipes shall be considered for cost of pvc/hdpe specials for estimate purpose only. "item no.3 :- providing double flange sluice valve confirming for is- 14846 including worn gear arrangements as per test pressure, stainless steel spindle, caps, including inspection charges, transportation upto departmental store, unloading, stacking excluding gst levied by goi & gom in all respect etc. complete sluice valves 50 mm dia" "item no 4 :- excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material upto a distance of 50 metres and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. (bd-a-1/259) earth soils" "item no. 5 :- excavation for foundation / pipe trenches in hard murum and boulders, w.b.m. road including removing the excavated material upto a distance of 50 m beyond the area and lifts as below, stacking and spreading as directed by engineer-in-charge, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. (bda-3/259) hmb" "item no. 6 :- excavation for foundation / pipe trenches in soft rock and old cement and lime masonry foundation asphalt road including removing the excavated material upto a distance of 50 m beyond the area and lifts as below, stacking as directed by engineer-incharge, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. (bd-a-4/259) soft rock" "item no. 7 :- excavation for foundation / pipe trenches in hard rock and concrete road by chiselling, wedging, line drilling by mechanical means or by all means other than blasting including trimming and levelling the bed, removing the excavated material upto a distance of 50 metres beyond the area and lifts as below, stacking as directed by engineer-in-charge, normal dewatering, excluding backfilling, etc. complete by all means. (bd-a-6/259) hard rock" item no. 8 :- filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation in 15 cm to 20 cm layers including watering and compaction, etc. complete. (bd-a-10/263) "item no. 9 :- lowering, laying and jointing h. d. p. e./m.d. p. e. pipes in proper position including all specials by compression fitting/electrofusion and butt fusion jointing procedure as per relevent is code complete with all materials for jointing procedure like electrofusion machine, electric heater/butt fusion welding machine with hydraulic jack, top loading clamp etc. and all labours as directed by engineer in charge as per is-7634 part ii 63 mm dia hdpe pipe 6 kg/sqcm" "item no. 10 :- lowering, laying and jointing in position following c.i.d/f reflex valves, butterfly valves and sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc. complete. (rate for all class of valves.) sluice valves 50 mm dia" "item no. 11 :- providing and laying in situ cement concrete of trap/ granite / quartzite /gneiss metal for rcc work in foundation like raft, grillage, strip foundation and footing of rcc columns and steel stanchions including normal dewatering,form work, compaction, finishing and curing, etc. complete. (by weigh batching and mix design for m250 and m-300 only. use of l&t, a.c.c., ambuja, birla gold, manikgad, rajashree, etc. cement is permitted.) (excluding m.s. or tor reinforcement) a) 1:2:4 (m-150) grade " "item no. 12 :- providing and fixing c.i. road box including loading, unloading and carting to site of work including all necessary excavation in all types of strata and fixing in murum packing, etc. complete. 100 mm x 225 mm (20 kg) " item no. 13 :- refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete "item no. 14 :- hydraulic testing of h. d. p. e./ m. d. p. e. pipe line to specified pressure including cost of all materials and labour and water for testing for specified length including cutting, placing end cap making arrangement for filling safe water using reciprocating type pumps which should be able to provide specified test pressure gauges and other necessary equipments, labour, operation charges, etc. required for testing. the rate under this item shall also include cost of retesting, if necessary and reinstating to original position. 63 mm dia hdpe pipe 6 kg/sqcm" item no. 15 :- providing and fixing board displaying information, such as 'name of work, tender cost, name of contractor, work completion and liability period etc', having rectangular shape of 1.20 m x 0.90 m size made out 18 gauge (1.25 mm) thick mild steel sheet painted with one coat of zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamel on back side and border /messages /symbols etc. with approved colour shade paint complete, on m.s.angle of size 35 x35 x3 mm frame with properly cross braced m.s.angles of size 35 mm x 35 mm x 3 mm duly painted including two m.s.angle iron posts of size 65 mmx 65 mmx 6 mm, 3.65 m long painted withal ternate black and white bands of 25 cm width including all fixtures etc. and fixing the boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete.spec. number as directed by engineer in charge morth 801 item no. 16 :- providing and making upvc/mdpe pipe consumer service connection on distribution main by drilling hole with suitable means , including all labour , upvc/mdpe pipe of required length with or without road crossing as described below, including cost of specials like saddle/clamp saddle of suitable material, and diameter suitable for distribution main, 15mm /20mm/ 25mm respective dia heavy duty brass/polyprophylyne(twin jacketed ) ferrule , male and female thread adapter elbow, bends,couplers ,tees, clamps of suitable material and sundry materials as per requirment, including providing and fixing medium duty 15.mm brass bib tap, gi casing pipe of suitable diameter of 32mm/ 40mm/ 50mm respectively of required length for road crossing, including requird labour for excavation in all types of strata up to the depth of 0.75m or as per site requirement,all types of plumbing fittings, refilling , closing the water supply in that area, dewatering, hydraulic testing and restarting the water supply ,transportation of material etc. complete as directed by engineer in "trial run item no. 1 commissioning, running and maintaining the scheme to quantities, rated capacity, including manning necessary personnel such as operator, valveman, etc. as per requirements of the scheme and who should also administer chemical dose for a period of 1 month for individual scheme and for regional scheme, together with training of personnel spared by mjp / local body and handing over the scheme to local body after completion of the above period as directed by engineer-in-charge.note: required chemicals to be supplied by department free of cost and electricity bill will also be paid by the department.for singlvillage" piped water supply scheme at - adnale tal- tala
  • View Tender
  • Document
  • Bid Support
9 Health Services/Equipments
image image
State Government
TRN :35388919 |  07 Oct, 2025
Tender Value : 0
 Ranchi - Jharkhand
Tender for supply and installation of wide bore 4d ct equipment - ct scanner system, x-ray generator, x-ray tube, gantry, patient table, ct scanning parameters, scannograms, topogram, data acquisition system, image reconstruction, image quality, ct control console, laser system, ct simulation / virtual simulation system, contouring, isocentre management, beam placement and definition, drr features, data import / export and connectivity, archiving and documentation, equipment warranty and service facilities, standards, safety and training, essential accessories to be included with the unitin tccc radiation oncology
  • View Tender
  • Document
  • Bid Support
10 Construction
image image
State Government
TRN :35221539 |  24 Sep, 2025
Tender Value : 0
 Barwaha - Madhya Pradesh
Tender for gem bids for integrated security surveillance system service -health monitoring solution for cctv system; networkattached storage; high media quality; buyer s premises;role-based access control system rbac; na; equipmentintegrity; personal pa system; no
  • View Tender
  • Document
  • Bid Support
  • 1
  • Tenders Expired In - 2025
  • Tenders Expired In - 2024
  • Tenders Expired In - 2023
  • Tenders Expired In - 2022
  • Tenders Expired In - 2021
  • Tenders Expired In - 2020
  • Tenders Expired In - 2019
  • Tenders Expired In - 2018
  • Tenders Expired In - 2017
  • Tenders Expired In - 2016
  • Tenders Expired In - 2015
Related Searched Keywords : quality control system
  • Science Lab Equipment Tenders ,
  • Cutting Mill Tenders ,
  • Laboratory Apparatus Tenders ,
  • Debridement Machine Tenders ,
  • Cell Disruptor Tenders ,
  • Eppendorf Eporator Tenders ,
  • Digital Ic Trainer Tenders ,
  • Time Interval Meter Tenders ,
  • Laser Receiver Tenders ,
  • Id Micro Typing Machine Tenders

Get quality control system Tender Alert...

394632

Related Searched Keywords : quality control system

  • Tiles Work Tenders From Maharashtra
  • Interlocking Tiles Work Tenders From Delhi
  • Rcc Roofing Tenders From West-Bengal
  • Finishing Work Tenders From -Tamil-Nadu
  • Flood Prevention Work Tenders From Andhra-Pradesh
  • Roofing Work Tenders From Gujarat
  • Sewer Lines Tenders From Karnataka
  • Pit Work Tenders From Uttar-Pradesh
  • Bridges Tenders From Rajasthan
  • Cladding Work Tenders From Madhya-Pradesh

Read More


Tender Document

239913

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 »

  • Fencing Work Tenders
  • Water Proofing Treatment Work Tenders
  • Flood Prevention Work Tenders
  • Civil Engineering Tenders
  • Gate Lodge Tenders

Sector Tenders »

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

Ownership Tenders »

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

Indian Segment

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

Browse Tenders

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

Global Segment

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

Others

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

Get in touch with us

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

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

W B


Copyright ©2018 - Thetenders.com. Read Policies

Download Mobile App