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
»
It Supplies
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of it-supplies Tenders

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

Advance Search
  • All-Tenders (5)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
1 Education And Research Institutes
image image
State Government
TRN :36277062 |  20 Jan, 2026
Tender Value : 0
 Nainital - Uttaranchal
Tender for gem bids for high performance power supplies q3 *  *  // ./ ./   % %/years of past experience required forsame/similar service2 year s 1 1 % % 7 87 8 /mse relaxation for years of experienceand turnoveryes | complete& % & % 1 1 % % 7 7   / startup relaxation for years ofexperience and turnoveryes | complete :  : & & /document requiredfrom sellerexperience criteria, past performance, bidderturnover, certificate requested in atc, oem authorizationcertificate, oem annual turnover, additional doc 1requested in atc, compliance of boq specification andsupporting document*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< <  >  > ? ? @ @ & > & >   a a  >  > @ @ c c? ? % % /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  e /bid number: gem/2025/b/7056240@ /dated: 30-12-2025  & & / bid document1 / 7     & &   o o     e e / minimum number ofbids required to disable automatic bidextension3@ >@ >   e e, , . .     -- / / number of days for which bidwould be auto--extended7 < a < a @ @ @ @ / /number of auto extension count2  7 % 7 % /past performance40 %  t %t % @: @: @ @ /bid to ra enabledno  7 7 /type of bidtwo packet bid   u u   & w & w /time allowed for technicalclarifications during technical evaluation2 days / / o o x x / / 7 7 / % % a > a > ? ? /inspection required byempanelled inspection authority / agenciespre-registered with gemno u u x x /evaluation methodtotal value wise evaluation & & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  c /advisory bankstate bank of india  /emd amount48000   /epbg detail  c /advisory bankstate bank of india 7 %/epbg percentage%5.00  o /duration of epbgrequired months.38a.  1  ^    % & 7&  % &  % 7  c t > /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 and2 / 7 service providers for services are eligible for exemption from emd. traders are excluded from the purview of thispolicy.b.  , , ` / a @ / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. ` ` /beneficiary : directoraryabhatta research institute of observational sciences aries nainital, department of science and technologydst, aryabhatta research institute of observational sciences aries, ministry of science and technologydirector   @ / bid splitting not applied.     / mii purchase preference   / mii purchase preferenceyes @  :  a 7, @ u l1+x%  a / purchasepreference to mii sellers availabele upto pricewithin l1+x%20 @  a 7   7 / maximum percentage of bidquantity for mii purchase preference50 %  - - @ 7 2017 < 1/< 2 & % %    @ 16.09.2020 - / allowparticipation only from class 1/class 2 localsuppliers as per the publicprocurementpreference to make-in-india order2017 date 16.09.2020as amended andapplicable time to timeyes, in compliance with the mii order : dpiit orderasamended and applicable time to time     /mse purchase preference   /mse purchase preferenceyes f h %  a7, @ u l1+x%  a /purchase preference to mse oems available uptoprice within l1+x%15 f h  a 7   7 / maximumpercentage of bid quantity for mse purchasepreference251. if the bidder is a micro or small enterprise as per latest orders issued by ministry of msme, the bidder shall berelaxed from the eligibility criteria of experience criteria as defined above subject to meeting of quality andtechnical specifications. the bidder seeking relaxation from experience criteria, shall upload the supporting3 / 7 documents to prove his eligibility for relaxation.2. if the bidder is a micro or small enterprise mse as per latest orders issued by ministry of msme, the biddershall be relaxed 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 relaxed from theoem average turnover criteria also subject to meeting of quality and technical specifications. the bidderseeking relaxation from turnover, shall upload the supporting documents to prove his eligibility for relaxation.3. if the bidder is a dpiit registered startup, the bidder shall be relaxed from the the eligibility criteria ofexperience criteria as defined above subject to their meeting of quality and technical specifications. the bidderseeking relaxation from experience criteria, shall upload the supporting documents to prove his eligibility forrelaxation.4. if the bidder is a dpiit registered startup, the bidder shall be relaxed from the the eligibility criteria of bidderturnover as defined above subject to their meeting of quality and technical specifications. if the bidder is dpiitregistered oem of the offered products, it would be relaxed from the oem average turnover criteria alsosubject to meeting of quality and technical specifications. the bidder seeking relaxation from turnover shallupload the supporting documents to prove his eligibility for relaxation. 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
2 Financial Services
image image
Central Government/Public Sector
TRN :36271745 |  23 Jan, 2026
Tender Value : 0
 Hoshiarpur - Punjab
Tender for gem bids for entry and mid level desktop computer q2, multifunctionmachine mfm v2 q2 * * 2 32 3 / mserelaxation for years of experienceyes | partial | experience - 2 year s * * & % & % 2 32 3 / startuprelaxation for years of experienceyes | partial | experience - 1 year s 4  4 & & /document requiredfrom sellerexperience criteria, bidder turnover, certificate requestedin atc, oem authorization certificate*in case any bidder is seeking exemption from experience /turnover criteria, the supporting documents to prove hiseligibility for exemption must be uploaded for evaluation bythe buyer6 6  8  8 9 9 : : & 8 & 8   ; ;  8  8 : : ? ? % % /do you want to showdocuments uploaded by bidders to allbidders participated in bid?yes documents submitted as part of a clarification orrepresentation during the tender/bid process will also bedisplayed to other participated bidders after log in    & &   a a     b b / minimum number ofbids required to disable automatic bidextension1: 8: 8   b b, , e e     -- / / number of days for which bidwould be auto--extended3  b /bid number: gem/2026/b/7063637: /dated: 02-01-2026  & & / bid document1 / 12 6 ; 6 ; : : : : / /number of auto extension count1  n %n % :4 :4 : : /bid to ra enabledno  2 2 /type of bidtwo packet bid2 2 q q /primary product categoryentry and mid level desktop computer   r r   & t & t /time allowed for technicalclarifications during technical evaluation2 days u u a a v v u u 2 2 / % % ; 8 ; 8 9 9 /inspection required byempanelled inspection authority / agenciespre-registered with gemno r r v v /evaluation methodtotal value wise evaluation x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail a /requiredno   /epbg detail a /requiredno   : / bid splitting not applied.     / mii purchase preference   / mii purchase preferenceyes :  4  ; 2, : r l1+x%  ; / purchasepreference to mii sellers availabele upto pricewithin l1+x%20 :  ; 2   2 / maximum percentage of bidquantity for mii purchase preference502 / 12 %  - - : 2 2017 6 1/6 2 & % %    : 16.09.2020 - / allowparticipation only from class 1/class 2 localsuppliers as per the publicprocurementpreference to make-in-india order2017 date 16.09.2020as amended andapplicable time to timeyes, in compliance with the mii order : dpiit orderasamended and applicable time to time     /mse purchase preference   /mse purchase preferenceyes ` c %  ;2, : r l1+x%  ; /purchase preference to mse oems available uptoprice within l1+x%15 ` c  ; 2   2 / maximumpercentage of bid quantity for mse purchasepreference251. if the bidder is a micro or small enterprise as per latest orders issued by ministry of msme, the bidder shall berelaxed from the eligibility criteria of experience criteria as defined above subject to meeting of quality andtechnical specifications. the bidder seeking relaxation from experience criteria, shall upload the supportingdocuments to prove his eligibility for relaxation.2. if the bidder is a dpiit registered startup, the bidder shall be relaxed from the the eligibility criteria ofexperience criteria as defined above subject to their meeting of quality and technical specifications. the bidderseeking relaxation from experience criteria, shall upload the supporting documents to prove his eligibility forrelaxation. 3. 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. 4. 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 decide3 / 12 eligibility 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. entry and mid level desktop computer 30 pieces 4 4 1 2 & & % % % % d d ; ; % % 2 32 3 a a /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectively    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  a a r r /bid requirementallowed valuesprocessordescription of storesdesktop computer with table mount monitor systemwith compatible chipset as per processor make withminimum 6 usb portcomputer typemid levelprocessor numberamd ryzen 5 5600g, intel core i5 12400 or higheroperating systemfactory pre-loadedoperating system bydesktop oemwindow 11 professionalmemory ramram size memorycard/module in gbcapacity to be installed inthe system16, 32 or higherstoragetype of storage installedwith the systemnvme-ssd plus hdd@7200 rpmssd - storage capacity ingb512, 1024, 2048 or higherhdd - storage capacity ingb1000, 2000 or highermonitoravailibility of monitoryes as per is 13252 part 1screen size in cms53.1 - 58 20.91 - 22.83warrantyon site oem warranty inyear5 or higheradditional specification parameters - entry and mid level desktop computer 30 pieces 4 / 12 specification parameternamebid requirement allowed values1 chipset number 2 processornumber 3 storage 1 4storage2 5 monitor1 intel q670 or higher 2 -intel core i5 12500 or higher 3-minimum 256gb ssd or higher 4-minimum 1 tb sata hdd/ssd hard disk 5-led backlitmonitor 21.5 inches or higher* bidders offering must also comply with the additional specification parameters mentioned above.   //n : f n : f   /consignees/reporting officer and quantity4. .4. ./s.no.   //n : f n : f   /consigneereporting/officer /address /quantity: :  : : /deliverydays1aashish vashisht146001, punjab & sind bank, zonal office hoshiarpur, sco-23, schno.11, sant harchandsingh longowal nagar, chandigarh road, nearmini secretariat.hoshiarpur-1460013015multifunction machine mfm v2 10 pieces 4 4 1 2 & & % % % % d d ; ; % % 2 32 3 a a /minimum 50% and 20% localcontent required for qualifying as class 1 and class 2 local supplier respectivelybis requiredyes    t  t /technical specifications*   t / as per gem category speci cation  /speci cation t t /specificationname  a a r r /bid requirementallowed valuesgenericdescription of storesmultifunction machine printer with minimum 1 year onsite warranty, including cartridge and powercord/adapterprint technologylasertype of printingmonochrome black, colour or higherprintingprint paper sizea4 and legalminimum print speed perminute as per iso/iec 24734in a4 size-monochromeblack in ppm36 to 40, 41 to 45, 46 to 50, 51 to 55, 56 to 60, 61 to65, 66 to 70, 71 to 80, 81 to 90, 91 to 100, 101 to120, 121 to 140, 141 to 160, 161 to 180 or higherminimum print speed perminute as per iso/iec 24734in a4 size-colour in ppmnot applicable, 1 to 5, 6 to 10, 11 to 15, 16 to 20, 21to 25, 26 to 30, 31 to 35, 36 to 40, 41 to 45, 46 to 50, 51 to 55, 56 to 60, 61 to 65, 66 to 70, 71 to 80, 81 to90, 91 to 100, 101 to 120, 121 to 140, 141 to 160, 161 to 180 or higher5 / 12 minimum speed per minuteas per iso/iec 24734 in a3size-mono in ppmnot applicable or higherminimum speed per minuteas per iso/iec 24734 in a3size-color in ppmnot applicable or higherauto duplexingprinting/coping 2-sidedfeatureyes or higherpaper handlingoriginal document feedertype for scanning andcopyingsingle-pass document feeders spdf or highernumber of main paper tray1connectivityconnectivityusb port, ethernet port, wi-fi  /speci cation t t /specificationname  a a r r /bid requirementallowed valuesadditional specification parameters - multifunction machine mfm v2 10 pieces specification parameternamebid requirement allowed values1 ram size 2 cartridgetechnology 3 auto duplexprinting and scanning withfacsimile 4 on site warranty1 1 gb or more 2 composite cartridge 3 yes 4 3 years* bidders offering must also comply with the additional specification parameters mentioned above.   //n : f n : f   /consignees/reporting officer and quantity4. .4. ./s.no.   //n : f n : f   /consigneereporting/officer /address /quantity: :  : : /deliverydays1aashish vashisht146001, punjab & sind bank, zonal office hoshiarpur, sco-23, schno.11, sant harchandsingh longowal nagar, chandigarh road, nearmini secretariat.hoshiarpur-1460011015special terms and conditions-version:6 effective from 28-07-2025 for category entry and mid leveldesktop computer1. for buyers:6 / 12 the category has been created in accordance with the model technical specification issued by theministry of electronics and information technology meity vide letter no. w-43/4/2020-iphw dated 19thaugust 2024, and is based on the parameters defined therein. the specifications applicable to thiscategory are as per the meity model technical specification dated 19th august 2024. accordingly, buyersshall not specify or mandate any particular processor, processor brand, or manufacturer in the additionalterms and conditions atc. in this context, reference may also be made to clause 2e of the gemgeneral terms and conditions gtc, which inter alia states: the specifications shall identify the keyparameters defining the products with all necessary validations related to configuration, type of data, restrictions, range / allowed values, allowed units etc. sellers as well as buyers while offering / buying thegoods / services shall have to comply with the validation rules / restrictions provided for in the categoryspecification. buyers / sellers cannot add parameters and / or drop down values not provided for incategory specification. in view of the above, buyers are not permitted to amend or modify any technicalspecification through the additional terms and conditions, and must ensure full compliance with thepredefined category specifications1productverificationa unique device serial number shall be provided by the seller at the time of supply, which is mentioned on the product. the buyer/consignee shall be able to verify thecomplete product details, including configuration, through the oem website. thebuyer/consignee should be able to perform these verifications without needing tocreate an account on the oem website.2operatingsystem1. there is no requirement that the oem of the desktop system should be adevice partner 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 thecomputer oem website to verify the os by entering the pcs serial number andpart code number. for entities that are not device partners and source os fromdistributors networks, they may verify the serial number through the microsoftwebsite or by telephone, or both.8. in case the product offered is with a dos or linux operating system, suchverification of os shall not be applicable.9. buyer shall request for windows hardware compatibility certificate for windowoperating system to ensure the supplied hardware is compatible with windowsoperating system3requirementof oem logo buyers are advised to note that incorporating a condition stipulating an oem logo onthe motherboard is restrictive and may not be incorporated into the bids.4processorsintel and amd processors are added as per model technical specification of desktopcomputer issued by ministry of electronics and information technology meity-iphwdivision w-43/4/2020 dated 19 aug 20247 / 12 scope ofinstallationinstallation requirements shall be indicated in the bid by the buyer under theinstallation, commissioning and testing in bid ict clause. in case installation isspecified in the bid, it shall be the responsibility of the seller to ensure that allsystems are installed and satisfactory working is shown to the consignee orauthorized representative of the buyer. however, in case of direct and l1 purchase, installation of the computer system by the seller/oem is mandatory. installation doesnot include the supply of antivirus, ms office, etc., which are to be separatelyprocured by the buyer only.6buyer/consignee obligationsrelating toinstallationit is necessary that the buyer/consignee provide the seller or authorizedrepresentative access to locations, areas, or rooms for the installation of equipment.the seller or authorized representative will install systems and connect them toexisting power lines/networking at no additional charge. the buyer/consignee will beresponsible for electrical wiring, networking, or any other work connected to theinstallation area. the seller shall be only responsible for ensuring the setup of thedesktop systems, configuring, etc., as well as loading software etc. to be provided bythe buyer/consignee. any other site preparation required before installation andconnection of the desktop shall be the responsibility of the buyer/consignee. thebuyer/consignee, if required, will provide space at the installation site for the safestorage of tools, test equipment, and other materials used for installation at nocharge. in case there is a requirement of obtaining an entry pass for allowingrepresentatives to the premises, the same shall be arranged by the consignee.similarly, if there is a requirement of a gate pass for bringing items required forinstallation, the same is to be arranged by the consignee. in scenarios where multiplelocation installations are required, the buyer must indicate complete installationaddresses in the bid document. in the case of other modes of purchase, as soon asthe order is placed, complete details regarding installation may be informed to theseller. this ensures smooth coordination and delivery of products to the respectivelocations.7warrantythe buyer may ensure that as soon as supplies are received, a request for a warrantycertificate is made, along with logging into the oem website/call centre to verify thecertificate.8om related tomii, localcontent andmeity adviceon modeltechnicalspecifications buyers are requested to refer to various oms pertaining to dpiit and meity, as issuedfrom time to time, while making procurement and follow relevant provisions asapplicable.9check pointsduringacceptance ofsupplies before generating the consignee receipt and acceptance certificate crac, theconsignee may inspect the system condition and verify that it complies with theagreed specifications and configurations. in the case of a large number of units to beprocured, then the buyer may opt for bidding and accordingly stipulate conditionsregarding installation, inspection by consignees/inspection agency. consignees whoreceive the supplies should be vigilant and should complete checking to ensure thatthere is no scope for the supply of refurbished products. at the time of receivingsupplies, the consignee may adhere to the following to ensure that any discrepanciesin supplies can be flagged, taken into account, and reflected while generating thecrac: i. packing should be checked properlyii. a warranty certificate from the oem should be insisted upon and checked.iii. instruction manuals and the os installed should be checked.iv. the machine serial number should also be checked through settings and canbe verified from the oem website. the above points are for guidance, and thebuyer/consignee may take steps considered suitable by them for checking atthe consignee end before acceptance of systems.v. an escalation matrix for customer grievance redressal shall be insisted uponby the buyer from the seller at the time of delivery.8 / 12 hdd/ssdstorageretentionbuyer may add their requirement of retention of securely store all hard disk driveshdds or solid-state drives ssds used in the desktop computer under atc clause.11higherconfigurationthe buyer may permit products delivered with advanced usb standards. for example, a usb type-a 3.2 gen 2 port may be acceptable in place of usb type a port version3 point 2 gen 1 for seller:1oem websitelink/part nofor productverification the oem shall share the oem website link with the buyer at the time of delivery. theoffered model details/configuration should be available on their website. a uniquedevice serial number shall also be provided at the time of supply, which is alsomentioned on the product. the buyer/consignee shall be able to verify the completeproduct details, including configuration, through the shared oem website link.2changing oraltering theconfigurationthe seller must refrain from changing or altering the configuration of the factorypre-loaded machine. the machine should be delivered to the consignee in itsoriginal, factory-approved configuration.3warrantythe seller shall furnish a valid warranty certificate/tag from the oem to thepurchaser, guaranteeing the products coverage under the specified warrantyterms. the warranty certificate should be verifiable through the oemwebsite/customer care centre.4compliance ofextendedproducer sresponsibilitywith effect from 1.4.23, 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 catalogparameter. oems shall ensure compliance with all responsibilities as per eprregistration applicable from time to time.5mandatory /statutoryrequirementsas applicableoems shall have to ensure compliance with the mandatory/statutory requirementsas per the government of india notifications issued from time to time for hardwareand software components, as applicable.6operatingsystem1. it shall be the responsibility of oems to ensure that supplies are made withgenuine operating systems.2. seller shall ensure to have windows hardware compatibility certificate forwindow operating systems7scope ofinstallation it shall be the responsibility of the seller to ensure that all systems are installed, andsatisfactory working is shown to the consignee or authorized representative of thebuyer. however, in the case of direct and l1 purchase, installation of computersystem by the seller/oem is mandatory.8categoryspecification1. the seller may list products with advanced usb standards. for example, ausb type-a 3.2 gen 2 port may be acceptable in place of usb type a portversion 3 point 2 gen 12. the supply of the monitor shall be in accordance with the parameteravailability of monitor. the details mentioned under description of storeregarding the monitor are applicable only if the monitor is being supplied.special terms and conditions-version:4 effective from 31-01-2025 for category multifunctionmachine mfm v21. for buyers9 / 12 productverificationthe 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.4 4 9 9         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 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. genericexperience criteria: the bidder or its oem themselves or through resellers should have regularly, 10 / 12 manufactured and supplied same or
  • View Tender
  • Document
  • Bid Support
3 Steel And Iron Product
image image
Central Government/Public Sector
TRN :36256023 |  27 Jan, 2026
Tender Value : 0
 Visakhapatnam - Andhra Pradesh
Tender for gem bids for astronomical timer for street light control timer controlsas per is 9000 q3 . . % % 4 4   /mse relaxation for years ofexperience and turnoverno& % & % . . % % 4 4   /startup relaxation for years ofexperience and turnoverno 5  5 & & /document requiredfrom sellercertificate requested in atc, oem authorizationcertificate, additional doc 1 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 / minimum number ofbids required to disable automatic bidextension5; 9; 9   c c, , f f     -- / / number of days for which bidwould be auto--extended7  c /bid number: gem/2026/b/7063786; /dated: 02-01-2026  & & / bid document1 / 17 7 < 7 < ; ; ; ; / /number of auto extension count1  o %o % ;5 ;5 ; ; /bid to ra enabledno  4 4 /type of bidsingle packet bid   p p   & r & r /time allowed for technicalclarifications during technical evaluation2 days s s b b t t s s 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemno p p t t /evaluation methodtotal value wise evaluation w & w & /arbitration clauseno /mediation clauseno    //bid details     /emd detail b /requiredno   /epbg detail b /requiredno   ; / bid splitting not applied.     / mii purchase preference   / mii purchase preferenceyes ;  5  < 4, ; p l1+x%  < / purchasepreference to mii sellers availabele upto pricewithin l1+x%20 ;  < 4   4 / maximum percentage of bidquantity for mii purchase preference50     /mse purchase preference   /mse purchase preferenceyes2 / 17 \ ^ %  <4, ; p l1+x%  < /purchase preference to mse oems available uptoprice within l1+x%15 \ ^  < 4   4 / maximumpercentage of bid quantity for mse purchasepreference701. 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.the buyersare 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 forcompliance of concurrent application of public procurement policy for micro and small enterprises order, 2012and 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 70% 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. astronomical timer for street light control timer controls as per is 9000 30pieces 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    r  r /technical specifications*   r / as per gem category speci cation3 / 17   /speci cation r r /specificationname  b b p p /bid requirementallowed valuesconstructionalno. of phasesinglepower rating/indicativecurrent rating for relay on230 v basis and 0.6 pf1 phase, 16 amperesystem rated voltage +/-10%230 volt, 50 hzgenericnetwork/communicationsupport through gprs andwith gpsnodisplay of energy in kwh andmeasurement of energy inkwh non utility withresolution 1%yes, nowarrantywarranty in years1   //o ; b o ; b   /consignees/reporting officer and quantity5. .5. ./s.no.   //o ; b o ; b   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1adisekhar munga530031, central storesbuilding visakhapatnamsteel plant301505 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. scope of supplyscope of supply bid price to include all cost components : only supply of goods3. buyer added bid specific atc4 / 17 buyer added text based atc clauses atc additional terms & conditionscontact details: please use email id: ashak@vizagsteel.com for any communication regarding this bid. offers from bidders who are under hold in material sub grp 26023 or centrally blocked with vsp will be rejected.bidders are requested to read the bid document carefully before submission of the bid.note:a. bidder to specify make/model and upload technical catalogue/brochures etc wherever applicable in the offer. supply of other than offered make/model will be summarily rejected.b. rinl will not take into cognizance any contradiction w.r.t the offer given by bidder or agreed to duringtechnical evaluation, vis- -vis contents of catalogue/ documents made available by the bidder elsewherein the gem portal outside the bid/tender under consideration. bidder will be required to abide by their offer/ terms agreed to during the technical evaluation. c. inspection & acceptance of goods shall be as per the offer and agreed parameters during technical clarifications/evaluation.d. signed copies of format for undertaking at annexure-1, format non-collusive tendering certificate at annexure-2 and bid security declaration with supporting document as per format mentioned at annexure-4 are mandatory to submit with the tender 1. general :1.1 the tender shall be governed by the general conditions of contract for supply gcc and detailed terms and conditions of invitation to supply tender, which is available on vsp`s website, which can be freely accessed and downloaded.1.2 tenders shall be treated as if the gcc, detailed terms and conditions of invitation to supply tender and bid atc has been accepted in toto by the tenderer unless deviations, if any, are specified in the offer. 1.3 exception and deviation: no request for change in scope of work will be considered.1.4 tenderers/bidders shall be required to submit an undertaking regarding authenticity of documents submitted in the format attached at annexure-1. the bidder/ tenderer shall sign all the pages of his/her submission w.r.t to subject tender.1.5 bidder shall submit a declaration / non-collusive tendering certificate as per the format at annexure-2 whether : a. the proprietor/ partner/ director of the firm/ company has any relationship within the meaning of section 6 of the companies act 2013 with any of the employee working in the plants / units concerned or director of rinl including its subsidiaries and if so, give the details. b. the person or team representing the firm is also representing any other firm participating against the tender and if so, give the details thereon. non-disclosure/ incorrect disclosure of the above details factuallyby a firm either on its own while submitting its offer or upon enquiry at the option of rinl during the scrutiny of its offer may invite penal action against the firm, which may include rejection of the offer, suspensionof business dealings or both.1.6 the oms / orders issued by government of india and any subsequent modifications / amendments thereto, relating to: a public procurement preference to make in india order 2017 b restrictions imposed on issuance of gtes and c requirement of registration of bidders with competent authority, such as in case of bidders from countries sharing land border with india etc., shall be adhered to by the tenderers.documents required:a. submit duly signed and stamped technical specification document confirming acceptance failing which your offer will be rejected.b. submit duly signed and stamped bid document on all pages, confirming acceptance.c. if a dealer/distributor/channel partner etc. is quoting on behalf of a manufacturer, authorization certificate from the principal firm has to be submitted along with the offer. d. documents for claiming mse benefits, in case of mses, as per terms and conditions of this bid.e. documents for claiming mii benefits.f. signed copies of format for undertaking at annexure-1, format non-collusive tendering certificate atannexure-2 and bid security declaration as per format mentioned at annexure-4 2. test certificate tc applicable:tc from govt/govt approved lab or nabl accredited lab or manufacturers own lab incase of iso certified company3. inspection: inspection: by receipt inspection cell ric at vsp stores.5 / 17 .1 rinl reserves its right to inspect the stores and alter the place of inspection at its sole discretion. 1.2 generally, inspection shall be carried out at rinl / vsp stores for all items such as operational consumables etc.1.3 the supplier shall furnish the inspection call along with all the internal test reports as well as other test certificates specified in the schedule of material cum specifications at least 15 fifteen days in advanceof the scheduled delivery date, to enable vsp to examine the same and issue dispatch clearance/carry out inspection at the suppliers premises. the dispatch of stores by the suppliers shall be only after receipt of dispatch clearance or accepted inspection note/ certificate.2. packing: the contractor shall be responsible for the stores being properly packed for transport by road so as to ensure their being free from loss or damage on arrival at their destination. the contractor should comply with the standard packing conditions prescribed by the railway/transport companies/steamer/air carries.. po no, po date, supplier s name, mat. no., mat. description / item nomenclature and quantityshould be clearly mentioned on each packet. items having different mat. no. should be packed separately.there should not be mix up of different items in any packet.3. drawing approval applicable: nodrawing submission and approval : where drawings are required to be furnished for approval upon placement of po before manufacturing of item, the schedule for submission of drawings and for supply after approval are to be clearly indicated in the offer failing which a maximum of 3 three weeks from the date of po shall be considered to be the period for submission of drawings. the drawings submitted shall be approved within 15 days of receipt.4. delivery schedule: as per bid document. however, rinl-vsp reserves the right to revise the delivery schedules, depending on vsp s production requirements and storage capacity, without any change in price, terms and conditions of po. part supplies allowed.5. rinl reserves the right to negotiate with the tenderers without prejudice to their quoted price. 6. number of sources : 01 one the intended number of source is one . however, the bid quantity may be split in two sources as per mse and make in india purchase preference policy of buyer subject to l1 price matching. 7. price firmness: price shall be quoted in rs. per unit for supply on for vsp stores basis inclusive of material price, freight, transit insurance, taxes / gst, etc. and the price finalized shall remain firm till completion of supplies.8. consignee : managerstores, central stores, visakhapatnam steel plant, visakhapatnam, andhrapradesh, india 530031.9. please mention applicable gst in your offer. gst shall be applicable on all penalties like liquidated damages, penalties for variation in material specification, risk purchase recovery, shortages, penalty for late lifting/ delivery, forfeiture of emd / pg bond/ security deposit etc if levied by the purchaser on the seller/supplier and shall be recovered along with gst applicable thereon. the purchaser shall issue tax invoice in favour of the seller/supplier for such recoveries. 10. not-withstanding anything specified in this tender document, rinl at its sole discretion, unconditionally and without having to assign any reason, reserves to itself the right: a to accept or reject the lowest priced tender or any other tender or all the tenders;b to accept any tender in full or in part quantity;c to reject the offers not conforming to the tender terms andd to accord purchase preference to public sector undertakings wherever applicable as per government policy/ guidelines.e to extend purchase preference to local & non-local ssis / mses micro and small enterprises, subject to submission of documents as stipulated.11. terms of payment: 11.1 100% payment of the value of each consignment shall be made against submission of bills along with vsp s acceptance garn goods acceptance / rejection note. payment shall be released on 60th day21st day for local micro and small enterprises and 45th day for non-local mses, subject to submission of documents as stipulated for availing mse benefits from the date of acceptance of material at vsp i.e. garn date.6 / 17 a. 100% payment against commercial invoice, to be submitted to finance purchase bills section, vsp.b. copy of invoice, lr, packing list/challan, inspection certificate, test certificate to be submitted to central stores, vsp.11.2 payment shall be made by neft/rtgs mode or such other mode of electronic fund transferoffered by banks. tenderers must furnish the required bank account details to vsp in prescribed proforma so that the same can be updated in vsp s database.12. right to accept/reject offers:rinl/vsp does not pledge itself to accept the lowest priced offer or any other offer and reserves to itself the right of accepting the whole or any part of the tender/offer or portion of the quantity tendered and the tenderers bidders shall supply the same at the rate quoted.13. liquidated damages: shall be as per gem gtc clause no. 15. iii with following addition/modification: subject to a maximum of 10% of value of such consignments, excluding taxes. for levy of ld in case of late delivery, date of receipt of material by rinl-vsp stores along with necessary documents shall be considered as date of delivery, subject to acceptance of material by rinl-vsp after inspection. 14. punitive actions:14.1 if it comes to the notice of rinl at any stage from request for enlistment/ tender document that any of the certificates / documents submitted by applicants for enlistment or by bidders are found to be false/ fake/ doctored, the party will be debarred from participation in all rinl tenders for a period of 5 five years including termination of contract, if awarded. emd/ security deposit etc. if any, will be forfeited. the contracting agency in such cases shall make good to rinl any loss or damage resulting from such termination. contracts in operation anywhere in rinl will also be terminated with attendant fall outs like forfeiture ofemd/ security deposit, if any, and recovery of risk and cost charges etc. decision of rinl management willbe final and binding. 14.2 in case the commercially and technically acceptable lowest price offered tenderer backs out after tender is opened in single bid tender and in two bid tender after commercial bid / price bid is opened ; or after finalization of contract punitive actions shall be as per prevailing guidelines which include: a if any tenderer backs out after opening of the techno-commercial bids but, prior to reverse e-auction and opening of the sealed price bids, they shall be kept under hold without issue of tender enquiries for the next 1 tender or 3 months whichever is later. b if the l1 tenderer backs out after opening of the tenders in case of single bid cases or after the reverse e-auction / opening of the sealed price bids in case of 2-bid cases and within the validity period, they shall be kept under hold without issue of tender enquiries up to next one year including barring participation in open tenders. c if the tenderer backs out after award of the contract, they shall be kept under hold without issue of tender enquiries up to next one year including barring participation in open tenders, apart from proceeding with alternative procurement action re-tendering at the risk & cost of the defaulting supplier15. purchase preference to mses and make in india mii vendors and other benefits:15.1 purchase preference is accorded to public sector undertakings wherever applicable as per government policy/guidelines.15.2 purchase preference is accorded to local micro & small entrepreneurs local ssis and non-local mses as at 18.3 below, subject to submission of documents as stipulated vide clause 19.1 below. further, the tender sets shall be provided free of cost and exemption shall be given from submission of earnest money deposit emd for such mses.15.3 local and non-local micro and small enterprises mse those are technically and commercially acceptable shall be considered for extension of purchase preference, where their offer is within 15% of l-1offer and they match the l-1 offer. the quantity distribution shall be done among the l-1 tenderer and other eligible tenderers who are in the range of purchase preference and match the l-1 price, as per clause no. 20.3 herein below. mse purchase preference to eligible tenderers in the order of preference given below in the order of ranking within each preference category: a. local mses - till the total quantity on local mses equals or exceeds 50 % b. mses - till the total quantity on mses including local mses equals or exceeds 25 % c. others illustrative example for quantity distribution in case of divisible items, and where no.of sources as per nit is two is given at annexure-3 of detailed terms & conditions of invitation to supplytender under tenders > mm in rinl-vsp s website www.vizagsteel.com 15.4 where there is/are eligible local mse/s and it is not possible to split the order, 100% of the order quantity shall be placed on the lowest eligible local ssi. 15.5 quantity reserved for sc/st / women owned mses: within the 25% of the tendered quantity reserv7 / 17 ed for mses, 4% shall be reserved for mses owned by sc/sts and 3% shall be reserved for mses owned bywomen, who are eligible by being technically and commercially acceptable, quoting price in the range of purchase preference and matching the l1 price. in the absence of such agencies, the reserved quantity shall be met from other mses. 15.6 msmes vendors/bidders who are willing to utilize the treds platform for payment purpose are invited on treds portal.15.7 the above purchase preference clauses are to be read with om no.f.1/4/2021-ppd dated 18.05.2023 and subsequent amendments if any for compliance of concurrent application of public procurement policy for micro and small enterprises order, 2012 and public procurement preference to make in india order, 2017. benefits of mse will be allowed only if seller is validated as mse by buyer after evaluation of documents submitted.16. condition for availing benefit under clause 14.1 and 18.0 by mses 16.1 the mse unit shall get themselves registered with msme data bank, being operated by nsic, undersme division, m/o msme and submit the following documents for the items/item category for which they are registered for availing the relevant benefits as stipulated hereinabove.i self-certified copy of udyam registration certificate;ii the concerned mse is registered in the msme databank andiii mse is registered for the given scope of job/ procurement mses participating in the tender must submit valid certificate of registration with any one of the below agencies indicating the details of the particular tendered item/item category along with their bid. the micro and small enterprise/s not registered for the particular item/ item category for which the tender is relevant, will not be eligible for any exemption/preference. the registration certificate issued from any one of the below agencies must be valid as on tender opening date tod. the successful bidder should ensure that the same is valid till the end of the
  • View Tender
  • Document
  • Bid Support
4 Business Consultancy
image image
State Government
TRN :36252005 |  14 Jan, 2026
Tender Value : 4.91 Lacs
 Dehradune - Uttaranchal
Tender for gem bids for medicine, common cold tab ibuprofen 200 mg tab ibuprofen syrup diclofenac diethylamine morphine 15 mg 1 ml inj adrenaline tartrate 1 ml inj monteleukast 10mglevocetrizine 5mg tab pheniramine maleate 25mg tab promethazine hcl 25 25 mgml2 ml inj baclofen 10 mg tab chlorzoxazone 500 mg albendazole 400 mg tab tabapixaban 25 mg labetalol hcl 100mg tab propranolol tr40mg tab dobutamine hcl 250 mg 5 ml inj telmisartan40 mg tab betamethasone dipropionate usp clindamycinphosphate 1 per topical gel tube of 10 gm mupirocin 2peroint tube of 5 gm chloroxylenol solution potassiumhydroxide 1 cap probiotic multibacillaryor moreorganisimis domperidone 10 mg tab metoclopramide hcl5mgml2ml inj drotaverine hcl 20mgml inj hyoscinebromide inj 20mgm 1 ml inj isapgolispaghula husk 35 gm tab thyroxine 50 mcg thyroxine sodium 0025 mg tab thyroxine sodium 01mg tab rocuronium 50 mg5ml5 mlvial calcium phosphate 050 gm cholecalciferol 400 iu per10 mlbottle of 200 ml moxifloxacin 05 percentpreservative free eye drops fluticasone propionate 50mcgbp nasal spray azelastine hcl 140 mcg fluticasonepropionate 50 mcg bp nasal spray xylometazoline hcl005 per wv nasal solution for paed use bott of 10ml fluoxetine hcl 20 mg cap promethazine hcl 25 mg tab cough sedative syp each 5 ml containing chlorpheniramine meropenem 1 gm inj vitamin b complex with a minimumconcentration of vit calcium carbonate 500mg tabelemental and vitd3200 iu to 250 iu tab multivitamindrop with constituents having vit a vitb1 vitamin e 200mg cap meropenem 500 mg inj inj nitroglycerineglyceryltrinitrate 5 mg rivaroxaban 15 mg tab bupivacaine hcl 5 mgml20 ml inj midazolam 5 mg 1 ml inj paracetamol syp 125 mg5 ml bottle of 60 ml fentanyl bid number gem2025b7038153 dated 23-12-2025 bid document1 103 1 1 citrate 50mcgml 2 ml inj, fentanyl 50mcgml 10 ml inj, tramadol hcl 50mgml inj 1ml amp, febuxostat 40mg tab, suspension syp fexofenadine 30mg5ml 60ml bott, dexamethasone sodium phosphate 4.4 mg, pheniraminemaleate inj 22.75 mgml amp of 2 ml, nor adrenalinebitartrate 2mgml 2ml inj, lorazepam 2 mgml 2 ml inj, sodium valproate oral solution 200mg 5ml bott of 100 ml, sodium valproate 200mg tab, budesunide 1 mg respules, ivermectin tab 6mg, fluconazole 150 mg captab, itraconazole 100 mg cap, metronidazole 400 mgtab, ondansetron 2mgml 4ml inj, ondansetron 8mg tab, glyceryl trinitrate cr 2.6mg, adenosine 3mg ml 2ml inj, amiodarone hcl 150 mg 3 ml inj, atorvastatin 10 mg tab, metoprolol 1 mgml 5 ml inj, digoxin 0.5 mg 2 ml inj, vasopressin 20 units ml inj 1ml ampoule, dopamine hcl40mg ml 5 ml inj, clopidogrel 75mg tab, enoxaparin 20 mg0.2 ml inj, enoxaparin 40mg 0.4 ml inj, enoxaparin 60mg0.6ml inj, labetalol hcl 5mgml 4ml inj, adapalene0.1per tube of 15gm, benzoyl peroxide 2.5 tube of 20 gm, clotrimazole pulv 1 per bott of 75gm, 2propanol 45 gm1propanol 30 gm ethyl hexadecyl dimethyl ammonium ethyl, 10 povidone iodine solution u.s.p equivalent to 1 availableiodine 500 ml bott, sacubitril 49mg valsartan 51mg tab, frusemide 20 mg, 2 ml inj, terlipressin 1 mg 10 ml diluentor 10mgml 10 ml vial amp, antispasmodic tab containingmefanamic acid 250mg dicyclomine hcl 10mg, tabtenofovir 300mg, tab entacavir 0.5mg, omeprazole 20mg cap, metoclopramide syrup 5mg 5ml bott of 30ml, dicyclomine hcl 20 mg inj, enema sodium phosphate 6sodium acid phosphate 16, pack of 100 ml, magnesiumsulphate 50 w v inj, atracurium 10 mg ml, 2.5 ml inj, glycopyrrolate 0.2 mg ml, 1 ml inj, neostigmine 0.5 mg, 1ml inj, midazolam nasal spray 0.5 mg spray 5 ml bottle, domperidone syp 1 mg ml bott of 30 ml, norflox syp100mg 5ml bott of 30 ml, ondansetron syp 2mg 5ml in bottof 30 ml, iron drops paediatric each ml contains ferrousfumarate, lorazepam 1 mg tab, clonazepam 0.25 mg tab, risperidone 2mg tab, acamprosate 333 mg tab, zolpidem 10 mg tab, ipratropium bromide respirator soln500 mcg 2 ml respule, levo salbutamol aerosol pack of200 md each metered dose supplies 50mcg of levolabutamol, levo salbutamol sulphate 2.5ml containing1.25mg respule, bromhexine syp 5 ml containing 4 mg ofbromhexine hcl, bottle of 100 ml, cough expectorant syp, 5 ml, containing diphenhydramine, cough sedative syp, each 5 ml containing chlorpheniramine 100 ml, syrupcodeine phosphate 10mg chlorphenaramine maleate 4mgper 5ml bott of 100ml, syrup terbutaline sulphate 1 point25mg 5ml bottle of 100ml, dextrose 50, 25 ml inj, povidone iodine 10 solution, bott of 100 ml, sildenafilcitrate 50mg tab, aceclofenac 100 mg, paracetamol 500mg tab, mefenemic acid 500 mg tab, flunarizine 10 mgtab, inj amikacin ip 100 mg2 ml vial, ceftriaxone 1000 mgsulbactum 500 mg inj vial, povidine iodine 2 gargles, 100ml bott, povidone iodine solution 5 bottle of 100 ml, omeprazole 20 mg, domperidone 10 mg cap, pantaprazole40 mg domperidone 10 mg sustained release tab, flurbiprofen sodium ophthalmic soln 0.03 percent vial of 5ml, syp diphenhydramine 10 15 mg per 5 ml bottle of 100ml, clotrimazole 1 per wv ip lignocaine 2 per ip ear dropbott of 10 ml, syp dicyclomine drops of 15 ml, clonazepam0.5 mg tab, duloxetine 20 mg tab, cough syrup each 5 mlcontains chlorpheniramine maleate ip 3 mg, bott of 110 ml, cough lozenges, inj azithromycin 500 mg, inj doxycycline    //bid details2 / 103 mg, dolutegravir 50 mg tab, oseltamivir 75 mg cap, inj thiamine 100 mg ml, 2 ml amp
  • View Tender
  • Document
  • Bid Support
5 Education And Research Institutes
image image
State Government
TRN :36181434 |  08 Jan, 2026
Tender Value : 0
 Chandigarh Ut - Chandigarh
Tender for gem bids for heparin injection q2   %  % % % 3 3 0 0 /minimum averageannual turnover of the bidder for 3 years3 lakh s % % % % 3 3 0 0 /oem averageturnover last 3 years15 lakh s % % 6 76 7 / mse relaxation for turnoveryes | complete % % & % & % 6 76 7 / startup relaxation for turnoveryes | complete 9  9 & & /document required from sellerbidder turnover, certificate requested in atc, oem authorization certificate, oem annualturnover*in case any bidder is seeking exemption from experience / turnover criteria, thesupporting documents to prove his eligibility for exemption must be uploaded forevaluation by the buyer; ;   > > ? ? & &   @ @   ? ? b b? ? % % /do you want to showdocuments uploaded by bidders to all bidders participated in bid?yes documents submitted as part of a clarification or representation during thetender/bid process will also be displayed to other participated bidders after log in    & &   f f     g g /minimum number of bids required to disable automatic bidextension1? ?   g g, , j j     -- / / number ofdays for which bid would be auto--extended7 ; @ ; @ ? ? ? ? / / number of autoextension count1  n %n % ?9 ?9 ? ? /bid to ra enabledyes   & & / bid document1 / 11 n %n % o o /ra quali cation ruleh1-highest priced bid elimination  6 6 /type of bidtwo packet bid   p p   & r & r /time allowedfor technical clarifications during technical evaluation2 days s s f f t t s s 6 6 / % % @ @ > > /inspection required by empanelled inspection authority /agencies pre-registered with gemno p p t t /evaluation methodtotal value wise evaluation w & w & /arbitration clauseyes arbitration clause document as per doe om no.f.1/2/2024-ppd dated 03.06.2024arbitration should not be routinely included in contracts /mediation clauseno    //bid details     /emd detail  b /advisory bankstate bank of india  /emd amount11838   /epbg detail  b /advisory bankstate bank of india 6 %/epbg percentage%5.00  f /duration of epbg required months.7a.  0  z    % & 6&  % &  % 6  b n /emd exemption: the bidder seeking emd exemption, must submit the valid supportingdocument for the relevant category as per gem gtc with the bid. under mse category, only manufacturers for goods and service providers for services are eligible forexemption from emd. traders are excluded from the purview of this policy.b.  , , \ s @ ? / emd & performance securityshould be in favour of bene ciary, wherever it is applicable. \ \ /beneficiary : director principal gmch 32 chandigarhgovernment medical college and hospital, sector 32, chandigarhprof gp thami   ? / bid splitting not applied.     / mii purchase preference   / mii purchase preferenceyes2 / 11 ?  9  @ 6, ? p l1+x%  @ / purchase preference to mii sellers availabele upto price withinl1+x%20 ?  @ 6   6 /maximum percentage of bid quantity for mii purchase preference50 %  - - ? 6 2017 ; 1/; 2 & % %    ? 16.09.2020 - / allow participation only fromclass 1/class 2 local suppliers as per the public procurementpreferenceto make-in-india order 2017 date 16.09.2020as amended and applicabletime to timeyes, in compliance with the mii order : dpiit orderas amended and applicable time totime     /mse purchase preference   /mse purchase preferenceyes e g %  @ 6, ? p l1+x%  @ / purchase preference to mse oems availableupto price within l1+x%15 e g  @ 6   6 / maximum percentage of bid quantity for mse purchasepreference251. if the bidder is a micro or small enterprise mse as per latest orders issued by ministry of msme, the bidder shall be relaxed from the eligibility criteria of bidderturnover as defined above subject to meeting of quality and technical specifications. if the bidder itself is mse oem of the offered products, it would be relaxed fromthe oem average turnover criteria also subject to meeting of quality and technical specifications. the bidder seeking relaxation from turnover, shall upload thesupporting documents to prove his eligibility for relaxation.2. if the bidder is a dpiit registered startup, the bidder shall be relaxed from the the eligibility criteria of bidder turnover as defined above subject to their meeting ofquality and technical specifications. if the bidder is dpiit registered oem of the offered products, it would be relaxed from the oem average turnover criteria alsosubject to meeting of quality and technical specifications. the bidder seeking relaxation from turnover shall upload the supporting documents to prove his eligibility forrelaxation. 3. the minimum average annual financial turnover of the bidder during the last three years, ending on 31st march of the previous financial year, should be as indicatedabove in the bid document. documentary evidence in the form of certified audited balance sheets of relevant periods or a certificate from the chartered accountant /cost accountant indicating the turnover details for the relevant period shall be uploaded with the bid. in case the date of constitution / incorporation of the bidder is lessthan 3-year-old, the average turnover in respect of the completed financial years after the date of constitution shall be taken into account for this criteria. 4. oem turn over criteria: the minimum average annual financial turnover of the oem of the offered product during the last three years, ending on 31st march of theprevious financial year, should be as indicated in the bid document. documentary evidence in the form of certified audited balance sheets of relevant periods or acertificate from the chartered accountant / cost accountant indicating the turnover details for the relevant period shall be uploaded with the bid. in case the date ofconstitution / incorporation of the oem is less than 3 year old, the average turnover in respect of the completed financial years after the date of constitution shall betaken into account for this criteria. 5. preference to make in india products for bids < 200 crore:preference shall be given to class 1 local supplier as defined in public procurement preference to makein india, order 2017 as amended from time to time and its subsequent orders/notifications issued by concerned nodal ministry for specific goods/products. theminimum local content to qualify as a class 1 local supplier is denoted in the bid document. if the bidder wants to avail the purchase preference, the bidder mustupload a certificate from the oem regarding the percentage of the local content and the details of locations at which the local value addition is made along with theirbid, failing which no purchase preference shall be granted. in case the bid value is more than rs 10 crore, the declaration relating to percentage of local content shallbe certified by the statutory auditor or cost auditor, if the oem is a company and by a practicing cost accountant or a chartered accountant for oems other thancompanies as per the public procurement preference to make-in -india order 2017 dated 04.06.2020. only class-i and class-ii local suppliers 4.6.2020 will be eligible to bid. non - local suppliers as per mii order dated 04.06.2020 are not eligible to participate. however, eligible micro and small enterprises willbe allowed to participate .the buyers are advised to refer the om no.f.1/4/2021-ppd dated 18.05.2023. om no.1 4 2021 ppd dated 18.05.2023concurrent application of public procurement policy for micro and small enterprises order, 2012 and public procurement preference to make in india order, 2017. 6. purchase preference to micro and small enterprises mses: purchase preference will be given to mses 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 and its subsequent orders/notifications issued byconcerned 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.3 / 11 traders are excluded from the purview of public procurement policy for micro and small enterprises. in respect of bid for services, the bidder must be the serviceprovider of the offered service. relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the offered product or service. if l-1 isnot an mse and mse seller s has/have quoted price within l-1+ 15% of margin of purchase preference /price band defined in relevant policy, such seller shall begiven opportunity to match l-1 price and contract will be awarded for 25 % percentage of total quantity.the buyers are advised to refer the dated 18.05.2023. om no.1 4 2021 ppd dated 18.05.2023 for compliance of concurrent application of public procurement policy for micro and small enterprisesorder, 2012 and public procurement preference to make in india order, 2017. 7. estimated bid value indicated above is being declared solely for the purpose of guidance on emd amount and for determining the eligibility criteria related to turnover, 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 of quoted prices which would be determined by the buyerbased on its own assessment of reasonableness and based on competitive prices received in bid / ra process. 8. reverse auction would be conducted amongst all the technically qualified bidders except the highest quoting bidder. the technically qualified highest quotingbidder will not be allowed to participate in ra. however, h-1 will 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-1heparin injection 7200 pieces 9 9 1 2 & & % % % % h h @ @ % % 6 76 7 f f /minimum 50% and 20% local content required for qualifying as class 1 and class2 local supplier respectively    r  r /technical specifications*   r / as per gem category speci cation  /speci cation r r /specification name  f f p p product informationmedicine nameheparindosage forminjectionstrength5000 iu/mlcompliance to uploaded special terms andconditionsyespackagingtype of primary packingvialprimary pack size5 mlcertifications & reportsavailability of valid drug manufacturing licenseissued from the competent authority definedunder drugs and cosmetic act and rules thereunder as amended till dateyessubmission of all necessary certifications, licenses and test reports to the buyer as perbuyer requirement at the time of bid submissionand along with suppliesyesshelf lifeshelf life in months from the date ofmanufacture24, 36 or higher month   //n ? j n ? j   /consignees/reporting officer and quantity4 / 11 . .9. ./s.no.   //n ? j n ? j  /consigneereporting/officer /address? ?    ? ?   g g @ @ 1kuldeep kaur160031, government medical college & hospitalsector 32, chandigarh, 160031 /quantity36003600special terms and conditions-version:1 effective from 14-11-2025 for category heparin injection1. 1. the sellers are registered on gem and exempted from the vendor assessment process based on the undertaking & submitted copy of a validmanufacturing drug license certified by the issuing authority. buyers must mandatorily ask for submitting the relevant valid drug license and otherregulatory documents applicable with the bid. buyers must also check and validate the details e.g., validity, authenticity/genuineness, name of thedrug/medicine under procurement, the license issuing authority etc. at their end.2. the buyer shall ask the seller to submit the notarized undertaking in the mentioned below format scanned copy and hard copy. details of the samemay be verified by the buyer at their end.undertakingto be on non-judicial stamp paper of rs 10 and notarized i, , s/o / d/o / w/o , aged about resident of , do hereby declare andundertake that;1. i am the partner / proprietor / director of name of entity and duly authorized to sign this undertaking on behalf of . name of entity2. we are the manufacturers of the drug/medicine product and intend to offer the same for sale through the gem portal.3. we state that the license for the product has been granted/obtained by us as per the provisions of the drug & cosmetics act, 1940 and rules framedthere under as amended till date.4. we further state that the details regarding the product/licenses have been uploaded by us on the online sugam portal of cdsco as per rule 84abof the drugs and cosmetics rules, 1945 as amended till date. reference no. for sugam portal is .5. we undertake that all the information provided above is true and complete in all respect. we understand that in the event any falseinformation/declaration is provided by us, suitable legal action/action as per drugs and cosmetics act, 1940 as amended till date and rules madethere under will be initiated. place: date: .. signature, name, designation & seal on behalf of the manufacturer3. all provisions of drugs and cosmetics act, 1940 and rules made there under as amended till date will always be applicable. this will include allnotifications issued by central drugs standard control organization cdsco, ministry of health & family welfare mohfw and department ofpharmaceuticals dop, ministry of chemicals & fertilizers time to time in this regard.4. all provisions of narcotic drugs & psychotropic substances act, 1985 as amended till date will also be applicable in case of narcotic drugs & psychotropicsubstances.5. the purchase shall be made through bidding/ra only irrespective of the value.6. manufacturer shall have a valid own manufacturing license issued by the competent drug licensing authority defined under the drugs and cosmetics act1940 and rules made there under as amended till date. the drug/medicine quoted should be clearly marked and highlighted in drug manufacturinglicense. the valid own manufacturing license shall be submitted to the buyer at the time of bid submission/delivery as per buyer requirement.5 / 11 in case of authorized resellers/distributors, it will be the legal & regulatory liability of the manufacturer to ensure that their authorized resellers/distributorsare operating in compliance with all relevant laws and regulations and are properly licensed to sell the manufacturers products.manufacturer shall be responsible for verifying the validity and authenticity of drug license held by their authorized resellers/distributors.if revalidation of drug license has been applied for, the buyer shall be informed accordingly and the copy of application to state drug / licensing authoritymust be submitted with a certificate that application for renewal was made within time frame as per drug and cosmetic act as amended up to date andthat has not been deleted by drug licensing authority.7. bidder/seller shall submit the valid gmp/who-gmp certificate of the manufacturing site as per revised schedule- m for the quoted drugs/medicines issuedby the concerned drug licensing authority to the buyer at the time of bid submission.8. bidder/seller shall submit a valid non-conviction certificate for last two 2 consecutive years issued by the concerned drug licensing authority to thebuyer at the time of bid submission. the certificate must have been issued within 12 months from the date of technical opening of the bid.9. bidder/seller shall submit manufacturing & market standing certificate in india issued by the concerned drug licensing authority for at least latest2 consecutive years for the drug/medicine quoted to the buyer at the time of bid submission. the drug/medicine quoted should be clearly marked andhighlighted.this would not apply to drugs, which were introduced in india less than 2 years ago. a certificate from the drug controller general india shall be requiredfor all new drug formulations to this effect.10. if a company/firm has two or more separate manufacturing units at different sites / states/region, which are not separate entities then the company willbe allowed to submit only one bid for all units but necessary document regarding separate manufacturing units will be submitted to the buyer. however, one bidder will be allowed to submit only one offer for one product.11. the manufacturer shall have in house testing facilities and valid good laboratory practice glp certificate as per schedule l1 of the drugs & cosmeticsact and rules made thereunder as amended up to date issued by central / state drug controller / fda for the quoted drugs/medicines as applicable.12. bidder/seller shall have maximum production capacity certificate section wise issued by concerned drug licensing authority highlighting the quotedproduct.13. stp standard testing procedure along with the required reference standards for non-pharmacopoeia drugs/medicines are required to be submitted bythe bidder/seller at the time of submission of the bid.14. the bidder/seller shall submit complete stability data long term stability studies and accelerated stability studies for all drugs/medicines in specifiedpacking for at least 3 batches whenever required by the buyer. for new drugs/medicines, complete stability data of 6 months period shall be acceptable.if manufacturer has licensed a formula from another company and such licensed formula is used for the product, then the stability data of the licensorshould be submitted along with licensing agreement.15. the bidder/seller should have not been blacklisted/debarred/de-registered/banned for the quoted product by any state government / central government/ central or state government s drug procurement agencies at the time of submission of bid. further, quoted drugs / medicines have not been failed inhouse testing or testing by any state government / central government / its drug procurement agencies during last two years. if any bidder/seller hasbeen blacklisted / debarred / de-registered/banned due to quality failure, such bidder/seller or their partner / director / owner shall not be permitted toparticipate in the bid.16. during the validity of the bid if the firm/company is blacklisted/debarred/de-registered/banned by any state government / central government/central orstate government s drug procurement agencies / convicted by any court of law in india, it shall be intimated to the buyer along with relevant authenticdocument by the bidder/seller firm/ company within one month.17. during
  • View Tender
  • Document
  • Bid Support
  • 1
  • Tenders Expired In - 2026
  • 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 : it supplies
  • Fat Client Tenders ,
  • Embedded System Tenders ,
  • Computer Diskette Tenders ,
  • Championship Timing System Tenders ,
  • Server Rack Scrap Tenders ,
  • Hard Drive Duplicator Tenders ,
  • Analog Output Module Tenders ,
  • Smps Module Repair Tenders ,
  • Image Processing System Tenders ,
  • Smart Classroom Equipment Tenders

Get it supplies Tender Alert...

646900

Related Searched Keywords : it supplies

  • Wire Fence Tenders From Maharashtra
  • Drainage Tenders From Delhi
  • False Celling Tenders From West-Bengal
  • Water Proofing Treatment Tenders From -Tamil-Nadu
  • Building Tenders From Andhra-Pradesh
  • Acoustic Work Tenders From Gujarat
  • Plastering Tenders From Karnataka
  • Dismantlement Tenders From Uttar-Pradesh
  • Wall Cladding Tenders From Rajasthan
  • Fencing Work Tenders From Madhya-Pradesh

Read More


Tender Document

953501

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 »

  • Acoustic Work Tenders
  • Foot Over Bridge Reapir Tenders
  • Roofing Work Tenders
  • Culvert Slab Tenders
  • Gate Lodge Tenders

Sector Tenders »

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

Ownership Tenders »

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

Indian Segment

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

Browse Tenders

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

Global Segment

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

Others

  • Services
  • Sitemap
  • About Us
  • Contact Us
  • Career
  • Tender Consultants
  • Terms & Conditions
  • Privacy & Policy

Get in touch with us

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

  • sales@thetenders.com

W B


Copyright ©2018 - Thetenders.com.

Download Mobile App