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
»
SubIndustry Tenders
»
Case
Filters
  • » By Keywords
  • » By Cities
  • » By States
  • » By Agencies
  • » By Sectors
  • » By Ownerships
  • Tender Value

List of case Tenders

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

Advance Search
  • All-Tenders (21)
  • |
  • Today's-Tenders
  • |
  • Active-Tenders
  • |
  • Closed-Tenders
11 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
12 Railway Transport
image image
Central Government/Public Sector
TRN :36244461 |  12 Jan, 2026
Tender Value : 0
 Bhopal - Madhya Pradesh
Tender for supply of set of hardware for gear case of wag-9 locos.
  • View Tender
  • Document
  • Bid Support
13 Scientific Research/Instruments
image image
Central Government/Public Sector
TRN :36251594 |  07 Jan, 2026
Tender Value : 0
 Alleppy - Kerala
Tender for gem bids for paperless recorder q3 * * % % 2 32 3 /mse relaxation for years of experienceand turnoveryes | complete& % & % * * % % 2 2   / startup relaxation for years ofexperience and turnoveryes | complete 6  6 & & /document requiredfrom sellerbidder turnover, certificate requested in atc*in case any bidder is seeking exemption from experience /turnover criteria, the supporting documents to prove hiseligibility for exemption must be uploaded for evaluation bythe buyer8 8  :  : ; ; < < & : & :    :  : < < ? ?? ? % % /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    & &   c c     d d / minimum number ofbids required to disable automatic bidextension3< :< :   d d, , g g     -- / / number of days for which bidwould be auto--extended7  d /bid number: gem/2025/b/7013168< /dated: 23-12-2025  & & / bid document1 / 9 8 8 < < < < / /number of auto extension count1  q %q % <6 <6 < < /bid to ra enabledno  2 2 /type of bidtwo packet bid   r r   & t & t /time allowed for technicalclarifications during technical evaluation3 days u u c c v v u u 2 2 / % % : : ; ; /inspection required byempanelled inspection authority / agenciespre-registered with gemno r r v v /evaluation methodtotal value wise evaluation y & y & /arbitration clauseno /mediation clauseno    //bid details     /emd detail c /requiredno   /epbg detail  ? /advisory bankstate bank of india 2 %/epbg percentage%3.00  c /duration of epbgrequired months.14a.  , , \ u < / emd & performance securityshould bein favour of beneficiary, wherever it is applicable. \ \ /beneficiary : accounts officer, centre accountsaccounts officer, centre accounts, vssc/isro po, trivandrum - 695022 vssc pan no. aaagv0026j, emailid.sao accts prsoatvssc.gov.inaccounts officer   < / bid splitting not applied.     / mii purchase preference   / mii purchase preferenceyes2 / 9 <  6  2, < r l1+x%  / purchasepreference to mii sellers availabele upto pricewithin l1+x%20 <  2   2 / maximum percentage of bidquantity for mii purchase preference50 %  - - < 2 2017 8 1/8 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 e %  2, < r l1+x%  /purchase preference to mse oems available uptoprice within l1+x%15 c e  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 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. 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 local3 / 9 content and the details of locations at which the local value addition is made along with their bid, failing whichno purchase preference shall be granted. in case the bid value is more than rs 10 crore, the declaration relatingto percentage of local content shall be certified by the statutory auditor or cost auditor, if the oem is a companyand by a practicing cost accountant or a chartered accountant for oems other than companies as per the publicprocurement preference to make-in -india order 2017 dated 04.06.2020. only class-i and class-ii local suppliersas per mii order dated 4.6.2020 will be eligible to bid. non - local suppliers as per mii order dated 04.06.2020 arenot eligible to participate. however, eligible micro and small enterprises will be allowed to participate .thebuyers are advised to refer the om no.f.1/4/2021-ppd dated 18.05.2023.om no.1 4 2021 ppd dated 18.05.2023 for compliance of concurrent application of public procurement policyfor micro and small enterprises order, 2012 and public procurement preference to make in india order, 2017. 6. purchase preference will be given to mses having valid udyam registration and whose credentials arevalidated online through udyam registration portal as defined in public procurement policy for micro and smallenterprises mses order, 2012 dated 23.03.2012 issued by ministry of micro, small and medium enterprises andits subsequent orders/notifications issued by concerned ministry. if the bidder wants to avail themselves of thepurchase preference, the bidder must be the manufacturer / oem of the offered product on gem. traders areexcluded from the purview of public procurement policy for micro and small enterprises and hence resellersoffering products manufactured by some other oem are not eligible for any purchase preference. in respect of bidfor services, the bidder must be the service provider of the offered service. relevant documentary evidence inthis regard shall be uploaded along with the bid in respect of the offered product or service and buyer will decideeligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. if l-1 isnot an mse and mse seller s has / have quoted price within l-1+ 15% selected by buyer of margin ofpurchase preference /price band defined in relevant policy, such mse seller shall be given opportunity to matchl-1 price and contract will be awarded for 25% selected by buyer percentage of total quantity. the buyers areadvised to refer the om no. f.1/4/2021-ppd dated 18.05.2023 om no.1 4 2021 ppd dated 18.05.2023 forcompliance of concurrent application of public procurement policy for micro and small enterprises order, 2012and public procurement preference to make in india order, 2017. benefits of mse will be allowed only if seller isvalidated on-line in gem profile as well as validated and approved by buyer after evaluation of documentssubmitted. paperless recorder 2 pieces 6 6 1 2 & & % % % % f f % % 2 32 3 c c /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  c c r r /bid requirementallowed valuestechnicalspecificationno. of input channelnos18performanceparameterinternal memory storage96.0 megabyte   //q < h q < h   /consignees/reporting officer and quantity6. .6. ./s.no.   //q < h q < h   /consigneereporting/officer /address /quantity< <  < < /deliverydays4 / 9 s laly695022, avn stores, vrcarea, vikram sarabhaispace centre, thumba po21206. .6. ./s.no.   //q < h q < h   /consigneereporting/officer /address /quantity< <  < < /deliverydays6 6 ; ;         j j/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. genericbidders shall quote only those products part of service delivery in the bid which are not obsolete in themarket and has at least 2 years residual market life i.e. the offered product shall not be declared end-of-life by the oem before this period.3. 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.4. genericexperience criteria: the bidder or its oem themselves or through resellers should have regularly, manufactured and supplied same or
  • View Tender
  • Document
  • Bid Support
14 Security Services
image image
Central Government/Public Sector
TRN :36251942 |  13 Jan, 2026
Tender Value : 6.81 Lacs
 Kamrup - Assam
Tender for gem bids for table, water storage tank three layers 2000 ltr, wall mixer 3 in 1, provision for over head and shower, ss soap case, maximum size of soap to fit in the case, hand showerstainless steel of thickness, cpvc brass reducer elbow, cpvc brass reducer socket, cpvc brass reducer tee, cpvcunion, cpvc reducer coupling 20mm x 25 mm, cpvcreducer coupling 40 mm x 25mm, cpvc reducer coupling40mm x 20mm, cpvc ball cock 1 inch, cpvc ball cock20mm, cpvc reducer tee 25mm x 20mm, cpvc reducertee 40mm x 20mm, cpvc reducer tee 40mm x 25mm, cpvc end cap 20mm, cpvc end cap 1 inch, cpvc end cap40mm, cpvc tank nipple 1 inch, cpvc tank nipple 40mm, cpvc tank nipple 20mm, cpvc cross tee 20mm, cpvcreducer elbow 20mm x 25mm, cpvc reducer elbow, solvent for pvc pipe 50 ml, pvc tee 4 inch, cementsolvent for cpvc pipe 50 ml, rock bolt, for wall hang wc, table top mixer 20 mm pillar mounting combination tap, table top washbasin coupling 6 inch waste fittings, brassbottle trap brass bottle trap with outlet connection, cpvcfemale adaptor plaster thread, cpvc male adaptor, brassthread, cpvc male adaptor, plastic thread, pvc floor trap4 inch dia x 3 inch discharge floor drain traps, pvc pipe40mm, length 3 mtr  /bid number: gem/2025/b/6997079* /dated: 23-12-2025  & & / bid document1 / 34
  • View Tender
  • Document
  • Bid Support
15 Coal And Lignite
image image
Central Government/Public Sector
TRN :36223291 |  16 Jan, 2026
Tender Value : 0
 Kanpur - Uttar Pradesh
Tender for gem bids for mccb 400a 4p tmd based release with rotary handle aux contact , dc contactor 300a 1p normally open type with 2no 2nc contact coil voltage 220v dc dc 3 duty , dc contactor 300a 2p normally open type with 2no 2nc contact coil voltage 220v dc dc 3 duty , dc over load relay range 100 300a with 1no 1 nc contact 220v dc , aux contactor with 2 no 2nc contact coil voltage 220 v dc , aux contactor with 5 no contact coil voltage 220 v dc , under voltage relay 220 v dc door mounted type , dc resitance r1 0 478 ohm 220 v dc non spring type 600 a 50 sec , dc resitance r2 0 075 ohm 220 v dc non spring type 600 a 50 sec , dc resitance r3 ftr 14 ohm 50 ohm 4a 220 v dc non spring type 200 deg c , timer on delay coil voltage 220 v dc range 1 sec to 10 hours with 2 c o contact model no 2a5dt5 , push button for start and stop with 2no 2nc color green and redr , indicating lamp for on off o l trip healthy control and u v indication with led voltage 220v dc , dc analog ammeter range 0 400a flush mounting acc 1 size 96 x 96 shunt operated , field dc analog ammeter range 0 10a flush mounting acc 1 size 96x96 , digital energy meter flush mounting size 96x96 shunt operated aux supply 220vdc , shunt 75mv 400a accuracy class 1 , dc analog voltmeter range 0 250v dc flush mounting acc 1 size 96x96 , current transducer i p 0 220 v dc dual o p 4 20ma , rotary selector switch 10a 220v dc 2 postion 2 position stayput type , aux relay with 4 c o coil voltage 24v dc , mcb dc 6a and 16a dp , control terminal cts 2 5 , power terminal for space heater supply cstsn6 , bus bar 25x12 mm al wire 2x50 sq mm for connection , insulator m8 for busbar , mcb 6a dp bc 10ka c curve , space heater with thermostat , led 11w with door switch phillips , power switch with socket 5 15a 240 vac , earth bus bar 25x6 mm al , fan 4 , louvers 6 ip 55 suitabe , single front fixed type non compartmentalised ip 65 with canopyr size 1890 h x 1600 w x 450 d mm with 15mm antivibration pad and 75 mm base frame , mccb 1no 1nc auxiliary contact , ammeter 96sqmm accuracy cl 1 0 scle 90d with zero adjustable facility , shunt 125 a 75mv , power contactor coil voltage 220v dc with 2no 2nc auxiliary contact for 42 with ac3 duty , thermal overload relay tr2d40353 23 32 a , starting resistance punched stainless steel grid type 2 858 ohm 0 630 ohm 220 v dc , field trimmer resitance variable type non spring type 150 ohm 1 0 a , indicating light cluster led type red green white 22 5 mm 220 v dc , auxiliary contactor 220v dc tca3 dn22md 2 no 2 nc , flush mounted stay put type test push button with 1no 1nc element green colour rcb2 220 v dc , flush mounted spring return type test pb black shrouded 1no 1nc rcb2 ba3 220 v dc , pneumatic type on delay timer 1no 1nc operating voltage 220v dc base mounting ta2 dt2 0 1 30 sec , control terminal suitable for 2 5 sqmm wire 2 5 sqmm , power terminals stud type suitable for 355q mm cable for incoming 2550 mm cable for armature 2 550 mm cable for field dpbb 50 150a kbt 100 100 a katm3c 24 a , 16a 220v dc 4pole 2way selector switch flush mounted , thermostate 30 to 110 , push button projecting type 240v ac , space heater 60 w 240v ac , diode 220v dc , indicator aux supply 85 253vdc input 0 75mv out put 4 20ma with 1no contact , limit switch of the door with 1no 1nc contact 240v ac 6amps , red pilot light 220vdc 22 5mm , green pilot light 220vdc 22 5mm , white pilot light 220vdc 22 5mm , auxiliary relay 220v dc 3no 2nc , time relay 0 1 to 30sec 1n0 1nc on delay , auxiliary relay 220v dc 2no 2nc , latched control relay 220v dc 2n0 2nc , mechanical block anchoring 220 230v ac dc , auxiliary relay 230v ac 2no 2nc , plug in relays 24v dc 4c o contacts , relay base , power contactor 160a dc3 duty 3pole 220v dc coil , auxilary contact block 1no 1nc , power contactor 150a 2pole normally closed 220v dc coil auxilary contact block 2no 2nc , fluorescent light cabnet 220v dc ac 50hz 11w , socket 2p t 16a maxi , blue push button with 1no contact , residual current circuit breaker 25a 30ma 2p rccb , fuse support 20a maxi , fuse link 2a , switch fuse unit 3pole 200a with fuse link 160a lockable type , auxiliary 2c o contact , cooling fan 230v ac 6 , plug in relay 220v dc 2c o contacts , moulded case circuit breaker 160a 3 pole , miniature circuit breaker 2x1 6a dc rating , auxiliary contact 2c o contact , miniature circuit breaker 2x2a dc rating , miniature circuit breaker 2x1a ac rating , miniature circuit breaker 2x2a ac rating , shunt 0 200a 0 75mv , thermostat 30 85 c 1nc , thermostat 30 85 c 1no , earth bus bar 25x6mm , indicator aux supply 85 253v dc ac input 0 75mv out put 4 20ma with 2no contact , auxiliary 1no contact , auxiliary contact 1c o contact , auxiliary contact 1no 1nc contact , earth bus bar 25x6mm for chiller , on delay timer , ipr relay , mcb 2 pole , ct with ammeter , r phase ammeter , y phase ammeter , b phase ammeter , emergency push button epb , energy storage knob mccb ,400a ,4p,tmd based release with rotary handle, aux. contact, dc contactor 300a ,1p normally open type,with 2no+2nc , dc contactor
  • View Tender
  • Document
  • Bid Support
16 Education And Research Institutes
image image
State Government
TRN :36209164 |  07 Jan, 2026
Tender Value : 10.19 Lacs
 Surat - Gujarat
Tender for gem bids for hardware, adhesive tube for punchar aluminium oxide grindingwheel 200x25x125mm anti spattle spray for mig welding500ml asbestos gasket l-400 w 300mm thickness -2mm battery jumper wire heavy duty 2000a 12ft boring toolcarbide tip p-30 10x10mm brake cable for splendor plus brake shoe linear splendor plus bracket l ms brassscrew 3 inch brazing flame guard brazing fluxsilver brazing flux copper break shoe return springset brick capillary tube dia1mm carbide tipped tool rhp30 12x12x150mm carburated cleaning kit carburatorfloat with pin carburator packing kit cdi for splendor plus center drill bs-4 centre bit bs-5 cpvc clamp 1inchand 075inch c clip pvc 10mm and 19mm cleaning brush25mm cluth cable for splendor plus cluth plate forsplendor plus cluth pressure plate set for splendor plus coolant engine copper filter drier length 025inch silica cotton sleeve 2mm silver brazing filler rod dia 16mm copper tube outer dia 25mmx 129mm thickness cottonh and h and gloves cpvc elbow and tee and coupling cpvc step over bend 075inch cpvc mabt reducerand brass elbow 075inchx05inch cpvc 05x05 brasstee cpvc 05inch elbow cpvc pipe 075inch sdr113mtr cpvc pipe 075inch cpvc pipe 1inch cpvccement solvent 118ml cutting disc 4inch dead nut05inch and 025inch and 062inch decarbonising spray disposable rubber hand gloves drain or chock uprod set 3 foot drier filter id3mm and od 6mm ducttape t-180 and l-25 emery paper grade 50 emery papergrade 80 emery paper smooth 180 emery paper grit220 emery paper fastner pin male terminal stripconnector 12-22 swg file h and le wooden 4inch flarenut 05inch and 025inch and 062inch flesher bikeindicator fiber glass sheet 10mm transperant bid number gem2025b7023803 dated 23-12-2025 bid document1 112 1 1 8x4ft, fisher bolt nut for wash basin gi, gear boxpacking set, gi bend 0.5inch and 0.75inch and 1inch and1.25inch, gi bush 0.5inchx0.75inch and 0.5inchx1inch and0.75inchx1inch and 1inchx1.25inch, gi barrel nipple0.5inch and 0.75inch and 1inch and 1.25inch, gi cap0.5inch and 0.75inch and 1inch and 1.25inch, gi clamp0.5inch and 0.75inch and 1inch and 1.25inch, gi couplingrigid 0.5inch and 0.75inch and 1inch and 1.25inch, gicoupling flexible 0.5inch and 0.75inch and 1inch and1.25inch, gi coupling with thread 19mm, gi elbow0.5inch and 0.75inch and 1inch and 1.25inch, gi fourwaycross 0.5inch and 0.75inch and 1inch and 1.25inch, gipipe 0.5inch dia, gi pipe 12.7 mm dia, gi pipe 0.5inch and0.75inch and 1inch and 1.25inch, gi pipe 19mm dia, gipipe 38mm dia, gi plug 0.5inch and 0.75inch and 1inchand 1.25inch, gi pipe fitting dia 0.5inch elbow and unionand tee and cross and plug and b, gi reducing coupling38x19mm, gi reducer coupling 0.5inchx0.75inch, 0.5inchx1inch, 0.75inchx1inch, 1inchx1.25inch, gireducer elbow 0.5inchx0.75inch and 0.5inchx1inch and0.75inchx1inch and 1inchx1.25inch, gi reducer tee0.5inchx0.75inch and 0.5inchx1inch and 0.75inchx1inchand 1inchx1.25inch, gi reducer barrel nipple0.5inchx0.75inch and 0.5inchx1inch and 0.75inchx1inchand 1inchx1.25inch, gi sheet 26 gauge and 4x8ft, gi tee0.5inch and 0.75inch and 1inch and 1.25inch, gi union0.5inch and 0.75inch and 1inch and 1.25inch, gi washerfor 40 mm dia, gland packing, glass cleaner 500ml, grinding disc for bencha grinder 150mm, grub screw0.25inch x 1inch, heat insulation silicone workingmat 30x20cm, h.s.s drill bit 4mm, h.s.s drill bit 8mm, h.s.s drill bit 10mm, h.s.s drill bit 12mm, hex nut0.62inch, hss drill bit 1 and 2 and 3 and 4 and 5 and6mm, hss drill bit10 mm, hss drill bit12 mm, hsstool bit 4x4mm, hydraulic oil hp-68, inspectionchamber pvc 2footx2foot, jumper oil, carbide tipped v-shaped lathe cutting tool 12x12x100mm, leatherhand gloves, line filter ss 0.5inch, locking devicespring washer and split pin and wing nut and casetel nutand simonds nut and swan nuts and wire lock nut andpenning nut, mini solid rosin high purity 30gm, machine hacksaw blade 350x25x1.25 mm 10 tpi, machinehacksaw blade 350x25x1.25 mm 14 tpi, mscc filler rod1.6dia, non return valve 0.25inch, nylon hair brush50mm, non return valve 0.5inch and 1inch and 0.75inch, oil paint black, oil paint blue, oil paint red, oil paintyellow, oil paint grey, oil paint green, oil sae 20w 40, oil sae 40 machine oil, lubrication oil 15w40, painthair brush 12mm, paint hair brush 25mm, paint hair brush20mm, paint hair brush 50mm, paint brush 100mm, petroleum jelly, plaster of paris, plywood sheet 6mmthick 8x4 ft, plywood sheet 9mm thick 8x4 ft, plywoodsheet 12mm thick 8x4 ft, plywood sheet800x600x12mm, pneumatic pu tube 6mm inner dia andouter dia-0.23622 inch, pnumatic pu tube 6mm odstraight male thread push fitting dia 0.25inch, pnumatic pu tube 6mm od straight male thread pushfitting dia 0.5inch, pneumatic push type fitting elbowand tee, pnumatic tube push connector 0.25inch, ppr elbow 0.5inch, ppr pipe 0.5inch, ppr tee 0.5inch, pvc insulation tape 15mmx10 mtr, pvc pipe 0.5inch and0.75inch and 1inch and 1.25inch, pvc coupler 0.5inchand 0.75inch and 1inch and 1.25inch, pvc long coupler0.5inch and 0.75inch and 1inch and 1.25inch, pvc elbow    //bid details2 / 112 .5inch and 0.75inch and 1inch and 1.25inch, pvc tee0.5inch and 0.75inch and 1inch and 1.25inch, pvc fta0.5inch and 0.75inch and 1inch and 1.25inch, pvcreducer coupler 0.5inchx0.75inch and 0.5inchx1inchand 0.75inchx1inch and 1inchx1.25inch, pvc connectionhose 0.5inchx24inch, pvc elbow 75mm, pvc tee 75mm, pvc coupler 75mm, pvc reducer 75x110mm, pvccaping cross 1inch, r22 refrigerant charging line, r410a refrigerant charging line, rain water gutter 75mmpvc pipe, refrigerant r-22 flexible charging 500 psi, refrigerant r-410 flexible charging 500 psi, r-32flexible charging 500psi, refrigerant r-32 tin 1 kg, refrigerant r-410a 1 kg tin, rubber sheet 3mm, soapdish plastic 150mm, ss connection hose0.5inchx12inch and 0.5inchx18inch and 0.5inchx24inch, sand, signal light set lh and rh, silicon carbidegrinding wheel 200x25x12.5, soap 50gm, soldering tipcleaning sponge, solid carbide drill bit 3to12mm, square head bolt m10 70mm, standard pipe bracketsset with clamps, taflon tap, taps steel 0.5inch, tapspvc 0.5inch, thermostatic expansion vlave flare type, thermostat 110 2xspdt, thinner for epoxy paint, thrust washer for splendor plus, valve brass, vulcanizing roll tikdi, v-belt, wire brush 35mm, lubrication oil enclon 38 or 62, coolant pentagon, lubricating oil pentagon way 68, oil for filter unitspindect 12, tarpaulin or plastic cover for cnctrainer mtab flex turn, wooden screw 12x5mm, wooden screw 25x6 mm
  • View Tender
  • Document
  • Bid Support
17 Education And Research Institutes
image image
Central Government/Public Sector
TRN :36199869 |  09 Jan, 2026
Tender Value : 70.0 Thousand
 Rajkot - Gujarat
Tender for gem bids for bernoullis theorem apparatus q3 /years of past experience required forsame/similar service3 year s 1 1 % % 7 87 8 /mse relaxation for years of experienceand turnoveryes | complete&/ startup relaxation for years ofexperience and turnoveryes | complete :  : & & /document requiredfrom sellerexperience criteria, 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 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    & &   g g / minimum number ofbids required to disable automatic bidextension3  h /bid number: gem/2025/b/7022703@ /dated: 19-12-2025  & & / bid document1 / 10 @ >@ / / number of days for which bidwould be auto--extende /number of auto extension count1bid to ra enabledyest %t % u u /ra quali cation rule50% lowest priced technically qualified bidders  7 7 /type of bidtwo packet bid /time allowed for technicalclarifications during technical evaluation2 days / / g g y y / / 7 7 / % % a > a > ? ? /inspection required byempanelled inspection authority / agenciespre-registered with gemno   v v /estimated bid value70000payment timelinespayments shall be made to the seller within 45 days ofissue of consignee receipt-cum-acceptance certificatecrac and on-line submission of bills this is insupersession of 10 days time as provided in clause 12 ofgem gtc v v y y /evaluation methodtotal value wise evaluation \ & \ & /arbitration clauseno /mediation clauseno    //bid details     /emd detail g /requiredno   /epbg detail g /requiredno   @ / bid splitting not applied.     / mii purchase preference   / mii purchase preferenceyes2 / 10 @  :  a 7, @ v l1+x%  a / purchasepreference to mii sellers availabele upto pricewithin / maximum percentage of bidquantity for mii purchase preference50     /mse purchase preference   /mse purchase preferenceyes ` b %  a7, @ v l1+x%  a /purchase preference to mse oems available uptoprice within l1+x%15 ` b  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 supportingdocuments 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
18 Construction
image image
State Government
TRN :36191787 |  19 Jan, 2026
Tender Value : 0
 Rajgarh - Madhya Pradesh
Tender for gem bids for lighting pole or post and hardware - tubular street lightpoles v2 q3 *  *  // ./ ./   % %/years of past experience required forsame/similar service1 year s 2 2 % % 8 8   /mse relaxation for years ofexperience and turnoverno& % & % 2 2 % % 8 8   /startup relaxation for years ofexperience and turnoverno 9  9 & & /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, compliance ofboq specification and supporting 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; ;   > > ? ? & &   @ @   ? ? b b? ? % % /do you want to showdocuments uploaded by bidders to allbidders participated in bid?no  d /bid number: gem/2025/b/7025411? /dated: 19-12-2025  & & / bid document1 / 6     & &   n n     d d / minimum number ofbids required to disable automatic bidextension1? ?   d d, , . .     -- / / number of days for which bidwould be auto--extended3 ; @ ; @ ? ? ? ? / /number of auto extension count1  s %s % ?9 ?9 ? ? /bid to ra enabledno  8 8 /type of bidtwo packet bid   t t   & v & v /time allowed for technicalclarifications during technical evaluation2 days / / n n w w / / 8 8 / % % @ @ > > /inspection required byempanelled inspection authority / agenciespre-registered with gemno t t w w /evaluation methodtotal value wise evaluation z & z & /arbitration clauseno /mediation clauseno    //bid details     /emd detail n /requiredno   /epbg detail n /requiredno   ? / bid splitting not applied.     /mse purchase preference   /mse purchase preferenceno ./ ./ / reserved for make in india products ./ / reserved for make inindia productsyes2 / 6 . 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
19 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
20 Railway Transport
image image
Central Government/Public Sector
TRN :36183484 |  07 Jan, 2026
Tender Value : 0
 Varanasi - Uttar Pradesh
Tender for gem bids for xlpe cable for working voltages up to and including 1.1 kvas per is 7098 part 1 q2 . . % % 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 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 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 bidextension1; 9; 9   c c, , f f     -- / / number of days for which bidwould be auto--extended7  c /bid number: gem/2025/b/7007869; /dated: 16-12-2025  & & / bid document1 / 10 7 < 7 < ; ; ; ; / /number of auto extension count1  p %p % ;5 ;5 ; ; /bid to ra enabledno  4 4 /type of bidsingle packet bid   q q   & s & s /time allowed for technicalclarifications during technical evaluation2 days t t b b u u t t 4 4 / % % < 9 < 9 : : /inspection required byempanelled inspection authority / agenciespre-registered with gemyesinspection to be carried out by buyers ownempanelled agencyyestype of inspectionpre dispatchname of the empanelled inspectionagency/ authorityrites q q u u /evaluation methodtotal value wise evaluation x & x & /arbitration clauseno /mediation clauseno    //bid details     /emd detail  > /advisory bankstate bank of india  /emd amount78675   /epbg detail  > /advisory bankstate bank of india 4 %/epbg percentage%5.00  b /duration of epbgrequired months.18a.  .     % & 4&  % &  % 4  > \ p 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. 2 / 10 /beneficiary : payable at varanasioffice of the senior divisional finance manager, ner, varanasi - 221002, indian railways, north eastern railway, ministry of railwaysfa and cao ner gkp  /splitting /splitting appliedyes  c, f %  f ; / maximum no. ofbidders amongst which order may be split2 p ; 7 ;   p ; / split criteria basedon which quantity will be distributedprice differential between l1 & l2- quantity distributionration between l1 and l2 upto 3%- 60:40 more than 3%and upto 5%-65:35 more than 5%- at least 65% on the l1tenderer. for the quantity to be ordered on the l2 tenderer, tc/taa shall decide.     / mii purchase preference   / mii purchase preferenceyes ;  5  < 4, ; q l1+x%  < / purchasepreference to mii sellers availabele upto pricewithin l1+x%20 ;  < 4   4 / maximum percentage of bidquantity for mii purchase preference50 %  - - ; 4 2017 7 1/7 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 e %  <4, ; q l1+x%  < /purchase preference to mse oems available uptoprice within l1+x%153 / 10 c e  < 4   4 / maximumpercentage of bid quantity for mse purchasepreference251. 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. inspection of stores by nominated inspection authority / agency of buyer or theirauthorized representativesan independent third party professional inspection body can help buyer in mitigating buyer s risk with pre-dispatch/post-dispatch inspection in order to ensure that equipment, components, solutions and documentationconform to contractual requirements. the buyer has a right to inspect goods in reasonable manner and withinreasonable time at any reasonable place as indicated in contract. inspection fee/ charges as pre-greed betweenbuyer and inspection agency would be borne by the buyer as per their internal arrangement but may berecovered from the seller if the consignment failed to conform to contractual specification and got rejected bythe inspection officer .if so requested and accepted by the seller, initially seller may pay for inspectioncharges as applicable and get the same reimbursed from buyer if consignment accepted by the inspectingofficer . for reimbursement seller has to submit proof of payment to inspection agency.seller/oem shall send a notice in writing / e-mail to the inspecting officer / inspection agency specifying the placeof inspection as per contract and the inspecting officer shall on receipt of such notice notify to the seller the dateand time when the stores would be inspected. the seller shall, at his own expenses, afford to the inspectingofficer, all reasonable facilities as may be necessary for satisfying himself that the stores are being and or havebeen manufactured in accordance with the technical particulars governing the supply. the decision of thepurchaser representative /inspection authority regarding acceptance / rejection of consignment shall be final andbinding on the seller.the seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which4 / 10 the inspecting officer may demand of him for any test, and examination, other than special or independent test, which he shall require to be made on the sellers premises and the seller shall bear and pay all costs attendantthereon.the seller shall also provide and deliver store / sample from consignment under inspection free of charge at anysuch place other than his premises as the inspecting officer may specify for acceptance tests for whichseller/oem does not have the facilities or for special/ independent tests.in the event of rejection of stores or any part thereof by the inspecting officer basis testing outside owing to lackof test facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in theinspection and/or test. cost of test shall be assessed at the rate charged by the laboratory to private persons forsimilar work.inspector shall have the right to put all the stores or materials forming part of the same or any part thereof tosuch tests as he may like fit and proper as per qap/governing specification. the seller shall not be entitled toobject on any ground whatsoever to the method of testing adopted by the inspecting officer.unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will beborne by seller.inspecting officer is the final authority to certify performance / accept the consignment. the inspectingofficer s decision as regards the rejection shall be final and binding on the seller.the seller shall if so required at his own expense shall mark or permit the inspecting officer to mark all theapproved stores with a recognised government or purchasers mark.xlpe cable for working voltages up to and including 1.1 kv as per is 7098 part 1 18300 meter 5 5 1 2 & & % % % % f f < < % % 4 g4 g 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 valuesstandardsconformity of thespecification for xlpe cableas per is:7098 part 1: 1988 latestcables suitable for use inminesnocables suitable for use inlow temperatureapplicationsyesgenericclassification of cables forimproved fire performacecategory01nominal area of conductorin sq mm35number of core in nos4constructionmaterial of conductoraluminiumconductor material standardas per is:8130:2013 latestconstruction of the conductorstranded5 / 10 colour of xlpe insulationred, yellow, blue, black, grey, natural, for 6 core andabove as per cl.10.1 of is:7098type of inner sheaththermoplasticarmouringtype of cablearmoured cablematerial of armouringgalvanized steel formed wiretype of armouringsingle wirenumber of armouring wire /strip for each size of cable innos - must declare hint: forunarmoured cables select 07outer sheathouter sheath standardconforming to is:5831:1984 latesttype of outer sheathpvc-st2colour of outer sheathblackmarking on cablemanufacturers identification oncableas per cl.17.1 of is:7098 part 1: latesttype of sequential marking oncableembossed on cablecable identificationas per cl.17.2 of is:7098 part 1: latestpacking andmarkingpacking and markingas per cl.18.1 and 18.2 of is:7098 part 1: latestdrum standardas per is:10418 latestmarking on the drumas per cl.18.2 of is:7098 part 1: latestcertificationavailability of type test reportfrom govt lab/ nabl accreditedlab / ilac accredited labyes as per cl.15 of is:7098 part 1availability of optional testreportscold bend test for outer sheath, cold impact test forouter sheath, resistance test for armour, notapplicable  /speci cation s s /specificationname  b b q q /bid requirementallowed values   //p ; i p ; i   /consignees/reporting officer and quantity5. .5. ./s.no.   //p ; i p ; i   /consigneereporting/officer /address /quantity; ;  ; ; /deliverydays1deepak yadav221002, office of thedivisional railwaymanager, north easternrailway, varanasi18300906 / 10 5 : :         k k/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. inspectionnominated inspection agency: on behalf of the buyer organization, any one of the followinginspection agency would be conducting inspection of stores before acceptance:pre-dispatch inspection at seller premises applicable only if pre-dispatch inspection clause has beenselected in atc:ritespost receipt inspection at consignee site before acceptance of stores:consignee4. inspectionpre-dispatch inspection at seller premises fee/charges to be borne by the buyer: beforedispatch, the goods will be inspected by buyer / consignee or their authorized representative or bynominated external inspection agency independently or jointly with buyer or consignee as decided bythe buyer at seller premises or at designated place for inspection as declared / communicated by theseller for their compliance to the contract specifications. fee/charges taken by the external inspectionagency and any external laboratories testing charges shall be borne by the buyer. for in-house testing, the sellers will provide necessary facilities free of cost. seller shall notify the buyer through e-mail aboutreadiness of goods for pre-dispatch inspection and buyer will notify the seller about the authorizedrepresentative/ nominated external inspection agency and the date for testing. the goods would bedispatched to consignee only after clearance in pre-dispatch inspection. consignees right of rejection asper gtc in respect of the goods finally received at his location shall in no way be limited or waived byreason of the goods having previously been inspected, tested and passed by buyer/ consignee or itsnominated external inspection agency prior to the goods shipment. while bidding, the sellers should takeinto account 7 days for inspection from the date of email offering the goods for inspection. any delay ininspection beyond 7 days shall be on the part of the buyer and shall be regularised without liquidateddamages.when there is requirement of submission the advance sample, the seller shall inform the buyer promptlythrough emails about the date of submission of sample to the buyer nominated inspection agency.5. forms of emd and pbgbidders can also submit the emd with account payee demand draft in favour offa & cao ner gkppayable atvaranasi.bidder has to upload scanned copy / proof of the dd along with bid and has to ensure delivery of hardcopy7 / 10 to the buyer within 5 days of bid end date / bid opening date.6. forms of emd and pbgbidders can also submit the emd with fixed deposit receipt made out or pledged in the name of a/cfa & cao ner gkp. the bank should certify on it that the deposit can be withdrawn only on the demand or with the sanctionof the pledgee. for release of emd, the fdr will be released in the favour of the bidder by the buyer aftermaking endorsement on the back of the fdr duly signed and stamped along with covering letter. bidderhas to upload scanned copy/ proof of the fdr along with bid and has to ensure delivery of hardcopy to thebuyer within 5 days of bid end date/ bid opening date7. forms of emd and pbgsuccessful bidder can submit the performance security in the form of account payee demand draft alsobesides pbg which is allowed as per gem gtc. dd should be made in favour offa & cao ner gkppayable atvaranasi. after award of contract, successful bidder can upload scanned copy of the dd in place of pbg and has toensure delivery of hard copy to the original dd to the buyer within 15 days of award of contract.8. forms of emd and pbgsuccessful bidder can submit the performance security in the form of fixed deposit receipt also besidespbg which is allowed as per gem gtc. fdr should be made out or pledged in the name offa & cao ner gkpa/c name of the seller. the bank should certify on it that the deposit can be withdrawn only on thedemand or with the sanction of the pledgee. for release of security deposit, the fdr will be released infavour of bidder by the buyer after making endorsement on the back of the fdr duly signed and stampedalong with covering letter. successful bidder has to upload scanned copy of the fdr document in place ofpbg and has to ensure delivery of hard copy of original fdr to the buyer within 15 days of award ofcontract.9. buyer added bid specific atcbuyer added text based atc clausesa firm must attach following documents as applicable in addition to any other documents required as per specification:1. bis certificate of oem clearly evidencing the validity for is:7098 part 1: 1988 latest.2. documents in support of mse registration.3. documents in support of make in india policy i.e. % of local content in the offered product for purchase preference.4. in case of authorized dealer, firm must attach bid specific authorization from oem.5. proven past performance.b past performance criteria: the bidder or its oem themselves or through reseller s should have supplied same or
  • View Tender
  • Document
  • Bid Support
  • 1
  • 2
  • 3
  • 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 Sub Industries : Other Metal Products
  • Gun Metal Tenders ,
  • Copper Product Tenders ,
  • Shelves Tenders ,
  • Case Tenders ,
  • Expansion Joint Tenders ,
  • Bar Tenders ,
  • Tank Tenders ,
  • Plumbing Material Tenders ,
  • Barrel Tenders ,
  • Pcc Poles Tenders

Get Case Tender Alert...

597536

Related Sub Industries : Other Metal Products

  • Dredging Work Tenders
  • Homogenizer Tenders
  • Sewage Treatment Plant Tenders
  • Printing Work Tenders
  • Lubricant Product Tenders
  • Manhole Cover Tenders
  • Chemical Dozing System Tenders
  • Tent Tenders
  • Earth Filling Tenders
  • Packing And Jointing Tenders

Read More


Tender Document

322717

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 »

  • Disilting Work Tenders
  • Lift Irrigation Service Tenders
  • Slab Flooring Tenders
  • Stone Cladding Tenders
  • Canal Works Tenders

Sector Tenders »

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

Ownership Tenders »

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

Indian Segment

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

Browse Tenders

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

Global Segment

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

Others

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

Get in touch with us

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

  • sales@thetenders.com

W B


Copyright ©2018 - Thetenders.com.

Download Mobile App