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
»
Rig Service
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of rig-service Tenders

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

Advance Search
  • All-Tenders (20)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 Security Services
image image
Central Government/Public Sector
TRN :35235393 |  01 Sep, 2025
Tender Value : 0
 Bangalore - Karnataka
Tender for gem bids for repair and overhauling service - lp/hp compressorwashing rig; lp/hp compressor washing rig; yes;buyer premises
  • View Tender
  • Document
  • Bid Support
2 Industrial Development Agencies
image image
corporations/Associations/Others
TRN :35222651 |  06 Sep, 2025
Tender Value : 2.38 Crore
 Valsad - Gujarat
Tender for construction of service roads, sub way and junction by providing rigid paver block surface under gidc highway bridge and upl bridge at notified area gidc vapi under sarvgrahi grant
  • View Tender
  • Document
  • Bid Support
3 Industrial Development Agencies
image image
corporations/Associations/Others
TRN :35222860 |  06 Sep, 2025
Tender Value : 2.69 Crore
 Valsad - Gujarat
Tender for construction of service roads, sub way and junction by providing rigid paver block surface under balitha bridge and papillon bridge at notified area
  • View Tender
  • Document
  • Bid Support
4 Security Services
image image
Central Government / Public Sector
TRN :35224478 |  01 Sep, 2025
Tender Value : 0
 Hoshangabad - Madhya Pradesh
Tender for gem bids for rollerball pen v3 q4, ink refills v2 q4, gel pen v3q4, packaging tape q4, register v2 q4, tags forfiles v2 as per is 8499 q4, stapler pin / staples v2q4, fluid correction pen v2 q4, eraser q4, clips, paper as per is 5650 q4, highlighter pen q4, permanent marker pen q4, desktop calculator -electronics q4, photography paper v2 q4, glue stickv2 q4, black lead pencils v2 as per is 1375 q4, selfadhesive flags v2 q4, plain copier paper v3 isimarked to is 14490 q4, cartridge drawing paper as peris 1848 part 2 q4, dak pad v2 q4, pen stand v2q4, markers for white board v2 q4, scissors q4, knife blades q4, metric steel scales v2 as per is 1481q4, ball point pens v2 as per is 3705 q4, carbonpapers as per is 1551 q4, stamp pads q4, stamp - padink as per is 393 q4 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno    -- 8 8 9 9  :  :   ; ; / minimum number ofbids required to disable automatic bidextension1  ; /bid number: gem/2025/b/6607971 /dated: 25-08-2025  & & / bid document1 / 47 d d   ; ;, , f f     -- / / number of days for which bidwould be auto--extended1  h %h % : : /bid to ra enabledyesh %h % i i /ra quali cation rule50% lowest priced technically qualified bidders  4 4 /type of bidtwo packet bid4 4 l l /primary product categoryrollerball pen v3   m m   & o & o /time allowed for technicalclarifications during technical evaluation2 days p p 8 8 r r p p 4 4 / % % t d t d u u /inspection required byempanelled inspection authority / agenciespre-registered with gemno m m r r /evaluation methodtotal value wise evaluation v & v & /arbitration clauseno /mediation clauseno    //bid details     /emd detail 8 /requiredno   /epbg detail 8 /requiredno  /splitting   / bid splitting not applied.reserved for make in india productsreserved for make in india productsyes     /mse purchase preference   /mse purchase preferenceyes2 / 47 . bid reserved for make in india products: : procurement under this bid is reserved for purchase from class 1local supplier as defined in public procurement preference to make in india, order 2017 as amended from timeto time and its subsequent orders/notifications issued by concerned nodal ministry for specific goods/products.however, eligible micro and small enterprises will be allowed to participate. the minimum local content toqualify as a class 1 local supplier is denoted in the bid document. all bidders must upload a certificate from theoem regarding the percentage of the local content and the details of locations at which the local value addition ismade along with their bid, failing which the bid is liable to be rejected. in case the bid value is more than rs 10crore, the declaration relating to percentage of local content shall be certified by the statutory auditor or costauditor, if the oem is a company and by a practicing cost accountant or a chartered accountant for oems otherthan companies as per the public procurement preference to make-in -india order 2017 dated 04.06.2020 . incase buyer has selected purchase preference to micro and small enterprises clause in the bid, the same will getprecedence over this clause. 2. 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. 3. short duration bid has been published by the buyer with the approval of the competent authority due toemergency procurement of critical products/services. 4. reverse auction would be conducted amongst first 50% of the technically qualified bidders arranged in theorder of prices from lowest to highest. number of sellers eligible for participating in ra would be rounded off tonext higher integer value if number of technically qualified bidders is odd e.g. if 7 bids are technically qualified, then ra will be conducted amongst l-1 to l-4. in case number of technically qualified bidders are 2 or 3, ra willbe between all without any elimination. if buyer has chosen to split the bid amongst n sellers, then minimum nsellers would be taken to ra round. in case primary products of only one oem are left in contention forparticipation in ra based on lowest 50% bidders qualifying for ra, the number of sellers qualifying for ra wouldbe increased to get at least products of one more oem directly participated or through its reseller if available.further, if bids of any sellers eligible for mse preference is / are coming within price band of 15% of non msel-1 or if bid of any sellers eligible for make in india preference is / are coming within price band of 20% of nonmii l-1, then such mse / make in india seller shall also be allowed to participate in the ra process.rollerball pen v3 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenericclosure typecapped rollerball penbody materialplastictip size/line width0.7 mmink colourblue3 / 47 re-fillable rollerball pennodimensionslength of the pen in mm100 mm to 120 mm, 121 mm to 140 mmdiameter of the pen inmm8 mm to 10 mmnet weight of the pen ingm10 gm to 30 gm  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - rollerball pen v3 10 pieces specification parameternamebid requirement allowed valuespilot v7 blue pen isacceptable.pilot v7 blue pen is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015rollerball pen v3 5 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenericclosure typeretractable rollerball pen, capped rollerball penbody materialplastic, metaltip size/line width0.5 mmink colourblack, bluere-fillable rollerball penyesdimensionslength of the pen in mm100 mm to 120 mm, 121 mm to 140 mm, 141 mm to160 mm4 / 47 diameter of the pen inmm8 mm to 10 mm, 11 mm to 13 mmnet weight of the pen ingm10 gm to 30 gm, 30.1 gm to 50 gm, 50.1 gm to 70gm  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - rollerball pen v3 5 pieces specification parameternamebid requirement allowed valuespilot v5 black pen isacceptable.pilot v5 black pen is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad515rollerball pen v3 5 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenericclosure typeretractable rollerball pen, capped rollerball penbody materialplastic, metaltip size/line width0.5 mmink colourgreenre-fillable rollerball penno, yesdimensionslength of the pen in mm100 mm to 120 mm, 121 mm to 140 mm, 141 mm to160 mmdiameter of the pen inmm8 mm to 10 mm, 11 mm to 13 mmnet weight of the pen ingm10 gm to 30 gm, 30.1 gm to 50 gm, 50.1 gm to 70gm5 / 47 additional specification parameters - rollerball pen v3 5 pieces specification parameternamebid requirement allowed valuespilot v5 green pen isacceptable.pilot v5 green pen is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad515ink refills v2 50 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenerictype of ink refillgel pen ink refill, sparkel pen ink refill, roller ball penink refill, fineliner refillrefill ink colourblueink typeoil based ink, water based ink, water based with gelpigmented ink, shimmering ink, water based withglitter pigmented inkrefill tip sizein mm0.5 mmrefill body materialplasticshelf lifeshelf life of pen refill inyears1 year, 2 year, 3 year, 4 year, 5 year, 6 yearadditional specification parameters - ink refills v2 50 pieces 6 / 47 specification parameternamebid requirement allowed valuesgel pen add gel achiverblue pen refills isacceptable.gel pen add gel achiver blue pen refills is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015gel pen v3 20 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenericdesign of the gel penretractable, capped, twist, magneticbody material of the gelpenplasticrefillable typeyes, nodiameter of the pen tip inmm0.5 mm, 0.6 mm, 0.7 mm, 0.8 mm, 0.9 mm, 1.0 mmcolour of the inkblack, blue, green, redadditional specification parameters - gel pen v3 20 pieces specification parameternamebid requirement allowed valuesgel pen add gel achiverblue is acceptable.gel pen add gel achiver blue is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity7 / 47 :. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2015packaging tape 50 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesmaterialmaterial of filmbiaxially oriented polypropylene bopp, bopp andself adhesive tapedimensionlength of tape on a rollmeter65, 5, 15, 25, 40, 50, 80, 100, 125, 150, 200, 250, 300, 350, 400, 450, 500, 550, 600, 650, 700, 750, 800, 850, 900, 950, 1000width of tape on a roll mm48, 24thickness of film inmicron23inner diameter of coremm25, 50, 75colourcolour of tapetransparentadditional specification parameters - packaging tape 50 pieces specification parameternamebid requirement allowed valuestransparent tape 1 100mtr length is acceptable.transparent tape 1 100 mtr length is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015packaging tape 50 pieces minimum 50% local content required for qualifying as class 1 local supplier8 / 47    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesmaterialmaterial of filmbiaxially oriented polypropylene bopp, bopp andself adhesive tapedimensionlength of tape on a rollmeter80, 100, 125, 150width of tape on a roll mm48, 60, 72thickness of film inmicron25, 23, 29, 50inner diameter of coremm25, 50, 75colourcolour of tapetransparentadditional specification parameters - packaging tape 50 pieces specification parameternamebid requirement allowed valuestransparent tape 2 100mtr length is acceptable.transparent tape 2 100 mtr length is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015packaging tape 50 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesmaterialmaterial of filmbiaxially oriented polypropylene bopp, bopp andself adhesive tape9 / 47 dimensionlength of tape on a rollmeter80, 100, 125, 150width of tape on a roll mm48, 60thickness of film inmicron25, 23, 29, 50inner diameter of coremm25, 50, 75colourcolour of tapebrown, transparent, as per buyer s requirement to beindicated by the buyer during bid creation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - packaging tape 50 pieces specification parameternamebid requirement allowed valuespackaging tape 2 browncolor 100 mtr length isacceptable.packaging tape 2 brown color 100 mtr length is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015register v2 50 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementproduct typeregisterregister typeacknowledgement peon book, attendance register, service book register, dispatch register, pay billregister, cash book register, stock register, gateregister, accession register, minute register, logbook, ledger book, contingent register, opdregister, medical bill register10 / 47 inner paper specificationconfirming as per is 1848part 1account book paper, azure laid paper, bond paper, cream laid and cream wove/printing white/printingcoloured/printing offset paper, printing maplithopaperpaper colourwhitenumber of pages excludingcover41-60, 61-80, 81-100, 101-120, 121-150, 151-200, 201-250, 251-300, 301-350, 351-400binding of registerhardcover binding, cloth bindinggrammage anddimensiongrammage substance ofpaper in gsm60, 75, 90minimum length of registerin mm148, 176, 210, 250, 297, 420 millimeterminimum width of registerin mm148, 176, 210, 250, 297, 420 millimetergrammage substance ofcover board in gsm110, 130, 150, 175, 200, 225, 275, 325  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - register v2 50 pieces specification parameternamebid requirement allowed valueslong size hardcover clothbinding 200 pages isacceptable.long size hardcover cloth binding 200 pages is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015register v2 50 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation11 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementproduct typeregisterregister typeacknowledgement peon book, attendance register, service book register, dispatch register, pay billregister, cash book register, stock register, gateregister, accession register, minute register, logbook, ledger book, contingent register, opdregister, medical bill registerinner paper specificationconfirming as per is 1848part 1account book paper, azure laid paper, bond paper, cream laid and cream wove/printing white/printingcoloured/printing offset paper, printing maplithopapernumber of pages excludingcover41-60, 61-80, 81-100, 101-120, 121-150, 151-200, 201-250, 251-300, 301-350, 351-400binding of registersoftcover binding, hardcover binding, saddlestitching/stapple binding, sewn binding, clothbindinggrammage anddimensiongrammage substance ofpaper in gsm60, 75, 90minimum length of registerin mm148, 176, 210, 250, 297, 420 millimeterminimum width of registerin mm148, 176, 210, 250, 297, 420 millimetergrammage substance ofcover board in gsm110, 130, 150, 175, 200, 225, 275, 325additional specification parameters - register v2 50 pieces specification parameternamebid requirement allowed valueslong size hardcover clothbinding 300 pages isacceptable.long size hardcover cloth binding 300 pages is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015register v2 50 pieces 12 / 47 minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementproduct typeregisterregister typeacknowledgement peon book, attendance register, service book register, dispatch register, pay billregister, cash book register, stock register, gateregister, accession register, minute register, logbook, ledger book, contingent register, opdregister, medical bill registerinner paper specificationconfirming as per is 1848part 1account book paper, azure laid paper, bond paper, cream laid and cream wove/printing white/printingcoloured/printing offset paper, printing maplithopapernumber of pages excludingcover41-60, 61-80, 81-100, 101-120, 121-150, 151-200, 201-250, 251-300, 301-350, 351-400binding of registersoftcover binding, hardcover binding, saddlestitching/stapple binding, sewn binding, clothbindinggrammage anddimensiongrammage substance ofpaper in gsm60, 75, 90minimum length of registerin mm148, 176, 210, 250, 297, 420 millimeterminimum width of registerin mm148, 176, 210, 250, 297, 420 millimetergrammage substance ofcover board in gsm110, 130, 150, 175, 200, 225, 275, 325additional specification parameters - register v2 50 pieces specification parameternamebid requirement allowed valueslong size hardcover clothbinding 400 pages isacceptable.long size hardcover cloth binding 400 pages is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity13 / 47 :. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015register v2 50 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementproduct typeregisterregister typeacknowledgement peon book, attendance register, service book register, dispatch register, pay billregister, cash book register, stock register, gateregister, accession register, minute register, logbook, ledger book, contingent register, opdregister, medical bill registerinner paper specificationconfirming as per is 1848part 1account book paper, azure laid paper, bond paper, cream laid and cream wove/printing white/printingcoloured/printing offset paper, printing maplithopapernumber of pages excludingcover41-60, 61-80, 81-100, 101-120, 121-150, 151-200, 201-250, 251-300, 301-350, 351-400binding of registersoftcover binding, hardcover binding, saddlestitching/stapple binding, sewn binding, clothbindinggrammage anddimensiongrammage substance ofpaper in gsm60, 75, 90minimum length of registerin mm148, 176, 210, 250, 297, 420 millimeterminimum width of registerin mm148, 176, 210, 250, 297, 420 millimetergrammage substance ofcover board in gsm110, 130, 150, 175, 200, 225, 275, 325additional specification parameters - register v2 50 pieces 14 / 47 specification parameternamebid requirement allowed valueslong size hardcover clothbinding 500 pages isacceptable.long size hardcover cloth binding 500 pages is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015tags for files v2 as per is 8499 50 packet minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgoverningspecificationgoverning specificationconforming to is 8499isi markingyes, nomanufactureyarn treatment in lacebleached cotton yarn, unbleached cotton yarndimensionoverall length of the laceportion125 mm, 175 mmadditional specification parameters - tags for files v2 as per is 8499 50 packet specification parameternamebid requirement allowed valuescotton tags for file goodquality 50 pkts isacceptable.cotton tags for file good quality 50 pkts is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity15 / 47 :. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015tags for files v2 as per is 8499 100 packet minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgoverningspecificationgoverning specificationconforming to is 8499isi markingyes, nomanufactureyarn treatment in lacebleached cotton yarn, unbleached cotton yarndimensionoverall length of the laceportion125 mm, 175 mmadditional specification parameters - tags for files v2 as per is 8499 100 packet specification parameternamebid requirement allowed valuescotton lace for file goodquality 100 pkts isacceptable.cotton lace for file good quality 100 pkts is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad10015stapler pin / staples v2 20 box minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation16 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementsize number10/4, 24/6finishcoating on staplerpin/staplestinned coating, galvanized coating, copper coatingadditional specification parameters - stapler pin / staples v2 20 box specification parameternamebid requirement allowed valueskangaro stapler pin 10 nois acceptable.kangaro stapler pin 10 no is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2015fluid correction pen v2 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementpen contains correctionfluid7 ml, 8 ml, 12 mlline/pen tip size0.5 mm, 0.6 mm, 0.7 mm, 0.8 mmtesting andcertification correction fluid is bismarkedyes, noavailability of test reportof correction fluid fromdesignated ahsp / nabl /ilac accredited or centralgovernment lab to provethe conformity of productsto the specificationyes, no17 / 47 additional specification parameters - fluid correction pen v2 10 pieces specification parameternamebid requirement allowed valuescamlin 15 ml whitener isacceptable.camlin 15 ml whitener is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015eraser 50 packet minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesother propertiesnumber of eraser per packnos20additional specification parameters - eraser 50 packet specification parameternamebid requirement allowed valuesdoms eraser 20 pkt isacceptable.doms eraser 20 pkt is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad501518 / 47 clips, paper as per is 5650 50 box minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgoverningspecificationbis markingyes, nocharacteristicsshapes of clipsstandard shape, streamline shape, triangular shapesize of clipssmall, largeadditional specification parameters - clips, paper as per is 5650 50 box specification parameternamebid requirement allowed valuesoddy paper clip/ u clip 50pkt is acceptable.oddy paper clip/ u clip 50 pkt is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad5015highlighter pen 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementtype of penpermanent highlighter penink colouryellow, pink, green, red, black, bluethe shape of the pen tipchisel pointline width1.0 mm, 1.5 mm, 2.0 mm, 2.5 mm, 3.0 mm, 3.5 mm, 4.0 mm, 4.5 mm, 5.0 mm19 / 47 materialpen body made ofplasticwriting tip made up ofhydrocarbon tipmarking andpackingmarking on the penbarrel/capmanufacturer name or initials or registered trademarketc., as per buyer s requirement to be indicatedduring bid creationpacking of each penpaper poly pouch, cardboard boxtesting andcertificationavailability of test reportfrom designated ahsp /nabl / ilac accredited orcentral government lab toprove the conformity ofproducts to thespecificationyes, notest reports to be furnishedto the buyer on demand, ifclaimed to be availableyes, n.a  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - highlighter pen 10 pieces specification parameternamebid requirement allowed valuesbranded highlighter pen 10pkt is acceptable.branded highlighter pen 10 pkt is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015permanent marker pen 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation20 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementtype of inkflorescent water based, alcohol basedink colouryellow, pink, green, red, black, bluethe shape of the marker/pen tipbullet shape, chisel shapeline width1.0 mm, 1.5 mm, 2.0 mm, 2.5 mm, 3.0 mm, 3.5 mm, 4.0 mm, 4.5 mm, 5.0 mmheat resistant inkyes, noagree to provide advancesamples for buyer sapproval beforecommencement of supplyapplicable in case oforders placed against bidand not applicable in caseof direct buyingyes, no, not applicablematerialmarker /pen body made ofplastic, metalwriting tip made up ofhydrocarbon tip, hard acrylic tip, hard polyester tipmarking andpackingmarking on the marker /penbarrel/capmanufacturer name or initials or registered trademarketc., as per buyer s requirement to be indicatedduring bid creationpacking of each marker/penpaper poly pouch, cardboard boxtesting andcertificationavailability of test reportfrom designated ahsp /nabl / ilac accredited orcentral government lab toprove the conformity ofproducts to thespecificationyes, notest reports to be furnishedto the buyer on demand, ifclaimed to be availableyes, not applicableadditional specification parameters - permanent marker pen 10 pieces specification parameternamebid requirement allowed valuescamlin permanent markerpen 10 nos is acceptable.camlin permanent marker pen 10 nos is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity21 / 47 :. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015desktop calculator - electronics 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuestypetype of displaylcd, leddetails of digitno. of digits min nos12, 12physicalcharacteristicspower sourcebattery and solar dual, battery onlyadditional specification parameters - desktop calculator - electronics 10 pieces specification parameternamebid requirement allowed valuesoreva 1412 12 digitcalculator is acceptable.oreva 1412 12 digit calculator is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015photography paper v2 5 packet minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation22 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementwaterproofyes, nogrammage substance ofpaper200 gsmsize of paper as per is613989 x 140 mm, 120 x 165 mm, 130 x 180 mm, 165 x216 mm, 180 x 240 mm, 203 x 254 mm, 240 x 350mm, 254 x 308 mm, 300 x 400 mm, 305 x 381 mm, 400 x 500 mm, 406 x 508 mm, 500 x 600 mmpackagingnumber of sheets inpackage as per is 176310 sheets, 25 sheets, 50 sheets, 100 sheets, 250sheets, 500 sheetsfinishsurface finishglossy, stain, matttesting andcertificationavailability of test reportfrom ahsp/nabl/ilacaccredited or centralgovernment lab to proveconformity of products tothe specificationyes, noadditional specification parameters - photography paper v2 5 packet specification parameternamebid requirement allowed valuesglossy photography paper180 gms is acceptable.glossy photography paper 180 gms is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad515glue stick v2 30 set minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuespackingno of sticks in a setset of 423 / 47 net content andshelf lifenet content of the stickgrams25, 35, 40, 50 or highershelf life months12, 24, 36, 48  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - glue stick v2 30 set specification parameternamebid requirement allowed valuesglue stick 15 grams isacceptable.glue stick 15 grams is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad3015black lead pencils v2 as per is 1375 25 packet minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgoverningspecificationgoverning specificationconforming to is 1375isi markingyes, nostandardspencil typedrawing pencil, carpenter s pencil, stenographer sand reporter s pencil, general writing pencilpencil grades6b, 5b, 4b, 3b, 2b, b, hb, h, 2h, 3h, 4h, 5h, 6hpencil shapesoval, round, hexagonaladditional specification parameters - black lead pencils v2 as per is 1375 25 packet 24 / 47 specification parameternamebid requirement allowed valuesnatraj pencil qty 25 pkt isacceptable.natraj pencil qty 25 pkt is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2515self adhesive flags v2 20 pads minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementflag colourpink, blue, green, orange, white, yellow, purple, safron, violetglued portion of flaglengthwise15 mmmaterialpaper grammage g persquare metre70, 75, 80, 85, 90dimensionflag size 0decimal5 mmunit-mm50 x 76 mmpackingnumber of sheets of eachcolour in a pad100 sheetsadditional specification parameters - self adhesive flags v2 20 pads specification parameternamebid requirement allowed valuesself adhesive paper noteyellow color is required.self adhesive paper note yellow color is required.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity25 / 47 :. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2015self adhesive flags v2 25 pads minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementflag colourpink, blue, green, orange, white, yellow, purple, safron, violetglued portion of flaglengthwise12 mm, 15 mmmaterialpaper grammage g persquare metre70, 75, 80, 85, 90dimensionflag size 0decimal5 mmunit-mm15 x 76 mmpackingnumber of sheets of eachcolour in a pad40 sheets, 50 sheets, 80 sheets, 100 sheetsadditional specification parameters - self adhesive flags v2 25 pads specification parameternamebid requirement allowed valuesoddy self adhesive paperflag tricolor is required.oddy self adhesive paper flag tricolor is required.oddy self adhesive paperflag tricolor is required.oddy self adhesive paper flag tricolor is required.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2515plain copier paper v3 isi marked to is 14490 30 ream 26 / 47 minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesstandardspaper sizefsgrammage gsm of thepaper75 gsmpacking andmarkingpackingream of 500 sheetadditional specification parameters - plain copier paper v3 isi marked to is 14490 30 ream specification parameternamebid requirement allowed valuesjk photocopier paper fssize is required.jk photocopier paper fs size is required.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad3015cartridge drawing paper as per is 1848 part 2 200 ream minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valueseco markwhether eco marked?yes, nogsm and dimensionlength of sheetmm860, 841width of sheetmm610, 594gsm of paper20027 / 47 packingnumber of sheets in a packnos100  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - cartridge drawing paper as per is 1848 part 2 200 ream specification parameternamebid requirement allowed valuesdrawing paper pink color isacceptable.drawing paper pink color is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad20015dak pad v2 20 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementtype of dak padfile board binder-dak pad, four flapper file board-dakpadlamination of boardpaper liner, rexine, no lamination of boardnumber of flaps4 numberseach flap shall be insertedinside the file board andpasted on both sides of thefile board35 mm, 40 mm, 45 mm, 50 mm, 55 mmmaterialmaterial of boardstraw board, pulp board grade g confmg to is 4664-1986 with the latest amendment, pulp board grades confmg to is 4664-1986 with the latestamendmentthe thickness of file board2 mm, 3 mm, 4 mm28 / 47 coating of covering flapcloth-coated craft paper, cloth-coated paper, rexine-coated paper, ply coated paperdimensionsize of the dak padfinished250 mm x 345 mm, 250 mm x 370 mm, 260 mm x370 mm, 355 mm x 250 mm, 360 mm x 250 mmflap width left side75 mm, 90 mm, 230 mm, 250 mmflap width right side75 mm, 90 mm, 200 mm, 230 mmside flap length130 mm, 240 mm, 342 mmtesting andcertificationavailability of test reportfrom designated ahsp /nabl / ilac accredited orcentral government lab toprove conformity ofproducts to thespecificationyes, no  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - dak pad v2 20 pieces specification parameternamebid requirement allowed valuesbranded binder file 4strip is acceptablebranded binder file 4 strip is acceptable* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2015pen stand v2 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementproduct typepen stand four sockets29 / 47 pen stand set contentspen stand with calendar, pen stand with digital clock, pen stand with analog clock, pen stand with visitingcardholder, pen stand with mobile holder, only penstandpen stand /tumbler designrectangle, oval, roundnumber of accessories tray0, 1, 2, 3, 4, 5, 6materialmaterialplastic, wood, plastic and mesh in case of tumblerthickness of material1 mm, 2 mm, 3 mm, 4 mmdimensionlength /major axis of thepen stand base or height ofthe tumbler tolerance 0dot1 inches3 inches, 4 inches, 5 inches, 6 inches, 7 inches, 8inches, 9 inches, 10 inches, 10.5 inches, 11 inches, 11.5 inches, 12 incheswidth / minor axis of thepen stand base or diameterof the tumbler tolerance 0dot1 inches3 inches, 4 inches, 4.25 inches, 4.50 inches, 4.75inches, 5.00 inches, 5.25 inches, 5.50 inches, 5.75inches, 6.00 inchescolour & finishcolourblack, gold, black and gold, walnut dark brown, natural wood grain, walnut melamine polish, na  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - pen stand v2 10 pieces specification parameternamebid requirement allowed valuesbranded wooden pen standbig sizeis acceptable.branded wooden pen stand big sizeis acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015markers for white board v2 25 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation30 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenerictype of inkalcohol-based inktip point typebullet or fine tiptip width size2 mm, 2.5 mmrefillable marker penyesadditional specification parameters - markers for white board v2 25 pieces specification parameternamebid requirement allowed valuescamlin white board markeris acceptable.camlin white board marker is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2515permanent marker pen 40 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementtype of inkflorescent water based, alcohol basedink colouryellow, pink, green, red, black, bluethe shape of the marker/pen tipbullet shape, chisel shapeline width1.0 mmheat resistant inkyes, no31 / 47 agree to provide advancesamples for buyer sapproval beforecommencement of supplyapplicable in case oforders placed against bidand not applicable in caseof direct buyingyes, no, not applicablematerialmarker /pen body made ofplastic, metalwriting tip made up ofhydrocarbon tip, hard acrylic tip, hard polyester tipmarking andpackingmarking on the marker /penbarrel/capmanufacturer name or initials or registered trademarketc., as per buyer s requirement to be indicatedduring bid creationpacking of each marker/penpaper poly pouch, cardboard boxtesting andcertificationavailability of test reportfrom designated ahsp /nabl / ilac accredited orcentral government lab toprove the conformity ofproducts to thespecificationyes, notest reports to be furnishedto the buyer on demand, ifclaimed to be availableyes, not applicable  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - permanent marker pen 40 pieces specification parameternamebid requirement allowed valuescamlin cd/ dvd marker isacceptable.camlin cd/ dvd marker is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad4015scissors 10 pieces minimum 50% local content required for qualifying as class 1 local supplier32 / 47    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesmaterialhandle materialplasticphysicalcharacteristicsblade length mm100.0 millimeteroverall length mm100blade thickness mm1.8 - 2.5additional specification parameters - scissors 10 pieces specification parameternamebid requirement allowed valueskangaro/ oddy stainlesssteel big size scissors isacceptablekangaro/ oddy stainless steel big size scissors is acceptable* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015dak pad v2 30 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgeneralrequirementtype of dak padfile board binder-dak pad, four flapper file board-dakpadlamination of boardpaper liner, rexine, no lamination of boardnumber of flaps2 numbers33 / 47 each flap shall be insertedinside the file board andpasted on both sides of thefile board35 mm, 40 mm, 45 mm, 50 mm, 55 mmmaterialmaterial of boardstraw boardthe thickness of file board2 mm, 3 mm, 4 mmcoating of covering flapcloth-coated craft paper, cloth-coated paper, rexine-coated paper, ply coated paperdimensionsize of the dak padfinished250 mm x 345 mm, 250 mm x 370 mm, 260 mm x370 mm, 355 mm x 250 mm, 360 mm x 250 mmflap width left side75 mm, 90 mm, 230 mm, 250 mmflap width right side75 mm, 90 mm, 200 mm, 230 mmside flap length130 mm, 240 mm, 342 mmtesting andcertificationavailability of test reportfrom designated ahsp /nabl / ilac accredited orcentral government lab toprove conformity ofproducts to thespecificationyes, no  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - dak pad v2 30 pieces specification parameternamebid requirement allowed valuesbranded dak pad 2 stripsheavy duty is acceptable.branded dak pad 2 strips heavy duty is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad3015knife blades 25 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation34 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesdimensionalparameterstype of cutter knifepaper cutter knife snap off blade, all purposeknife, dessert knife, stanleymaterial of bodyplasticmaterial of bladecarbon steel, hsslength of blade in mm40 - 150 millimeterwidth of blade in mm9 - 25 millimeterthickness of blades in mm0.3 - 4 millimeteradditional specification parameters - knife blades 25 pieces specification parameternamebid requirement allowed valuesbrande big size papercutter is acceptable.brande big size paper cutter is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2515metric steel scales v2 as per is 1481 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgoverningspecificationgoverning specificationconforming to is 1481isi markingyes, nostandardsprincipal dimensions of thescales - nominal size in cm30 cmmetric steel scale typestype a, type aa, type b, type bb, type ccmaterial of the scalespring steel, managanese spring steel35 / 47 additional specification parameters - metric steel scales v2 as per is 1481 10 pieces specification parameternamebid requirement allowed valuesnatraj 30cm steel scale isacceptable.natraj 30cm steel scale is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015ball point pens v2 as per is 3705 100 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgoverningspecificationgoverning specificationconforming to is 3705isi markingyes, nostandardstype of ball point pensingle refill ball point pen, desk type ball point penmaterial used in themanufacture of ball pointpenmetal, plastic, both metal and plasticgoverning specification forrefill of the ball point penconforming to is 3707diameter of the ball inmm0.5 mm, 0.6 mm, 0.7 mm, 0.8 mm, 0.9 mm, 1.0 mm, 1.1 mm, 1.2 mmgoverning specification forink of the ball point penconforming to is 5805colour of the inkblack, blueadditional specification parameters - ball point pens v2 as per is 3705 100 pieces 36 / 47 specification parameternamebid requirement allowed valuesmontex mega top ballpoint pen is acceptable.montex mega top ball point pen is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad10015gel pen v3 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenericdesign of the gel penretractable, capped, twist, magneticbody material of the gelpenmetal, plasticrefillable typeyes, nodiameter of the pen tip inmm0.5 mm, 0.6 mm, 0.7 mm, 0.8 mm, 0.9 mm, 1.0 mmcolour of the inkblueadditional specification parameters - gel pen v3 10 pieces specification parameternamebid requirement allowed valuesuniball pen blue isacceptable.uniball pen blue is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity37 / 47 :. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015gel pen v3 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenericdesign of the gel penretractable, capped, twist, magneticbody material of the gelpenmetal, plasticrefillable typeyes, nodiameter of the pen tip inmm0.5 mm, 0.6 mm, 0.7 mm, 0.8 mm, 0.9 mm, 1.0 mmcolour of the inkblackadditional specification parameters - gel pen v3 10 pieces specification parameternamebid requirement allowed valuesuniball pen black isacceptable.uniball pen black is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015ink refills v2 300 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation38 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenerictype of ink refillgel pen ink refill, sparkel pen ink refill, roller ball penink refill, fineliner refillrefill ink colourblueink typeoil based ink, water based ink, water based with gelpigmented ink, shimmering ink, water based withglitter pigmented inkrefill tip sizein mm0.4 mm, 0.5 mm, 0.6 mm, 0.7 mm, 0.8 mm, 0.9 mm, 1.0 mm, 1.1 mm, 1.2 mm, 1.3 mm, 1.4 mmrefill body materialplastic, metalshelf lifeshelf life of pen refill inyears1 year, 2 year, 3 year, 4 year, 5 year, 6 yearadditional specification parameters - ink refills v2 300 pieces specification parameternamebid requirement allowed valuesink refills for ball pointpen is required.ink refills for ball point pen is required.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad30015ink refills v2 100 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenerictype of ink refillgel pen ink refill, sparkel pen ink refill, roller ball penink refill, fineliner refillrefill ink colourblue, black, red39 / 47 ink typeoil based ink, water based ink, water based with gelpigmented ink, shimmering ink, water based withglitter pigmented inkrefill tip sizein mm0.4 mm, 0.5 mm, 0.6 mm, 0.7 mm, 0.8 mm, 0.9 mm, 1.0 mm, 1.1 mm, 1.2 mm, 1.3 mm, 1.4 mmrefill body materialplastic, metalshelf lifeshelf life of pen refill inyears1 year, 2 year, 3 year, 4 year, 5 year, 6 year  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - ink refills v2 100 pieces specification parameternamebid requirement allowed valuesink refills for ball pointpen blue 50 nos and black50 nos is required.ink refills for ball point pen blue 50 nos and black 50 nos isrequired.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad10015ink refills v2 40 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgenerictype of ink refillgel pen ink refill, sparkel pen ink refill, roller ball penink refill, fineliner refillrefill ink colourblue, blackink typeoil based ink, water based ink, water based with gelpigmented ink, shimmering ink, water based withglitter pigmented ink40 / 47 refill tip sizein mm0.4 mm, 0.5 mm, 0.6 mm, 0.7 mm, 0.8 mm, 0.9 mm, 1.0 mm, 1.1 mm, 1.2 mm, 1.3 mm, 1.4 mmrefill body materialplastic, metalshelf lifeshelf life of pen refill inyears1 year, 2 year, 3 year, 4 year, 5 year, 6 year  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - ink refills v2 40 pieces specification parameternamebid requirement allowed valuespilot pen ink refills v5/v7 isacceptable.pilot pen ink refills v5/v7 is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad4015carbon papers as per is 1551 3 packet minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuescertificationisi markedyes, nodetails of gradegradegrade-i, grade-ii, grade-iii, grade-ivsubstance of base papergsm10.5-12.5, 14.5-16.5, 19-22, 25.5-28.5, 18-20coating gsm9-11, 10-12, 11-13.5, 13-15.5, 42-43durability minimumnumber of impressions onthe same spot nos8, 9, 10, 12manifolding minimumnumber of copies nos8, 6, 5, 441 / 47 size and colourcolourblack, blue  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesadditional specification parameters - carbon papers as per is 1551 3 packet specification parameternamebid requirement allowed valuescamlin carbon paper isacceptable.camlin carbon paper is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad315stamp pads 25 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesmaterialmaterial of padcotton, othersmaterial of boxmetal, plasticcolourcolor of inkblueadditional specification parameters - stamp pads 25 pieces specification parameternamebid requirement allowed valuesoddy/ camlin stamp pad isrequired.oddy/ camlin stamp pad is required.* bidders offering must also comply with the additional specification parameters mentioned above. 42 / 47   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad2515stamp - pad ink as per is 393 10 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation  /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesgoverningspecificationgoverning specificationconforming to is 393isi certification markyes, nocolorcolour of inkviolet, blue, green, red, blackpackingnet content in ml of inkcontainer60 mladditional specification parameters - stamp - pad ink as per is 393 10 pieces specification parameternamebid requirement allowed valuescamlin ink for stamp pad60ml is required.camlin ink for stamp pad 60ml is required.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad1015packaging tape 60 pieces minimum 50% local content required for qualifying as class 1 local supplier    o  o /technical specifications*   o / as per gem category speci cation43 / 47   /speci cation o o /specificationname  8 8 m m /bid requirementallowed valuesmaterialmaterial of filmbiaxially oriented polypropylene bopp, bopp andself adhesive tapedimensionlength of tape on a rollmeter65, 5, 15, 25, 40, 50, 80, 100, 125, 150, 200, 250, 300, 350, 400, 450, 500, 550, 600, 650, 700, 750, 800, 850, 900, 950, 1000width of tape on a roll mm48, 12, 24, 36, 60, 72, 84, 96, 108, 120, 132, 144, 156, 168, 180, 192, 204, 216, 228, 240, 252, 264, 276, 288thickness of film inmicron25, 23, 29, 50inner diameter of coremm25additional specification parameters - packaging tape 60 pieces specification parameternamebid requirement allowed valuescolor tape 1 red, blackand green is acceptable.color tape 1 red, black and green is acceptable.* bidders offering must also comply with the additional specification parameters mentioned above.   //h x h x   /consignees/reporting officer and quantity:. .:. ./s.no.   //h x h x   /consigneereporting/officer /address /quantity   /deliverydays1**********************hoshangabad6015special terms and conditions-version:2 effective from 23-12-2024 for category plain copier paperv3 isi marked to is 144901. catalogue image upload guidelinesproduct catalogue images uploaded should carry the following informations:1. should have original product image.2. should carry the marking information as per is:14490 such as isi mark, bis license number cm/l, net weight of the ream, gsm etc.3. should have the isi mark label on the wrapping cover eco-mark - 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.44 / 47 : : u u         /buyer added bid specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional deliverytime shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the originaldelivery period while exercising the option clause. bidders must comply with these terms.2. sample clausefor clothing and allied items, if pre-dispatch inspection clause has been selected in the bid, the inspectionagency shall forward sample from the accepted lot duly identified/ sealed by it, as reference sample toeach consignee one reference sample per consignee for comparing the lot received at consignee endwith such reference sample. such reference samples will be treated as part of supplied quantity from thelot and cost shall be borne by the buyer.3. past project experienceproof for past experience and project experience clause: for fulfilling the experience criteria anyone of the following documents may be considered as valid proof for meeting the experience criteria:a.contract copy along with invoices with self-certification by the bidder that service/supplies against theinvoices have been executed.b. execution certificate by client with contract value.c. any other documentin support of contract execution like third party inspection release note, etc.proof for past experience andproject experience clause: for fulfilling the experience criteria any one of the following documents may beconsidered as valid proof for meeting the experience criteria:a. contract copy along with invoices withself-certification by the bidder that service/supplies against the invoices have been executed.b. executioncertificate by client with contract value.c. any other document in support of contract execution like thirdparty inspection release note, etc.4. past project experiencethe bidder / oem themselves or through resellers, should have executed project for supply andinstallation / commissioning of same or
  • View Tender
  • Document
  • Bid Support
5 Canal/Irrigation/Dam Work
image image
corporations/Associations/Others
TRN :35226106 |  09 Sep, 2025
Tender Value : 37.00 Lacs
 Bardhaman - West Bengal
Tender for gem bids for ammonia, liquor / ammonium hydroxide as per is 799 q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno 5  5 & & /document requiredfrom sellercertificate requested in atc, additional doc 1 requestedin atc, additional doc 2 requested in atc, additional doc3 requested in atc, additional doc 4 requested inatc, compliance of boq specification and supportingdocument*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 buyer7 7  9  9 : : ; ; & 9 & 9   < <  9  9 ; ; > >? ? % % /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    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension3  d /bid number: gem/2025/b/6585716; /dated: 26-08-2025  & & / bid document1 / 8 ; 9; 9   d d, , m m     -- / / number of days for which bidwould be auto--extended7  o %o % ;5 ;5 ; ; /bid to ra enabledyeso %o % p p /ra quali cation ruleh1-highest priced bid elimination  4 4 /type of bidtwo packet bid   q q   & s & s /time allowed for technicalclarifications during technical evaluation5 days t t b b u u t t 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno   q q /estimated bid value3700326 q q u u /evaluation methodtotal value wise evaluation x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankpunjab national bank  /emd amount74007   /epbg detail  > /advisory bankpunjab national bank 4 %/epbg percentage%3.00  b /duration of epbgrequired months.16a.  .     % & 4&  % &  % 4  > \ o 9 /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.  , , t < ; / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. /beneficiary : 2 / 8 damodar valley corporationdamodar valley corporation, ministry of power, contracts and materials deptt., 3rd floor, pg-4, dvc tower, viproad, kolkata-700054, w.b.damodar valley corporation  /splitting  /splitting /splitting appliedyes  d, m %  m ; / maximum no. ofbidders amongst which order may be split2 o ; 7 ;   o ; / split criteria basedon which quantity will be distributedwhile splitting the requisitioned quantity between two ormore vendors, the original evaluated l1 vendor shallalways be in an advantageous position i.e. quantitybetween l1 and l2 vendors may be divided in ratio ofminimum 60:40.for details refer splitting clause interms and conditions attached in gem.     /mii purchase preference   /mii purchase preferenceyes     /mse purchase preference   /mse purchase preferenceyes1. 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. 2. 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 are3 / 8 excluded 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. 3. 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. 4. reverse auction would be conducted amongst all the technically qualified bidders except the highest quotingbidder. the technically qualified highest quoting bidder will not be allowed to participate in ra. however, h-1will also be allowed to participate in ra in following cases:i. if number of technically qualified bidders are only 2 or 3.ii. if buyer has chosen to split the bid amongst n sellers, and h1 bid is coming within n.iii. in case primary product of only one oem is left in contention for participation in ra on elimination of h-1.iv. if l-1 is non-mse and h-1 is eligible mse and h-1 price is coming within price band of 15% of non-mse l-1v. if l-1 is non-mii and h-1 is eligible mii and h-1 price is coming within price band of 20% of non-mii l-1ammonia, liquor / ammonium hydroxide as per is 799 133000 liter 5 5 1 2 & & % % % % ` ` < < % % 4 a4 a b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    s  s /technical specifications*   s / as per gem category speci cation  /speci cation s s /specificationname  b b q q /bid requirementallowed valuesdescriptiongradesanalytical reagent gradepackingpacking size25.0 literadditional specification parameters - ammonia, liquor / ammonium hydroxide as per is 799 133000 liter specification parameternamebid requirement allowed valuestechnical specification of liquor ammonia 25% -analytical reagent gradeconforming to is 799 latest 1 :1.ammonia, percent by mass, min:25.0, 2.residue on evaporation, percentby mass, max:0.002, 3.carbonate as co?, percent by mass, max:0.01, 4.chloride as cl, ppm, max:0.5, 5.phosphate as po?, ppm, max:1, 4 / 8 technical specification of liquor ammonia 25% -analytical reagent gradeconforming to is 799 latest 2 :6.silica as sio?, ppm, max:10, 7.sulphate as so?, ppm, max:2, 8.sulphideas s, ppm, max:0.1, 9.arsenic as as, ppm, max:0.05, 10.calcium andmagnesium as ca, ppm, max:4, technical specification of liquor ammonia 25% -analytical reagent gradeconforming to is 799 latest 3 :11.copper as cu, ppm, max:0.1, 12.iron as fe, ppm, max:0.2, 13.heavymetals as pb, ppb, max:0.4, 14.reducing substances as o, percent bymass, max:to pass test, 15:pyridine and homologues, percent by mass, max:to pass test, specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above.   //o ; c o ; c   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; c o ; c   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1chanchal kumarpaul713321, central stores, dvc-dstps, andal- 713321, westbengal240003652mukesh kumar828403, chandrapura thermalpower station ctps-dvc, p.o.- chandrapura, district-bokaro, bokaro, 828403, bokaro, 82840330003653prahlad kumardas825421, ktps store, damodarvalley corporation ktps, koderma jharkhand300003654mantu kumar829107, dvc, bokaro thermalpower stations, dist- bokaro, jharkhand, bokaro, 82910760003655suraj lakra722183, office of the store incharge, central stores, mejiathermal power station mtps-dvc, mejia500003656basudeb sheet723133, damodar valleycorporation rtps, po : nildih, dumdumi, purulia20000365special terms and conditions-version:1 effective from 16-01-2025 for category ammonia, liquor /ammonium hydroxide as per is 7991. the product may also carry an isi mark/standard mark as per the bis standard governing this category. assuch buyers may also opt for isi marked product while creating bid. in such cases buyer shall verify validbis license for the same at the time of evaluation of bid and check isi marking at the time of receipt ofmaterial before issuing crac. 5 / 8 5 : :         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 originaldelivery period while exercising the option clause. bidders must comply with these terms.2. 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.3. buyer added bid specific atcbuyer added text based atc clausesdamodar valley corporation invites gem tenders followed by limited tender with e-reverseauction from the following source standraisation list vendors for liquor ammonia 25% -analytical reagent grade conforming to is 799 latest: sl.no.vendor name1m/s merck life sciences2m/s thermofisher scientific india3m/s avantor performance materials india4m/s aqua chemicals and gases private limited5m/s pioneer chemicals authorized dealer of the above enlisted vendor is also eligible to participate. however, the authorization letter from the enlisted vendor should be tender speci c and they have to stand guarantee for the quality of supplied material ordered on their authorized dealer. in case of the award, authorized dealer has to supplymaterial from the enlisted vendor only, along with supporting documents throughout the entire
  • View Tender
  • Document
  • Bid Support
6 Security Services
image image
Central Government/Public Sector
TRN :35228549 |  09 Sep, 2025
Tender Value : 0
 Sonitpur - Assam
Tender for gem bids for pvc copper cable single core and multi core circularsheathed cable with rigid conductor v2 as per is 694q2, pvc insulated copper cable single and multi - corecircular sheathed cable with flexible conductor v2 as peris 694 q2, self fusing silicon rubber tape q3 % % % % 3 3 1 1 /oem average turnover last 3 years1 lakh s 2  2  // 56 56   % %/years of past experience required forsame/similar service1 year s 1 1 % % 9 :9 : /mse exemption for years of experienceand turnoveryes | complete& % & % 1 1 % % 9 9   / startup exemption for years ofexperience and turnoveryes | complete ;  ; & & /document requiredfrom sellerexperience criteria, past performance, bidder turnover, oemauthorization certificate, oem annual turnover*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 buyer  /bid number: gem/2025/b/6611487> /dated: 26-08-2025  & & / bid document1 / 7 f f  h  h i i > > & h & h   j j  h  h > > l l? ? % % /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    -- o o 2 2  ;  ;   / minimum number ofbids required to disable automatic bidextension1> h> h   , , 5 5     -- / / number of days for which bidwould be auto--extended7  9 % 9 % /past performance10 %  s %s % >; >; > > /bid to ra enabledyess %s % t t /ra quali cation ruleh1-highest priced bid elimination  9 9 /type of bidtwo packet bid9 9 v v /primary product categorypvc copper cable single core and multi core circularsheathed cable with rigid conductor v2 as per is 694   w w   & y & y /time allowed for technicalclarifications during technical evaluation2 days 6 6 o o z z 6 6 9 9 / % % j h j h i i /inspection required byempanelled inspection authority / agenciespre-registered with gemno w w z z /evaluation methodtotal value wise evaluation \ & \ & /arbitration clauseno /mediation clauseno    //bid details     /emd detail o /requiredno   /epbg detail o /requiredno  /splitting2 / 7   > / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceno     /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 forexemption.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. experience criteria: in respect of the filter applied for experience criteria, the bidder or its oem of the productoffered in the bid themselves or through resellers should have regularly, manufactured and supplied same or
  • View Tender
  • Document
  • Bid Support
7 Crude Oil/Natural Gas/Mineral Fuels
image image
Central Government/Public Sector
TRN :35213759 |  12 Sep, 2025
Tender Value : 68.02 Lacs
 Raigad - Maharashtra
Tender for gem bids for custom bid for services - removal of old crown block andinstallation of new or overhauled crown block for ongcoffshore rigs and replacement of greasing system ofcrown block, draw works, winches pulley of rig mast atongc offshore rigs /
  • View Tender
  • Document
  • Bid Support
8 Fertilizers And Pesticides
image image
Central Government/Public Sector
TRN :35214002 |  12 Sep, 2025
Tender Value : 0
 Raigad - Maharashtra
Tender for gem bids for sodium hypochlorite solution v2 as per is 11673 part 1q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno 5  5 & & /document requiredfrom sellerexperience criteria, bidder turnover, certificate requestedin atc, additional doc 1 requested in atc, additional doc2 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 buyer7 7  9  9 : : ; ; & 9 & 9   < <  9  9 ; ; > >? ? % % /do you want to showdocuments uploaded by bidders to allbidders participated in bid?no    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension3  d /bid number: gem/2025/b/6600304; /dated: 23-08-2025  & & / bid document1 / 12 ; 9; 9   d d, , m m     -- / / number of days for which bidwould be auto--extended7  o %o % ;5 ;5 ; ; /bid to ra enabledyeso %o % p p /ra quali cation ruleh1-highest priced bid elimination  4 4 /type of bidtwo packet bid   q q   & s & s /time allowed for technicalclarifications during technical evaluation3 days t t b b u u t t 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno q q u u /evaluation methodtotal value wise evaluation x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankicici  /emd amount300000   /epbg detail  > /advisory bankstate bank of india 4 %/epbg percentage%5.00  b /duration of epbgrequired months.14a.  .     % & 4&  % &  % 4  > \ o 9 /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.  , , t < ; / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. /beneficiary : chief manager financethal, department of fertilizers, rashtriya chemicals and fertilizers limited rcf, ministry of chemicals and2 / 12 fertilizerscm finance  /splitting   ; / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceyes     /mse purchase preference   /mse purchase preferenceyes1. 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. 2. 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. 3. reverse auction would be conducted amongst all the technically qualified bidders except the highest quotingbidder. the technically qualified highest quoting bidder will not be allowed to participate in ra. however, h-1will also be allowed to participate in ra in following cases:i. if number of technically qualified bidders are only 2 or 3.3 / 12 ii. if buyer has chosen to split the bid amongst n sellers, and h1 bid is coming within n.iii. in case primary product of only one oem is left in contention for participation in ra on elimination of h-1.iv. if l-1 is non-mse and h-1 is eligible mse and h-1 price is coming within price band of 15% of non-mse l-1v. if l-1 is non-mii and h-1 is eligible mii and h-1 price is coming within price band of 20% of non-mii l-1sodium hypochlorite solution v2 as per is 11673 part 1 300000 liter 5 5 1 2 & & % % % % < < % % 4 `4 ` b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    s  s /technical specifications*   s / as per gem category speci cation  /speci cation s s /specificationname  b b q q /bid requirementallowed valuesstandards &certificationgoverning standardgenerally confirming to is 11673-part 1 latestrequirementchemical/physicaltype of gradesgrade 2 for industrial userelative density at 25 deg / 25deg c, min1.20available chlorine as cl2, percent, mass by volume12.5 to 15.0total chlorine as cl2, percent, mass by volume12.5 to 15.0free alkali as naoh, g/l, min5.0free sodium carbonate asna2co3, g/l, max0.5packaging &markingnet content of eachcontainer/ pack50 litertest reportstype of lab which carried outtest of complete product toprove the conformity of productas per specificationfrom central govt. lab, nabl accredited lab, manufacturer in-house testadditional specification parameters - sodium hypochlorite solution v2 as per is 11673 part 1 300000 liter specification parameternamebid requirement allowed valuessodium hypochloritethe chemical specification is as follows: sodium hypochlorite naocl as peris 11673 latest grade 2 1. relative density at 25 c/25 c: 1.20 min 2.available chlorine as cl, % by mass/volume: 12.5 to 15.0 3. total chlorine, % by volume as cl: 12.5 to 15.0 4. free alkali as naoh, g/l, min: 5.0 totalquantity 3, 00, 000 litre +/- 25 %* bidders offering must also comply with the additional specification parameters mentioned above. 4 / 12   //o ; b o ; b   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; b o ; b   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1sushil kumar402208, stores, rcf ltd thal, alibag, district raigad300000365special terms and conditions-version:1 effective from 22-01-2025 for category sodium hypochloritesolution v2 as per is 11673 part 11. the product may also carry an isi mark/standard mark as per the bis standard governing this category. assuch buyers may also opt for isi marked product while creating bid. in such cases buyer shall verify validbis license for the same at the time of evaluation of bid and check isi marking at the time of receipt ofmaterial before issuing crac. 5 5 : :         e e/buyer added bid specific terms and conditions1. genericoption clause: the purchaser reserves the right to increase or decrease the quantity to be ordered upto 25 percent of bid quantity at the time of placement of contract. the purchaser also reserves the right toincrease the ordered quantity up to 25% of the contracted quantity during the currency of the contract atthe contracted rates. the delivery period of quantity shall commence from the last date of originaldelivery order and in cases where option clause is exercised during the extended delivery period theadditional time shall commence from the last date of extended delivery period. the additional deliverytime shall be increased quantity original quantity original delivery period in days, subject tominimum of 30 days. if the original delivery period is less than 30 days, the additional time equals theoriginal delivery period. the purchaser may extend this calculated delivery duration up to the originaldelivery period while exercising the option clause. bidders must comply with these terms.2. buyer added bid specific atcbuyer added text based atc clausestender au-85726 for supply of sodium hypochlorite 300, 000 liter earnest money deposit emd for rs. 3, 00, 000 /- is to be deposited as per following instructions: online deposit: emd to be deposited online in rashtriya chemicals and fertilizers ltd rcf s accountthrough payment gateway available on our website at: www.rcfltd.com under portals emd payment click here for emd payment. submit the acknowledgement/receipt of online emd payment along with your offer.if exempted from submission of emd, then upload a valid exemption details.please note emd and integrity pact shall not be accepted after bid submission due date and non-submission of the same along with bid shall lead to rejection of your o er. no communication shall be done for the same.pre-qualification criteria:a. experience criteria: a. for manufacturer only: bidder shall submit self- attested po copies and / or invoice copies as evidence of manufacture and supply of 150 kl of sodium hypo chlorite solution is as per is 11673 latest grade 2, manufactured and supplied during an5 / 12 y one of the last 3 years. b. for non-manufacturers: po copy of sodium hypo chlorite solution as per is 11673 latest grade 2 supplied during last seven years from the date of tender satisfying minimum one criteria as follows: i. single po copy of minimum quantity 240 kl.ii. two po copies of minimum quantity 150 kl each.iii. three po copies of minimum quantity 120 kl each.. c. relaxation in experience criteria for eligible mses/ startups1. for mses- relaxation of 25% in prior experience shall be provided to the qualifying mses.2. for start-ups no prequali cation criteria except for criteria de ned by government of india for de nition as start up like certi cate from dipp, maximum years from incorporation and turnover criteria. vendor shall be start up for item under procurement and maximum 10% additional qty. to be awarded to them. for detail kindly refer annexure-v of buyer added atc.b. financial criteria: i. ca certified turnover during last three financial years 2021-22, 2022-23, 2023-24 or 2022-23, 2023-24, 2024-25 required minimum avg. turnoverof rs. 82.12 lakh. the turnover should be issued by practicing ca with membership number, seal and signed with udinin case the date of constitution / incorporation of the bidder is less than 3 years old, the average turnover in respect of the completed financial years after the dateof constitution shall be taken into account. in this case, the financial turnover during last nancial year / the average nancial turnover during preceding two nancial years should be at least rs. 82.12 lakh. ii. relaxation in experience criteria for eligible mses/ startups1. for mses- relaxation of 25% in annual nancial turnover shall be provided to the qualifying mses.2. for startups no prequali cation criteria except for criteria de ned by government of india for de nition as start up like certi cate from dipp, maximum years from incorporation and turnover criteria. vendor shall be start up for item under procurement and maximum 10% additional qty. to be awarded to them.for detail kindly refer annexure-v of buyer added atc. iii. the net worth of the bidder rm manufacturer or principal of authorizedrepresentative should not be negative on the relevant date . it means the net worth of the bidder should not be negative in the balance sheet of last nancial year.andnet worth of bidder should have not eroded by more than 30% thirty percent in the lastthree years, ending on the relevant date . it means the net worth of last nancial year should not be less than 70% compared to the 3rd last financial year.in case the date of constitution/ incorporation of the bidder is less than 3 years old, the following will be applicable: the net worth in each of these years should not be negative. net worth in respect of the immediate previous financial year should not have eroded more 30 per cent than that of its previously audited nancial statement. in case the bidder has completed financial statements of only preceding year, the clause of net worth erosion will not be applicable the relevant date means 31-03-2024 for block of fy 2021-22, 2022-23& 2023-24 and 31-03-2025 for block of fy 2022-23, 2023-24, 2024-25.the nancial soundness should be ca certi ed or audited nancial statement certified by cac. make in india clause: as per revision dt 19.07.2024 of public procurement policy 2017, non-local suppliers cannot participate in tenders having estimates less than r6 / 12 s. 200 crores. offers of class-i and class-ii local suppliers as per make in india policy can only be considered for evaluation and award of contract.d. integrity pact duly signed with date and stamped on each page. upload in relevant packet of this tender.signing the integrity pact is a prerequisite for prequalification. integrity pact and nit conditions will form part of the contract. security deposit:the supplier receiving the loa is required to furnish the required performance security, in the prescribed form by the speci ed date; failing this necessary action including forfeiture of emd will be taken against the supplier. supplier shall submit the security deposit for 05% of the order value basic contract value without taxes within 15 days of the p.o. date in the form of dd or bank guarantee as per r.c.f. format from r.c.f. approved banker valid for a period of delivery period plus 60 days for claim period. or performance security may be furnished in the form of insurance surety bond, account payee demand draft, fixed deposit receipt from a commercial bank, bank guarantee issued/con rmed from any of the commercial bank in india, or online payment in an acceptable form. if the supplier / contractor fails to submit the performance security as indicated above, performance security will be deducted from running billsthe performance security will be forfeited and credited to the procuring entity s account in the event of a breach of contract by the contractor. it shall be refunded to the contractor without interest, after he duly performs and completes the contract in all respects but not later than 90ninety days of completion of all such obligations including the warranty under the contract.bank guarantee to be addressed and submitted to: chief manager finance, rcf thal unit, alibag, raigad 402208.technical conditions:1the chemical specification is as follows: sodium hypochlorite naoclas per is 11673 latest grade 21. relative density at 25 c/25 c: 1.20 min2. available chlorine as cl, % by mass/volume: 12.5 to 15.03. total chlorine, % by volume as cl: 12.5 to 15.04. free alkali as naoh, g/l, min: 5.0total quantity 3, 00, 000 litre +/- 25 % terms and conditions- 1. certi cate of analysis from nabl accredited lab/manufacture in-house/oem and msds shall be suppliedalong with supply.2. material received at rcf thal shall be inspected by rcf thal. rcf representative will draw sample and analysis will be carried out at rcf s laboratory. the results obtained at rcf s laboratory will be nal and binding. the consignment shall be rejected if it does not meet the po specification. delivery period:1. delivery period of naocl shall be within one year from gem po placement.2. delivery shall be in staggered manner as per rcf requirement. at single time minimum 15 kl to 20 kl sodium hypochlorite will be required.3. material delivery shall be done within ten days after rcf concern official information.7 / 12 . drum shall be delivered on wooden pallet.5. successful bidder shall take back the empty hypo drums within one month after use.6. material shall be supplied in drum having sodium hypochlorite solution in net volume of 50 litre drum.7. delivery at rcf thal site only.8. the shelf life of the sodium hypochlorite solution shall be a minimum of one 1 year from the date of delivery of the material. payment terms: payment shall be made on the 30th day from the date of receipt of material at rcf thal site, subject to acceptance of the material as per the acceptance/rejection criteria and submission of all required documents. acceptance / rejection criteria for sodium hypochlorite: 1. acceptance standard range 12.5% to 15%: if the active chlorine content of the supplied material is between 12.5% and 15%, the material shall be accepted. payment will be made considering 12.5% active chlorine content as the base i.e.100 percent payment. any excess concentration above 12.5% shall not be considered for additional payment.2. acceptance higher than 15%: if the active chlorine content exceeds 15%, the material shall still be accepted. however, payment will be restricted to 12.5% of active chlorine content only. example: if one bidder supplies sodium hypochlorite with 12.5% and another with >15% chlorine, both will be paid at the 12.5% base rate.3. acceptance with pro-rata payment 9.5% to <12.5%: if the active chlorine content lies between 9.5% and less than 12.5%, the material will be accepted, but payment shall be made on a pro-rata basis. payment formula:payable amount actual chlorine content % / 12.5% rate as per gem po per litreexample: if the actual chlorine content is 11%, then:payment 11 % / 12.5 % rate as per gem po per litre4. rejection below 9.5% : if the active chlorine content is below 9.5%, the entire lot shall be rejected and not accepted for delivery. integrity pact:rcf has accepted and agreed to the terms and conditions of the integrity pact.the bidder, as a token of acceptance of the terms and conditions of the integrity pact will sign and stamp the integrity pact and submit the same with nit documents.signing the integrity pact is a prerequisite for prequalification and integrity pact and nit conditions will form part of the contract. documents to be submitted along with offer:1. emd payment details8 / 12 . integrity pact duly signed with date and stamped on each page3. po copies as per above mentioned criteria4. ca certified turnover proofs of last three financial years mentioning udin5. net worth details as mentioned above6. make in india declaration as per make in india policy mentioning % of local content and place of value addition7. no deviation certificate as per format given in bid document please note emd and integrity pact shall not be accepted after bid submission due date and non-submission of the same along with bid shall lead to rejection of your offer. no communication shall be done for the same. additional information:1. the rates quoted shall be inclusive of all taxes, duties, freight, insurance and any other statutory charges.2. pre-bid meeting shall be conducted on 10th day of tender publishing at rcf thal, alibag, raigad maharashtra-402208. queries regarding pre-bid meeting shall be sent to rcf on following mail before 7 days of pre-bid meeting.3. any communication shall be done to mail id gshaha@rcfltd.com/ hemant.rao@rcfltd.com note: please note that any blank field un-marked in the preceding confirmation box will be treated as agreed only. no.descriptionbidder confirmationplease put in front of your confirmation1pl. ensure following documents are submitted along with bid document 1.1emd as per bid document submitted1.2po copy as per pqc submitted1.3turnover certificate as per pqc submitted1.4net worth certificate of last 3 years submitted1.5integrity pact duly filled, signed and stamped along with date on each page which is attached in buyer added atc.also signed and stamp copy of buyer added atc. submitted9 / 12 .6make in india declaration as per make in india policy mentioning % of local content and place of value addition submitted2pl. make sure that quoted rates are inclusive of all taxes i.e. gst, freight, packing and forwarding and insurance, statutory charges etc i.e. delivered price to rcf thal stores confirmed3please note that rcf will not accept any deviation in payment termpayment terms: payment terms: payment shall be made on the 10th day from the date of crac as per std. term & cond., subject to acceptance of the material as per the acceptance/rejection criteria and submission of all required documents. noted4mutually agreed damages clause for late delivery @ 0.5% per week or part thereof subject to maximum of 10% of total p.o./contract value. noted5firm price: price shall remain firm through out
  • View Tender
  • Document
  • Bid Support
9 Railway Transport
image image
Central Government / Public Sector
TRN :35204082 |  12 Sep, 2025
Tender Value : 0
 Aluva - Kerala
Tender for gem bids for all in one pc v2 q2, entry and mid level laptop -notebook q2, multifunction machine mfm v2 q2, lineinteractive ups with avr v2 q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno 5  5 & & /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 buyer7 7  9  9 : : ; ; & 9 & 9   < <  9  9 ; ; > >? ? % % /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    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension1  d /bid number: gem/2025/b/6569411; /dated: 22-08-2025  & & / bid document1 / 21 ; 9; 9   d d, , l l     -- / / number of days for which bidwould be auto--extended7  n %n % ;5 ;5 ; ; /bid to ra enabledno  4 4 /type of bidtwo packet bid4 4 q q /primary product categoryall in one pc v2   r r   & t & t /time allowed for technicalclarifications during technical evaluation3 days u u b b v v u u 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno r r v v /evaluation methoditem wise evaluation/ x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail b /requiredno   /epbg detail b /requiredno  /splitting   ; / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceno     /mse purchase preference   /mse purchase preferenceyes1. purchase preference will be given to mses having valid udyam registration and whose credentials are2 / 21 validated 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. 2. estimated bid value indicated above is being declared solely for the purpose of guidance on emd amount andfor determining the eligibility criteria related to turn over, past performance and project / past experience etc.this has no relevance or bearing on the price to be quoted by the bidders and is also not going to have anyimpact on bid participation. also this is not going to be used as a criteria in determining reasonableness ofquoted prices which would be determined by the buyer based on its own assessment of reasonableness andbased on competitive prices received in bid / ra process. r r   r r   / 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: r / evaluation schedules & / / item/category / quantityschedule 1all in one pc v22schedule 2entry and mid level laptop - notebook2schedule 3multifunction machine mfm v21schedule 4line interactive ups with avr v24all in one pc v2 2 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed valuesdescriptiondescription of storeall in one personal computers consist of a mouse, keyboard, display with web camera, inbuilt/integrated microphone array and speakers, aninternal cpu with connection cables and poweradapter with 1 year standard warranty3 / 21 processor numberintel core i5-12400, intel core i5-12500, intel core i5-13400t, intel core i7 12700t, intel core i5-12600, intel core i5-13500t, intel core i5-14500t, intel corei5-14400, intel core i5-13600t, intel core i7-13700t, intel core i9 12900t, intel core i7-12700, intel corei7-14700t, intel core i5-13500, intel core i5-14500, intel core i9-12900, intel core i7-13700, intel core i7-14700, intel core i9-13900t, intel core i9-13900, intelcore ultra 5-235, intel core ultra 7-265 or higheroperating systemoperating system factorypreloaded withcertificationwindows 11 professionalmemoryram size gb16storagetype of storage installedwith the systemnvme ssdstorage capacity in gb1024displaydisplay size - diagonal ininches53.1 - 58 20.91 - 22.83  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva230entry and mid level laptop - notebook 2 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed values4 / 21 constructiondescription of storeslaptop with on site 1 year oem warranty, biospassword, 1- inbuilt rj45 gigabit ethernet port 1-rj45 adapter in case not inbuilt, minimum 2 number ofusb type a 3.0 ports 1- type c to type a compatibleadapter in case only 1 usb type a 3.0 port isprovided, minimum 1 type c usb 3.0 port, 1- hdmiport, wi-fi 5 802.11ac or higher, bluetooth 5.0 orhigher, dc adapter jack, built-in stereo speakers withhigh definition audio support, built-in microphone, keyboard with touchpad, minimum li-ion batterycapacity -36 watt hour with minimum 8 hour batterybackup and integrated webcamprocessorlaptop typemid levelprocessor numberamd ryzen 5 5625u, intel core i5 - 1245u or higheroperating systemoperating system factorypre-loadedwindow 11 professionalmemoryram size gb16.0 or higherdisplaydisplay size in cm -diagonal35.56 to 38.09 14 in to 14.99 instoragecapacity of storage drivein gb1024, 2048 or higher  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva230multifunction machine mfm v2 1 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed valuesgenericdescription of storesmultifunction machine printer with minimum 1 year onsite warranty, including cartridge and powercord/adapterprint technologylasertype of printingcolour or higher5 / 21 printingprint paper sizea4, a3 and legalminimum print speed perminute as per iso/iec 24734in a4 size-monochromeblack in ppm26 to 30, 31 to 35, 36 to 40, 41 to 45, 46 to 50, 51 to55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90, 91 to 100, 101 to 120, 121 to 140, 141 to 160, 161 to180 or higherminimum print speed perminute as per iso/iec 24734in a4 size-colour in ppm26 to 30, 31 to 35, 36 to 40, 41 to 45, 46 to 50, 51 to55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90, 91 to 100, 101 to 120, 121 to 140, 141 to 160, 161 to180 or higherminimum speed per minuteas per iso/iec 24734 in a3size-mono in ppm11 to 15, 16 to 20, 21 to 25, 26 to 30, 31 to 35, 36 to40, 41 to 45, 46 to 50, 51 to 55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90 or higherminimum speed per minuteas per iso/iec 24734 in a3size-color in ppm11 to 15, 16 to 20, 21 to 25, 26 to 30, 31 to 35, 36 to40, 41 to 45, 46 to 50, 51 to 55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to 90 or higherauto duplexingprinting/coping 2-sidedfeatureyes or higherpaper handlingoriginal document feedertype for scanning andcopyingsingle-pass document feeders spdf or highernumber of main paper tray2connectivityconnectivityusb port, ethernet port, wi-fi  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva130line interactive ups with avr v2 4 pieces    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  b b r r /bid requirementallowed valuesgenericrating in kva1.0, 1.5, 2.0, 3 or higher6 / 21 technologymosfet-pwminverter efficiency %70% or better or higherminimum guaranteedbattery backup timeminutes on full load120, 180, 240 or higherwarranty for lineinteractive ups3 years, 4 years, 5 years or higherbattery/backupbankwarranty for the batteryfrom the date of delivery2 years or higherfeaturesrated output volt withtotal harmonic distortion%single phase quasi sinewave 230 v ac 50 hz withtotal harmonic distortion as < 40%, single phasesinewave 230v ac 50hz with total harmonicdistortion as <3% or highervariation in avr output inac mode avr voltageregulation230 volts +/-15%  /speci cation t t /specificationname  b b r r /bid requirementallowed values   //n ; z n ; z   /consignees/reporting officer and quantity5. .5. ./s.no.   //n ; z n ; z   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1akhil p. a683106, dco stores, muttomdepot kmrl, aluva430buyer added bid specific additional scope of work5. .5. ./s.no.document titledescriptionn %n % 4 4  /applicable i.r.o. items1item schedule 1technicalspecification of all indesktopviewitem schedule 1 technical specificationof all in desktopall in one pc v222item schedule 2technicalspecification oflaptopviewitem schedule 2 technical specificationof laptopentry and mid level laptop -notebook27 / 21 item schedule3technicalspecification ofprinterviewitem schedule 3 technical specificationof printermultifunction machine mfm v214item schedule4technicalspecification of upsviewitem schedule 4 technical specificationof upsline interactive ups with avrv245. .5. ./s.no.document titledescriptionn %n % 4 4  /applicable i.r.o. itemsthe uploaded document only contains buyer specific additional scope of work and / or drawings for the bid items addedwith due approval of buyer s competent authority. buyer has certified that these additional scope and drawings aregeneralized and would not lead to any restrictive bidding.special terms and conditions-version:4 effective from 28-07-2025 for category all in one pc v21. for buyers:1product verificationa unique device serial number shall be provided by the seller at the time ofsupply, which is mentioned on the product. the buyer/consignee shall beable to verify the complete product details, including configuration, throughthe oem website. the buyer/consignee should be able to perform theseverifications without needing to create an account on the oem website.8 / 21 .operating systema. there is no requirement that the oem of the all in one pc should be adevice partner of microsoft or hold a valid authorisation frommicrosoftb. microsoft os may be sourced directly from microsoft by oems holdingdevice partner status, and those not holding device partner statusmay source from authorized distributors, i.e., ingram/reddington andtheir authorized channel partners.c. buyers may ensure that the authorisation from microsoft shall not bemade a mandatory requirement in bids.d. if supplies are made as per brands of oems who are global devicepartners, then the serial number of the machine supplied can be usedto check the details of the product from the website of the oem.e. in the case of local device partners of microsoft, os details such asthe digital key number should be produced with supplies, and thebuyer may verify them from microsoft.f. in case of other oems who are sourcing from authorized distributorsof microsoft, reddington, or ingram, a copy of the invoice whichcontains the relevant serial number of windows os shall besubmitted with supplies, and the buyer/consignee can verify the samefrom the os server website or by telephone, or both.g. in respect of verification of os, the consignee shall take necessarysteps at the time of acceptance. for device partner machines, buyerscan check the all in one pc oem website to verify the os by enteringthe pcs serial number and part code number. for entities that are notdevice partners and source os from distributors networks, they mayverify the serial number through the microsoft website or bytelephone, or both.h. in case the product offered is with a dos or linux operating system, such verification of os shall not be applicable.i. buyer shall request for windows hardware compatibility certificatefor window operating system to ensure the supply hardware iscompatible with windows operating system9 / 21 .requirement of oemlogobuyers are advised to note that incorporating a condition stipulating an oemlogo on the motherboard is restrictive and may not be incorporated into thebids.4.warrantya. the buyer may ensure that as soon as supplies are received, arequest for a warranty certificate is made, along with logging into theoem website/call center to verify the certificate.b. the product in gem marketplace direct purchase & l1 purchasecomes with a minimum standard warranty of one year. in case theseller has standard warranty more than one year, the same may bementioned in the catalogue including in the model name and in suchcase higher warranty offered shall prevail/supersede the minimumone year warranty.10 / 21 .om related to mii, localcontent and meityadvice on modeltechnical specificationsbuyers are requested to refer to various oms pertaining to dpiit and meity, as issued from time to time, while making procurement and follow relevantprovisions as applicable.6.check points duringacceptance of suppliesbefore generating the consignee receipt and acceptance certificate crac, the consignee may inspect the system condition and verify that it complieswith the agreed specifications and configurations. in the case of a largenumber of units to be procured, then the buyer may opt for bidding andaccordingly stipulate conditions regarding installation, inspection byconsignees/inspection agency. consignees who receive the supplies shouldbe vigilant and should complete checking to ensure that there is no scopefor the supply of refurbished products. at the time of receiving supplies, theconsignee may adhere to the following to ensure that any discrepancies insupplies can be flagged, taken into account, and reflected while generatingthe crac: i. packing should be checked properlyii. a warranty certificate from the oem should be insisted upon andchecked.iii. instruction manuals and the os installed should be checked.iv. the machine serial number should also be checked through settingsand can be verified from the oem website. the above points are forguidance, and the buyer/consignee may take steps consideredsuitable by them for checking at the consignee end beforeacceptance of systems.v. an escalation matrix for customer grievance redressal shall beinsisted upon by the buyer from the seller at the time of delivery.11 / 21 .hdd/ssd storageretentionbuyer may add their requirement of retention of securely store all hard diskdrives hdds or solid-state drives ssds used in the all in one pc underatc clause.for sellers:1.oem website link/partno for productverificationthe oem shall share the oem website link with the buyer at the time ofdelivery. the offered model details/configuration should be available ontheir website. a unique device serial number shall also be provided at thetime of supply, which is also mentioned on the product. the buyer/consigneeshall be able to verify the complete product details, including configuration, through the shared oem website link.2.changing or alteringthe configurationseller must refrain from changing or altering the configuration of the factorypre-loaded machine. the machine should be delivered to the consignee inits original, factory-approved configuration.3.warrantythe seller shall furnish a valid warranty certificate/tag from the oem to thepurchaser, guaranteeing the products coverage under the specifiedwarranty terms. the warranty certificate should be verifiable through theoem website/customer care center.4.compliance ofextended producer sresponsibilitywith effect from 1.4.23, as per the e-waste rules 2022, epr registration ismandatory for manufacturing entities. therefore, all oems shall hold validepr registration, and the registration number should be reflected in thecatalog parameter. oems shall ensure compliance with all responsibilities asper epr registration applicable from time to time.5.mandatory / statutoryrequirements asapplicableoems shall have to ensure compliance with the mandatory/statutoryrequirements as per the government of india notifications issued from timeto time for hardware and software components, as applicable.6.operating systemit shall be the responsibility of oems to ensure that supplies are made withgenuine operating systems. special terms and conditions-version:5 effective from 28-07-2025 for category entry and mid levellaptop - notebook1. for buyers 12 / 21 the category has been created in accordance with the model technical specificationissued by the ministry of electronics and information technology meity vide letterno. w-43/4/2020-iphw dated 19th august 2024, and is based on the parametersdefined therein. the specifications applicable to this category are as per the meitymodel technical specification dated 19th august 2024. accordingly, buyers shall notspecify or mandate any particular processor, processor brand, or manufacturer in theadditional terms and conditions atc. in this context, reference may also be madeto clause 2e of the gem general terms and conditions gtc, which inter aliastates: the specifications shall identify the key parameters defining the productswith all necessary validations related to configuration, type of data, restrictions, range / allowed values, allowed units etc. sellers as well as buyers while offering /buying the goods / services shall have to comply with the validation rules /restrictions provided for in the category specification. buyers / sellers cannot addparameters and / or drop down values not provided for in category specification. inview of the above, buyers are not permitted to amend or modify any technicalspecification through the additional terms and conditions, and must ensure fullcompliance with the predefined category specificationsproduct verificationa unique device serial number shall be provided by the seller at the time of supply, which is mentioned on the product. the buyer/consignee shall be able to verify thecomplete product details, including configuration, through the oem website. thebuyer/consignee should be able to perform these verifications without needing tocreate an account on the oem website.operating system1. there is no requirement that the oem of the laptop should be a devicepartner of microsoft or hold a valid authorisation from microsoft 2. microsoft os may be sourced directly from microsoft by oems holding devicepartner status, and those not holding device partner status may source fromauthorized distributors, i.e., ingram/reddington and their authorized channelpartners.3. buyers may ensure that the authorisation from microsoft shall not be made amandatory requirement in bids.4. if supplies are made as per brands of oems who are global device partners, then the serial number of the machine supplied can be used to check thedetails of the product from the website of the oem.5. in the case of local device partners of microsoft, os details such as the digitalkey number should be produced with supplies, and the buyer may verify themfrom microsoft.6. in case of other oems who are sourcing from authorized distributors ofmicrosoft, reddington, or ingram, a copy of the invoice which contains therelevant serial number of windows os shall be submitted with supplies, andthe buyer/consignee can verify the same from the os server website or bytelephone, or both.7. in respect of verification of os, the consignee shall take necessary steps at thetime of acceptance. for device partner machines, buyers can check the laptopoem website to verify the os by entering the pcs serial number and part codenumber. for entities that are not device partners and source os fromdistributors networks, they may verify the serial number through the microsoftwebsite or by telephone, or both.8. in case the product offered is with a dos or linux operating system, suchverification of os shall not be applicable.9. buyer shall request for windows hardware compatibility certificate for windowoperating system to ensure the supply hardware is compatible with windowsoperating systemstorage retentionbuyer may add their requirement of retention of securely store all hard disk driveshdds or solid-state drives ssds used in the laptop-notebook under atc clause.requirement ofoem logo buyers are advised to note that incorporating a condition stipulating an oem logo onthe motherboard is restrictive and may not be incorporated into the bids.processors intel and amd processors are added as per model technical specification of laptop -notebook issued by ministry of electronics and information technology meity-iphwdivision w-43/4/2020 dated 19 aug 202413 / 21 warranty1. the buyer may ensure that as soon as supplies are received, a request for awarranty certificate is made, along with logging into the oem website/callcenter to verify the certificate.2. the product in gem marketplace direct purchase & l1 purchase comes witha minimum standard on site warranty of one year. in case the seller hasstandard warranty more than one year, the same may be mentioned in thecatalogue including in the model name and in such case higher warrantyoffered shall prevail/supersede the minimum one year warranty.om related to mii, local content andmeity advice onmodel technicalspecifications buyers are requested to refer to various oms pertaining to dpiit and meity, as issuedfrom time to time, while making procurement and follow relevant provisions asapplicable.check points duringacceptance ofsupplies before generating the consignee receipt and acceptance certificate crac, theconsignee may inspect the system condition and verify that it complies with theagreed specifications and configurations. in the case of a large number of units to beprocured, then the buyer may opt for bidding and accordingly stipulate conditionsregarding installation, inspection by consignees/inspection agency. consignees whoreceive the supplies should be vigilant and should complete checking to ensure thatthere is no scope for the supply of refurbished products. at the time of receivingsupplies, the consignee may adhere to the following to ensure that any discrepanciesin supplies can be flagged, taken into account, and reflected while generating thecrac: i. packing should be checked properlyii. a warranty certificate from the oem should be insisted upon and checked.iii. instruction manuals and the os installed should be checked.iv. the machine serial number should also be checked through settings and canbe verified from the oem website. the above points are for guidance, and thebuyer/consignee may take steps considered suitable by them for checking atthe consignee end before acceptance of systems.v. an escalation matrix for customer grievance redressal shall be insisted uponby the buyer from the seller at the time of delivery.battery backupbuyer may check/validate battery backup time with appropriate benchmark.for sellers oem websitelink/part no forproduct verification the oem shall share the oem website link with the buyer at the time of delivery. theoffered model details/configuration should be available on their website. a uniquedevice serial number shall also be provided at the time of supply, which is alsomentioned on the product. the buyer/consignee shall be able to verify the completeproduct details, including configuration, through the shared oem website link.changing oraltering theconfigurationseller must refrain from changing or altering the configuration of the factory pre-loaded machine. the machine should be delivered to the consignee in its original, factory-approved configuration.warrantythe seller shall furnish a valid warranty certificate/tag from the oem to thepurchaser, guaranteeing the products coverage under the specified warranty terms.the warranty certificate should be verifiable through the oem website/customer carecenter.compliance ofextendedproducer sresponsibilitywith effect from 1.4.23, as per the e-waste rules 2022, epr registration is mandatoryfor manufacturing entities. therefore, all oems shall hold valid epr registration, andthe registration number should be reflected in the catalog parameter. oems shallensure compliance with all responsibilities as per epr registration applicable fromtime to time.mandatory /statutoryrequirements asapplicableoems shall have to ensure compliance with the mandatory/statutory requirements asper the government of india notifications issued from time to time for hardware andsoftware components, as applicable.operating systemit shall be the responsibility of oems to ensure that supplies are made with genuineoperating systems.14 / 21 special terms and conditions-version:4 effective from 31-01-2025 for category multifunctionmachine mfm v21. for buyers1productverificationthe buyer/consignee shall verify the complete product details, includingconfiguration, through the oem website. the buyer/consignee should be able toperform these verifications without needing to create an account on the oem website.2warranty1. the buyer may ensure that as soon as supplies are received, a request for awarranty certificate is made, along with logging into the oem website/callcentre to verify the certificate.2. the product in gem marketplace direct purchase & l1 purchase comes with aminimum standard on site warranty of one year. in case the seller has standardwarranty more than one year, the same may be mentioned in the catalogueincluding in the model name and in such case higher warranty offered shallprevail/supersede the minimum one year warranty.3. buyer shall verify the actual number of prints completed by the multifunctionmachine printer at the time of delivery to ensure that the product has not beenin use prior to delivery to the buyer and may be verified using themultifunction printer s built-in print counter or an equivalent tracking system asavailable with oems.4. buyer may please note that warranty does not cover any consumables i.e.cartridges/toner/ink/developer and such consumables.for sellers3oem websitelink/part nofor productverification the oem shall provide the oem website link to the buyer at the time of delivery. theoffered model details/configuration should be available on the oems website. adevice serial number must also be provided at the time of supply, which must also bementioned on the product supplied. the buyer/consignee must be able to verify thecomplete product details, including configuration, through the provided oem websitelink. 4warranty1. the seller shall furnish a valid warranty certificate/tag in physical or digitalformat from the oem to the purchaser, guaranteeing the products coverageunder the specified warranty terms. the warranty certificate should beverifiable through the oem website/customer care centre.2. the warranty period will be valid for the specified number of years or until theprinter reaches the oem-defined minimum number of prints within thewarranty period, whichever is earlier, i.e. once the printer meets either theminimum number of prints within the warranty period or the time durationspecified, the warranty coverage will end.3. the actual number of prints completed by the printer during the warrantyperiod may be verified using the printer s built-in print counter or an equivalenttracking system.5compliance ofextendedproducer sresponsibilitywith effect from 1st april 2023, as per the e-waste rules 2022, epr registration ismandatory for manufacturing entities. therefore, all oems shall hold valid eprregistration, and the registration number should be reflected in the catalogueparameter. oems shall ensure compliance with all responsibilities as per eprregistration applicable from time to time.5 5 : :         /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 original15 / 21 delivery period while exercising the option clause. bidders must comply with these terms.2. genericactual delivery and installation & commissioning if covered in scope of supply is to be done atfollowing addresssdgm procurement, kochi metro rail limited, dco stores, muttom depot, aluva, kochi, kerala - 683106mobile no. 9188957943, e mail id : procurement @kmrl.co.in.3. 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 %.4. genericdata sheet of the products offered in the bid, are to be uploaded along with the bid documents. buyerscan match and verify the data sheet with the product specifications offered. in case of any unexplainedmismatch of technical parameters, the bid is liable for rejection.5. 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 bid6. genericsupplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only.7. genericwhile generating invoice in gem portal, the seller must upload scanned copy of gst invoice and thescreenshot of gst portal confirming payment of gst.8. scope of supplyscope of supply bid price to include all cost components : supply installation testing andcommissioning of goods9. buyer added bid specific atcbuyer added text based atc clauses1 important note: some technical parameters are auto-mapped in gem category speci cation of the tender document from the existing reference product . however all participants shall quote for the item in line with bid speci c technical speci cations and scope of work provided in the bid document.2 repeat order clause: the contract will have repeat order clause, wherein kmrl can order under the contract within six months from the date of completion of supply under the original po. the repeat order will have rates on not exceeding basis while the terms and conditions will remain unchanged. it will be entirely the discretion of kmrl to exercise the repeat order or not16 / 21 .3 the quoted line items shall be in accordance with the bureau of indian standards as per mohua noti cation no. v-11/15/2020-bis dated 01.02.2021 if applicable4 public procurement preference to make in india as per ministry of commerce & industry dpiit noti cation no. dpiit order no. p-45021/2/2017-pp be-ii dated 16.09.2020 and any amendments thereof will be applicable.5 warranty period: the successful bidder shall provide a warranty for all theitems from the date of acceptance by the purchaser/ consignee and warranty certi cate to be submitted along with the material while supplying the item.details are as follows:a item schedule 1 all in desktop : 12 monthsb item schedule 2 laptop : 12 monthsc item schedule 3 printer : 12 monthsd item schedule 4 ups : 36 months6 valid oem authorization/ maf/dealership certi cate issued by the oem to be submitted.7 the successful bidder whose aggregate turnover in any preceding nancial year starting from 2017-18 exceeds rs. 5 crores, has to mandatorily submite-invoice along with the supply of items. in case e invoicing is not applicable, e - invoice exemption declaration form shall be submitted by bidder along with invoice. if the above mentioned form cannot be led due to non-enablement of e- invoicing as turnover is less than 5 cr, proof of the same shall be submitted along with invoice. 8 rejection of materials/items/ equipment: materials/items/ equipment supplied shall be new, unused and the specifications in line with the purchaseorder/contract issued by kmrl. in case of any rejection of material due to poor quality/ faulty design/ transit damages, vendor s shall take back rejected products immediately within 07 days after receiving the intimation from kmrl and the rejected item to be replaced with new product/ recti ed product immediately at vendors expense, including all freight costs. payment will be released only after the successful replacement of the rejected materials/items by the vendor. in case of any fail in collecting the rejected items from kmrl store within 30 days, from the date of receipt of rejection intimation from kmrl, item will be scrapped without any further intimation.9 bidder shall submit the following documents while bidding, i. appendix 1 tender check listii. appendix 2: company profileiii. appendix 3: compliance with technical speci cation & scope of work andbuyer added bid additional terms and conditions .iv. sealed and signed document of technical specification & special conditions document attached in buyer added bid speci c additional scope of work. 17 / 21 v. make/model and data sheet / catalogue of offered item.vi. valid oem authorization/ maf/dealership certificate issued by the oem.10 determination of responsiveness:bid of those tenderers shall be considered as non-responsive & shall be rejected post clarification if any if:a the quoted item fails to meet the specified technical requirements.b non-submission of documents as per clause 9 of buyer uploaded atc document.11 payment terms : payment will be released after all statutorydeductions, retention / deduction due to penalty/ liquidated damages as applicable after acceptance of item/work done. the following documents must be submitted for payment.a original tax invoiceb warranty certificate.c for materials: acceptance of material by the purchaser or consignee.d any other document if requested by kmrlnote: no advance payment will be made. in the case of msme bidders, payments shall be released within 45 days from the date of acceptance of the goods or successful completion of the work, as applicable by kmrlsubmission of invoicea invoices submitted by successful bidders should be e invoices i.e, invoices electronically uploaded and authenticated with a unique irn and digitallysigned qr code. in case e invoicing is not applicable, e invoice exemption declaration form shall be submitted by vendor along with invoice. if the above mentioned form cannot be led due to non-enablement of e- invoicing asturnover is less than 5 cr., proof of the same shall be submitted along with invoice.b the gstin of kochi metro rail ltd is 32aaeck5274h1zlc while generating invoice in gem portal, the seller must upload scanned copy of gst invoice and the screenshot of gst portal con rming payment of gst.d gst at actuals shall be paid on the quoted base value as per gst law in india after submission of appropriate gst invoices with gstin of the bidder and gstin of kochi metro rail ltd - 32aaeck5274h1zl.e under gst law the contractor shall also comply regarding filing of all the returns to the gst network/government departments within the stipulated time every month or such other period as required by the government. if the contractor does not comply with any of the gst laws and procedures and if kmrl incurs any liability on this account or does not get the input credit from the gst network/government as goods and/or service receiver due to thecontractor s failure to comply with the procedures of ling / uploading of data/submissions of documents etc in time then all such liability including the18 / 21 input credit of the gst lost by kmrl and the penalties and interest incurred by kmrl would be the liability of the contractor and the same shall be recovered either by recovery from security deposits / any other amount payable by the contractor to kmrl or through direct payment. the contractor shall submit the copy of latest filed return - gstr1 along with the invoice.12 terms of pricea the quoted price shall be inclusive of gst, all other applicable taxes, duties, transportation, packing, forwarding, loading & unloading, installation andother charges if any.b bidders are advised to check applicable gst on their own before quoting. buyer will not take any responsibility in this regards. gst reimbursementwill be as per actuals or as per applicable rates whichever is lower, subjectto the maximum of quoted gst %.c contract price will be the total price quoted inclusive of all taxes and including gst.d the tax liability as per gst act rests with the contractor, ambiguity if any regarding the percentage for that particular work or services accounting code sac/hsn etc. shall be cleared before offering of rates.e any liability on account of wrong classification of goods or services for arriving at taxes will be on the bidder.13 retention amount: a retention amounting to 5% of the gross amount of each bill will be deducted at the time of each payment, for the due execution and completion of the supply and warranty obligation. this retention amount is liable to be forfeited, partly or wholly, if the contractor fails to carry out the assignment or to keep up the desired rate of progress as per contract.the retention amount will be released after 60 days on successful completion of warranty/dlp/
  • View Tender
  • Document
  • Bid Support
10 Mining Equipments
image image
Central Government/Public Sector
TRN :35194477 |  01 Sep, 2025
Tender Value : 0
 Nagpur - Maharashtra
Tender for gem bids for steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 q2 . . % % 4 4   /mse exemption for years ofexperience and turnoverno& % & % . . % % 4 4   /startup exemption for years ofexperience and turnoverno 5  5 & & /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 buyer7 7  9  9 : : ; ; & 9 & 9   < <  9  9 ; ; > >? ? % % /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    -- b b c c  5  5   d d / minimum number ofbids required to disable automatic bidextension3  d /bid number: gem/2025/b/6590919; /dated: 21-08-2025  & & / bid document1 / 27 ; 9; 9   d d, , m m     -- / / number of days for which bidwould be auto--extended7  o %o % ;5 ;5 ; ; /bid to ra enabledyeso %o % p p /ra quali cation ruleh1-highest priced bid elimination5 5 r r   /itc available tobuyeryes  4 4 /type of bidtwo packet bid4 4 t t /primary product categorysteel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1   u u   & w & w /time allowed for technicalclarifications during technical evaluation3 days x x b b y y x x 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno u u y y /evaluation methodgroup wise evaluation & & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankidbi bankschedule-1  /emd amount in inr25000schedule-2  /emd amount in inr25000schedule-3  /emd amount in inr25000   /epbg detail  > /advisory bankidbi bank 4 %/epbg percentage%5.00  b /duration of epbgrequired months.14a.  .  ^    % & 4&  % &  % 4  > o 9 /emd exemption: the bidder seeking emd exemption, must submit the valid supporting document2 / 27 for 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 : head of department, financefinance department, moil limited, moil bhavan, 1a, katol road, nagpur-440013 the details of beneficiarybank for sending details of bg under sfms platform is advisory bank: idbi bank, idbi bank, gupta house, ravindranath tagore road, civil lines nagpur-440001, advisory bank ifsc code: ibkl0000389 & currentaccount no. 041102000018027.moil limited  /splitting   ; / bid splitting not applied.     /mii purchase preference   /mii purchase preferenceyes     /mse purchase preference   /mse purchase preferenceyes1. 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. 2. 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 bid3 / 27 for 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. 3. 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. 4. reverse auction would be conducted amongst all the technically qualified bidders except the highest quotingbidder. the technically qualified highest quoting bidder will not be allowed to participate in ra. however, h-1will also be allowed to participate in ra in following cases:i. if number of technically qualified bidders are only 2 or 3.ii. if buyer has chosen to split the bid amongst n sellers, and h1 bid is coming within n.iii. in case primary product of only one oem is left in contention for participation in ra on elimination of h-1.iv. if l-1 is non-mse and h-1 is eligible mse and h-1 price is coming within price band of 15% of non-mse l-1v. if l-1 is non-mii and h-1 is eligible mii and h-1 price is coming within price band of 20% of non-mii l-1if 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.evaluation method group 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:evaluationschedulesitem/categoryconsignee/reportingofficerconsignee addressquantityschedule-1steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140154schedule-2steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140156schedule-3steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140113steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140133steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414014414013steel tubes, tubulars and otherwrought steel fittings v2 as per is1239 part 1nitin surendraghodeswarpo:kandri, tah:ramtek, dist:nagpur, maharashtra, 44140144140114 / 27 steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 54 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm100additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 54 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.5 / 27 test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414015460steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 56 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed end6 / 27 classification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm150  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesadditional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 56 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess7 / 27 %na   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414015660steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 13 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm25additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 13 metric tonne specification parameternamebid requirement allowed values8 / 27 eligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414011360steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 33 metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively9 / 27 bis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm50additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 33 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.10 / 27 technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414013360steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 3metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tube11 / 27 nominal bore of tube mm15  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesadditional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 3 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity12 / 27 . .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 441401360steel tubes, tubulars and other wrought steel fittings v2 as per is 1239 part 1 1metric tonne 5 5 1 2 & & % % % % b b < < % % 4 c4 c b b /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    w  w /technical specifications*   w / as per gem category speci cation  /speci cation w w /specificationname  b b u u /bid requirementallowed valuesgoverningspecificationsgoverning specificationsgenerally conforming to is 1239 part 1 - latestmaterial, design &dimensionsmanufacturing process oftubeelectric resistance welded or high frequncyinduction welded erw or hfiwend condition of tubescrewed & socketed endclassification of steel tubedepending on wallthicknessmediumsurface condition of thetubegalvanized tubenominal bore of tube mm40additional specification parameters - steel tubes, tubulars and other wrought steel fittings v2as per is 1239 part 1 1 metric tonne specification parameternamebid requirement allowed valueseligibility criteria:the bidder should upload bis license issued to manufacturer for offereditem valid as on the date of bid opening. copy of the valid bis license shouldbe uploaded, failing which the offer submitted by bidder shall be liable to beignored. make/ manufacturer name and brand name of the offered itemmust be clearly specified by the bidder.13 / 27 pre-qualifying condition:the bidder should have supplied tendered product s during preceding 3financial years i.e. current year and three previous financial years as ondate of opening of the bid as per the following criteria: i single order of atleast 35% of quantity under procurement; or ii two orders of at least 20?chof quantity under procurement; or iii three orders of at least 15?ch ofquantity under procurement.pre-qualifying condition-1:guarantee / warrantee:satisfactory performance certificate issued by respective buyer organizationalong with the above orders should be uploaded with the bid. the materialsupplied shall be guaranteed for a period of 12 months from the date ofreceipt at destination towards manufacturing defect, bad workmanship andsubstandard material. such material shall be replaced by you free of cost.test certificates: quantityvariation : class:the successful bidder shall be required to submit test certificates of theoffered item along with supply, as per is provisions free of cost. thementioned quantity is subject to change 20% and order for such changedquantity shall be placed. supply quantity variation +/- 2% is acceptable.medium.technical specification:galvanised mild steel tube conforming to is 1239 part-i of 2004 with latestamendments & isi mark, continuously welded, electric resistance weldederw, high frequency induction welded hfiw/hot finished welded hfw, screwed on both ends to is:554/86 for pipe threading, suitable for gas, water & steam application, one end socketed and other end protected withplastic thread protector in random lengths of 5 to 7 mtrs., socket to confirmis 1239 part- ii of 1992 in following sizes.specification parameternamebid requirement allowed values* bidders offering must also comply with the additional specification parameters mentioned above. 5 ; 5 ;   o %o % 4 4 /input tax credititc and reverse chargercm details   5 ; 5 ; /itc on gst   5 ; 5 ; /itc on gst cess100%na   //o ; e o ; e   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; e o ; e   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1nitin surendraghodeswar441401, po:kandri, tah:ramtek, dist:nagpur, maharashtra, 4414011605 5 : :         h h/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 the14 / 27 additional 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. genericbidder financial standing: the bidder should not be under liquidation, court receivership or similarproceedings, should not be bankrupt. bidder to upload undertaking to this effect with bid.3. 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 %.4. genericbuyer organization specific integrity pact shall have to be complied by all bidders. bidders shall have toupload scanned copy of signed integrity pact as per buyer organizations policy along with bid. click hereto view the file5. 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.6. genericsupplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only.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. scope of supplyscope of supply bid price to include all cost components : only supply of goods15 / 27 . purchase preference centrepurchase preference to micro and small enterprises mses: purchase preference will be given to mses asdefined in public procurement policy for micro and small enterprises mses order, 2012 dated23.03.2012 issued by ministry of micro, small and medium enterprises and its subsequentorders/notifications issued by concerned ministry. if the bidder wants to avail the purchase preference, the bidder must be the manufacturer of the offered product in case of bid for supply of goods. traders areexcluded from the purview of public procurement policy for micro and small enterprises. in respect of bidfor services, the bidder must be the service provider of the offered service. relevant documentaryevidence in this regard shall be uploaded along with the bid in respect of the offered product or service. ifl-1 is not an mse and mse seller s has/have quoted price within l-1+ 15% of margin of purchasepreference /price band defined in relevant policy, such seller shall be given opportunity to match l-1price and contract will be awarded for percentage of 25% of total value.11. purchase preference centrepurchase preference linked with local content pp-lc policy:the bid clause regarding preference to make in india products stands modified in this bid and shall begoverned by the pplc policy no. fp-20013/2/2017-fp-png dated 17.11.2020 issued by mop&ng asamended up to date. accordingly, bidders with local content less than or equal to 20% will be treated as non local supplier . the prescribed lc shall be applicable on the date of bid opening. sanctions on thebidders for false / wrong declaration or not fulfilling the local content requirement shall be as per the pplcpolicy. further following additional provisions are added in the certification and verification of local contentprovision of the preference to make in india clause:i. in case of foreign bidder, certificate from the statutory auditor or cost auditor of their own office orsubsidiary in india giving the percentage of local content is also acceptable. in case office orsubsidiary in india does not exist or indian office/subsidiary is not required to appoint statutoryauditor or cost auditor, certificate from practicing cost accountant or practicing charteredaccountant giving the percentage of local content is also acceptable.ii. along with each invoice: the local content certificate issued by statutory auditor on behalf ofprocuring company shall be submitted along with each invoice raised. however, the % of localcontent may vary with each invoice while maintaining the overall % of local content for the totalwork/purchase of the pro-rata local content requirement. in case, it is not satisfied cumulatively inthe invoices raised up to that stage, the supplier shall indicate how the local content requirementwould be met in the subsequent stages.iii. the bidder shall submit an undertaking from the authorized signatory of bidder having the power ofattorney along with the bid stating the bidder meets the mandatory minimum lc requirement andsuch undertaking shall become a part of the contract.12. 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. buyer added bid specific atcbuyer added text based atc clausesbidder to confirm clause mentioned in buyer atc in their offer:1. this purchase is also governed by the general terms and conditions: https://gem.gov.in/termscondition 2. delivery schedule: maximum delivery period for offered item should be 60 days from the date of receipt of purchase order. delivery period more than 60 days is not acceptable. o er with delivery period more than 60 days shall be straightway rejected. 3. firm price: prices quoted/bidded shall remain firm till supply is completed satisfactorily in all respects. price variation clause will not be accepted. 4. manufacturer authorization: wherever selling agent/dealer/distributor authorized by the manufacturerare submitting the bid, tender speci c authorization & undertaking certi cate by manufacturer on letter head of pr16 / 27 incipal/manufacturer, mentioning the details such as name, designation, address, e-mail id and phone no., as per annexure-i must be submitted. note: i 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 enquiry. ii selling agent/dealer/distributor authorized by the manufacturer shall submit manufacturer authorization as per annexure-i, failing which the offer shall be outrightly rejected. 5. the sellers/bidders who are not in the category of emd exemption: step-i: the intending bidders should submit earnest money of rs.25, 000.00 for schedule-1, rs.25, 000.00 for schedule-2 & rs.25, 000.00 for schedule-3. i.e. rs.75, 000.00 for all 3 schedules mentioned in bid documents to moil ltd., along with their o er otherwise their o er will summarily be rejected. emd should be deposited electronically rtgs/neft from nationalised/ scheduled bank only in the designated account as under: a: name of bank & branch: idbi bank, civil lines branch, nagpurb: account no. 0041102000038465c: ifs code: ibkl0000041 bidder to indicate bid number and name of bidding entity in the transaction details eld at the time of online transfer. bidder has to upload scanned copy/proof of the online payment transfer along with bid. bidders are requested to upload the emd details in format mentioned below. emd should be deposited in one go and exact amount should be re ected in our bank statement on or before the opening date & time of tender, failing which the o er shall be rejected outrightly. step-ii: after remittance of earnest money as above, utr no./reference no. in case of idbi bank should besubmitted by participating bidder in their o er on gem portal. the receipt of emd shall be veri ed by moil ltd., against details of the utr no. /reference no. in case of idbi bank and o ers of those participating bidders whose receipt of emd is confirmed by finance department, moil ltd., shall be considered for further evaluation. in short, mentioning the correct utr no. /reference no. in case of idbi bank in their o er on gem portal is mandatory, failing which the offer shall be rejected outrightly. earnest money by way of demand draft, cheque, bank guarantee, deposit receipt or any other form will not be entertained. i.e. no other mode of payment of emd shall be accepted. emd shall be forfeited if any bidder withdraws their offer before finalization of this tender.note: emd of the successful bidder shall be returned within 30 days of submission of performance bank guarantee/security deposit as per contractual terms or thirty days of successful completion of contract, whichever occurs earlier.format of emd deposited. bid number : name of bidder : bidder pan no. : bidder gstin no. bidder bank account no. bidder bank ifsc code : authorised person name: mobile no.& e-mail id of authorised person : 17 / 27 scheduleno.description of item/categorycorrectutr no. /referenceno.& dateamountrs.1lot no-1 g.i. pipe, size: od:115.0-113.1mm, wall thickness: 4.5 mm, nb: 100mm 25, 000/-2lot no-2 g.i. pipe, size: od: 166.5-163.9mm, wall thickness:4.8mm, nb: 150mm 25, 000/-3lot no-3 g.i. pipe, size: od:34.2 33.3mm, wall thickness: 3.20mm, nb: 25mm 25, 000/-lot no-4 g.i. pipe, size :od: 60.8 59.7mm, wall thickness: 3.60mm, nb: 50mmlot no-5 g.i. pipe, size: od: 21.8 21.0mm, wall thickness: 2.6mm, nb: 15mmlot no-6 g.i. pipe, size :od:48.8 47.9mm, wall thickness: 3.2mm, nb:40mm enclosed: payment receipt towards above utr no. /reference no. signed:designation:corporate seal: 6. for emd exemption bidders: the bidder seeking emd exemption, must submit the valid supporting document for the relevant category as per gem gtc with the bid may refer point no.4xiii, n of gtc general terms & conditions with amendments, if any. under mse category, only manufacturers for goods and service providers for services are eligible for exemption from emd. traders are excluded from the purview of this policy. in absence of valid emd exemption document, the bid will be out- rightly/summarily rejected and no correspondence in this regard shall be entertained. step i: the participating bidders under this category should mandatorily mention the exemption document type in their offer on gem portal.step-ii: upload the relevant document in the upload link on gem portal. the status of mse shall be decided based on the uploaded document and if found in line then only, their offer shall be considered for further evaluation. in short, mentioning the exemption document type in their o er on gem portal & uploading the same on gem portal is mandatory, failing which the o er shall be rejected outrightly. c: psus: state/central govt. organization/psus are exempted from submission of emd/sd. however, they should mandatorily mention the document type in their o er on gem portal for getting exemption andupload the relevant document with their o er on gem portal, failing which the o er shall be rejected outrightly. 18 / 27 . supplier shall ensure that the invoice is raised in the name of consignee with gstin of consignee only. please provide details of contact person name, designation, mobile & e-mail id for correspondence. 7.1 for madhya pradesh state mines/plant: the material shall be despatched & invoiced from supplier s invoicing location & invoice should be generated on consignee as per bid document. i.e. in the tax invoice to be issued by the supplier, ship to party & billed to party will be: consignee as per bid document with gstn: 23aaacm8952a1zt for madhya pradesh state supply. 7.2 for maharashtra state mines/plant: the material shall be despatched & invoiced from supplier s invoicing location & invoice should be generated on consignee as per bid document. i.e. in the tax invoice to be issued by the supplier, ship to party & billed to party will be: consignee as per bid document with gstn: 27aaacm8952a1zl for maharashtra state supply.8. despatch/transportation through registered common carrier: in the event you are successful tenderer and you intend to dispatch/transport the ordered material by road, it will be through registered common carrier as per guidelines mentioned in the carriage by road act 2007 and subsequent amendments if any. in case of non-compliance, action shall be imposed as deemed fit, as per the above mentioned carriage by road act 2007 . 9. performance bank guarantee: it is mandatory on part of supplier to submit the performance bank guarantee @ 5% of total value of order for period of 14 months as mentioned in bid document. - bank details: moil limited, nagpur- name of the bank & branch: idbi bank, gupta house, ravindranath tagore road, civil lines nagpur-440001- ifs code: ibkl0000389- current account no. 041102000018027.- the pbg will be submitted through structured financial management systemsfms platform- performance bank guarantee to be uploaded on gem portal within 15 days of award of contract on gem, as per general terms and conditions gtc on gem, refer clause no. 7, ii. hard copy to be submitted to jgm fin., moil ltd., moil bhawan 1a katol road, nagpur-440013. performance bank guarantee is to be furnished by a speci ed date generally fteen days after noti cation of award and it should remain valid for a period of sixty days beyond the date of completion of all contractual obligations ofthe supplier, including warranty obligations. the performance security will be forfeited in the event of a breach of contract by the bidder/contractor. it shall be refunded to the bidder/contractor without interest, after he duly performs and completes the contract in all respects but not later than sixty days of completion of all such obligations including the warranty under the contract. 10. declaration under companies act:the firm/individual while submitting the tender should submit the under mentioned declaration duly signed. we declare that none of our proprietor / partner / director of the rm/ company has any relationship within the meaning of section 6 of the companies act 2013 with any of the employee working in moil ltd. or director of moil . if the proprietor / partner / director of the rm/ company has any relationship within the meaning of section 6 of thecompanies act 2013 with any of the employee working in moil ltd or director of moil shall declare the same in his bid. 11. arbitration clause: disputes & arbitration for psus only- all the disputes and di erences arising out of or in any way touching or concerning this agreement between the parties shall be resolved by a reference to the permanent machinery of arbitrators pma i.e. to the sole arbitrator in the department of public enterprises as per the o.m. no. 41/2013-dpegm/fts-1835 dated 22/05/2018 issued by the department of public enterprises, ministry ofheavy enterprises govt. of india and for all purposes of the arbitration the rules and procedure prescribed therein shall be applicable . 12. jurisdiction: all questions, disputes or di erences, arising under, outside or in connection with the tender/or19 / 27 der contract shall be subject to the exclusive jurisdiction of the courts at nagpur only. 13. dispute: in the event of dispute arising out of this contract, the decision of chairman-cum managing director moil ltd. shall be final & binding. 14. no deviation certificate: we certify that, there is no deviation in the o er submitted by us, from the bid/tender terms & conditions on gem portal. in case if there is any di erence in any terms & conditions, the same may be ignored and considered to have been accepted by us into to as per bid document on gem . bidder to upload the no deviation certificate . 15. revised public procurement preference to make in india: it is certified that the tender is compliant to ppp mii order & shall be nalised keeping in view of all its updates. the instant tender shall be inter-alia subject to revised public procurement preference to make in india, order 2017 revision, as amended from time to time bearing no. p-45021/2/2017 pp be-ii issued by the government of india, ministry of commerce and industry, department for promotion of industry and internal trade public procurement section dated 16/09/2020. the tenderers who wish to take the preference under the said order dated 16/09/2020 shall mandatorily be required to submit the requisite documents as prescribed under the public procurement preference to make in india, order 2017- revision. only after satisfactory submission of the requisite documents bene ts under the aforesaid order shall be provided. revised order or any updates may be accessed at dpiits website: https.dipp.gov.in/public-procurements only to facilitate, we may request to refer clause no.9a & b of above order towards verification of local content reproduced hereunder and upload as applicable: a. the class-i local supplier / class-ii local supplier at that time of tender, bidding or solicitation shall be requiredto indicate percentage of local content and provide self-certi cation that, the item o ered meets the local content requirement for class-i local supplier / class-ii local supplier, as the case may be. they shall also give details of the locations at which the local value addition is made. b. in cases of procurement for a value in excess of rs.10 crores, the class-i local supplier / class-ii local supplier shall be required to provide a certificate from i statutory auditor or cost auditor of the company in the case of companies orii a practicing cost accountant or practicing chartered accountant in respect of suppliers other than companies giving the percentage of local content. in event of non-submission of the above documents, your offer shall be liable to be ignored. kindly upload the certi cate giving the percentage %of local content and give details of the locations/addresss at which the local value addition is made. as per revised public procurement preference to make in india, order 2017, on 16/09/2020 enclosed, clause no.3, bidder to mention in which category their firm belong i.e. class-i local supplier/ class-ii local supplier/ non-local supplier. kindly upload the certificate by mentioning the class. in view of above, you are requested to kindly provide the self-certi cation as we certify that items o ered/quoted in tender has got % of local content and the details of the locations at which the local value addition is made is . bidder to submit the % of local content & location of local content with their offer. 16. restrictions on public procurement from certain countries: in this regard bidder may please refer o ce memorandum no. 6/18/2019-ppd dt.23-07-2020 & subsequent orders issued by public procurement division, department of expenditure, ministry of finance, government of india towards restrictions on public procurement from certain countries. referring to the above, the local suppliers should submit the certificate as under: we have read the clauses regarding restrictions on procurement from a bidder of a country which shares a land border with india and we hereby certify that our firm is not from such a country and is eligible to be considered . 17. bidder to con rm location from where the materials shall be invoiced upto destination basis as per consignee mentioned in bid document complete address, name of the bidder company/firm along with telephone no. & fax no., name of person, mobile no., e-mail id of the bidder to be given. 18. past supplies: bidders is requested to submit/upload the supply order copies for tendered items as docu20 / 27 mentary evidence towards past supplies from govt. deptt./govt. undertaking, enterprises/customer. 19. taxes: payment of tax is primarily the responsibility of the seller and will not be paid unless it is clearly shown on the quotation as payable extra. any change in taxation during the tenure of contract, will be as per applicable statute. under gst regime registration under gst is made mandatory. you shall mention your gst provisional id s incase your supply is from more than one location mention all relevant gst s in the quotation. offers received from company/ rm/individual without gst provisional id s are liable to be rejected provided they fall within the preview of gst. timely compliance of gst provisions and ling of gst returns is the responsibility of the bidder. any non-compliance may result in withholding of bills partly or fully until it is reflected in form gstr-2a. 19.1 tds under gst shall be deducted as per the applicable gst provisions. 20. bidder/supplier to ensure that the validity of the statutory certi cate /competency certi cate shall be valid during tender finalization and execution stage. 20.1 test certificate: the successful bidder shall be required to submit test certi cates of the o ered item along with supply, as per is provisions free of cost. 21. bidder to submit itr/profit & loss statement/balance sheet to substantiate applicability of gst. 22. treds platform: it may be noted that government of india has implemented trade receivable discounting system treds to address challenges faced by msmes in delayed payments after receipt/acceptance of material/services from government buyers leading to shortfall of working capital. treds is an online electronic institutional mechanism for facilitating the nancing of trade receivables of msmes through multiple nanciers. moil ltd., is already registered on the following treds platform: m/s. a. treds invoicemart, mumbai msme bidders are required to register on the treds platform. the msme vendors can avail the treds facility, if they want to . all mse vendors/suppliers are advised to get themselves registered on treds platform www.treds.in accordingly. 23. bidders who have not performed satisfactorily in the earlier tenders/work orders or have violated the terms of nit, moil ltd. reserves the right to dis-qualify that bidder. 24. integrity pact:a the bidder is required to submit the integrity pact agreement duly lled, scanned & signed by authorized signatory of tender as per enclosed annexure along with the tender document & upload. b a person signing ip shall not approach the courts while representing the matters to iems and he/ she will await their decision in the matter. the details of independent external monitor iem nominated for this tender are given here as under: name of independent external monitor iem: i shri. cmde rakesh anand, e-mail:- ansem 2000@yahoo.com ii shri. nand kumar mishra, e-mail:- lambodhar2021@gmail.com adidev2014@gmail.com 25. details of the location of mines & plants situated: 21 / 27 name of mines & postal addressoff day/authorityto be contactedkandri minepo-kandri, tah ramtek, distt.- nagpur ms, pin: 441401.tel.: 07114-268179 off.268149 res., 268150noskandrithursday mine manager note: bidder to confirm / accept above clauses along with their offer on gem:sign. & date of authorised signatory: name of authorised signatory: designation of authorised signatory: seal of firm: 26. for technical clarifications if any, you may contact: mr. atul sharma, jt.gmmech., moil bhawan, 1a, katol road, nagpur-440 013. mobile no. 7709045650 email: ats@moil.nic.in for commercial clarifications if any, you may contact: mr. d. i. khan, agmmaterials, moil bhawan, 1a, katol road, nagpur-440 013. contact no. 0712-2806140 mobile no. 7387411115 email: khan@moil.nic.in 27. annexure-a format for undertaking to be submitted/uploaded by bidder along with the tender documents i name and designation appointed as the attorney/ authorized signatory of the bidder including its constituents m/s. hereinafter called the bidder the purpose of the tender documents for .as per the tender no of moil, do hereby solemnly a rm and state on the behalf of the bidder including its constituents as under: 22 / 27 . i/we the bidders am/are signing this document after carefully reading the contents of the above mentioned tender. 2. i/we declare and certify that i/we have not made any misleading or false representation anywhere in the tendersubmitted including the annexure thereto. 3. i/we also understand that my/ our o er will be evaluated based on the documents/credentials submitted along with the offer and same shall be binding upon me/us. 4. i/we declare that the information and documents submitted along with the tender documents by me/ us are complete and correct and i/we are fully responsible for the authenticity and correctness or the information and documents, submitted by us. 5. i/we understand that at any time during process for evaluation of tenders, if any information / document submitted by me / us are found to be suppressing facts / forged / false / fabricated / fudged or incorrect, it shall lead to forfeiture of the emd, if submitted and initiating any legal action as deemed t the moil. further, i/we...........................name of the bidder and all my/ our constituents understand that my/ our offer shall be summarily rejected. 6. i/we also understand that at any time after award of contract, if the certi cates submitted by me / us are found to be suppressing facts / false/ forged/ fabricated / fudged or incorrect, it may lead to termination of the contract, along with forfeiture of emd / sd and performance guarantee if submitted, besides any other action provided in the contract and initiating any legal action as deemed fit by moil. 7. we declare that none of our proprietor / partner / director of the rm/ company has any relationship within themeaning of section 6 of the companies act 2013 with any of the employee working in moil ltd or director of moil . 8. we have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with india and we hereby certify that our firm is not from such country and is eligible to be considered . 9. we certify that, there is no deviation in the o er submitted by us, from the bid/tender terms & conditions on gem portal. in case if there is any di erence in any terms & conditions, the same may be ignored and considered to have been accepted by us in to to as per bid document on gem . 10. despatch/transportation through registered common carrier:in the event you are successful tenderer and you intend to dispatch/transport the ordered material by road, it will be through registered common carrier as per guidelines mentioned in the carriage by road act 2007 and subsequent amendments if any. in case of non-compliance, action shall be imposed as deemed t, as per the above mentioned carriage by road act 2007 . seal and signature of the bidder place: date:23 / 27 28. annexure - bformat of non-collusive tendering certificateto be signed by an authorised person on the tenderer s behalf to, moil limited, nagpur. dear sir/ madam, non-collusive tendering certificate for rfq/ tender no. date 1. we, names of the tenderers of address es of the tenderers refer to the bid/ o er against the tender . 2. non-collusionwe represent and warrant that in relation to the tender: a our bid was developed genuinely, independently and made with the intention to accept the contract it awarded; b our bid was not prepared with any agreement, arrangement, communication, understanding, promise of undertaking with any person including any other tenderer or competitor regarding:i prices;ii methods, factors or formulas used to calculate prices;iii an intention or decision to submit a bid;iv an intention or decision to withdraw a bid;v the submission of bid that does not conform with the requirements of the tender;vi the quality, quantity, speci cations or delivery particulars of the products or services to which this tender relates; andvii the terms of the bid, and we undertake that we will not, prior to the award of the contract, enter into or engage in any of the foregoing. 3. disclosure of in case of job/ project contractswe understand that we are required to disclose all intended sub-contracting arrangements relating to the tender tothe plants/ mines--------, moil limited, place -------------, including those which are entered into after the contract is awarded. we warrant that we have duly disclosed and will continue to disclose such arrangements to the plants/ mines --------, moil limited, place ------. 4. consequences of breach or non-compliancewe understand that in the event of any breach or non-compliance with any warranties or undertakings in this certi cate, the plants/ mines, moil limited, place may, at its discretion, invalidate our bid, exclude us in future tenders, pursue damages or other forms of redress from us including but not limited to damages for delay, costs and expenses of re-tendering and other costs incurred, and /or in the event that we are awarded the contract terminate the contract. signed for and on behalf of the tenderersignature: 24 / 27 name:position:date: 29. annexure - i authorization & undertaking certificate by manufactureron letter head of the principal / manufacturerto, moil limited, moil bhavan, 1-a, katol road, nagpur 440013. sub: gem bid no.: . dear sir, whereas we, m/s name of manufacturer who are established and reputable manufacturers of tendered/offered items having factories at addresses of factoryies, do hereby authorize m/ name & address our agent to submit a 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 do not directly quote/ market our products directly to any organization in india except in situations like supplies to oem /oes/ opm, supplies of spares and consumables bundled with supply of equipment, supplies to customers not covered by dealer network due to geographical/ logistics constraints. 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 have quoted. v we hereby accept to extend our full support and commitment for all the terms and conditions including guarantee and warranty as per the conditions of contract, technical speci cations for the goods and services o ered for supply by the above bidder on our behalf against this tender for the entire
  • View Tender
  • Document
  • Bid Support
  • 1
  • 2
  • Tenders Expired In - 2025
  • Tenders Expired In - 2024
  • Tenders Expired In - 2023
  • Tenders Expired In - 2022
  • Tenders Expired In - 2021
  • Tenders Expired In - 2020
  • Tenders Expired In - 2019
  • Tenders Expired In - 2018
  • Tenders Expired In - 2017
  • Tenders Expired In - 2016
  • Tenders Expired In - 2015
Related Searched Keywords : rig service
  • Drill Twist Tenders ,
  • Hss Twist Drill Tenders ,
  • Drill Set Tenders ,
  • Drilling Machine Repair Tenders ,
  • Drilling Rod Tenders ,
  • Pneumatic Drilling Machine Tenders ,
  • Logging While Drilling Tenders ,
  • Radial Drilling Machine Scrap Tenders ,
  • Drilling Derricks Tenders ,
  • Concrete Drill Tenders

Get rig service Tender Alert...

172624

Related Searched Keywords : rig service

  • Vinayl Flooring Tenders From Maharashtra
  • Civil Infrastructure Work Tenders From Delhi
  • Horizontal Boring Machine Tenders From West-Bengal
  • Culvert Wall Tenders From -Tamil-Nadu
  • Cladding Work Tenders From Andhra-Pradesh
  • Paver Work Tenders From Gujarat
  • Water Proofing Treatment Tenders From Karnataka
  • Roofing Work Tenders From Uttar-Pradesh
  • False Flooring Tenders From Rajasthan
  • Demolition Work Tenders From Madhya-Pradesh

Read More


Tender Document

065123

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 »

  • Site Leveling Tenders
  • Drilling Tenders
  • Sculpture Work Tenders
  • Interlocking Tile Flooring Tenders
  • Stone Cladding 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