TENDER DOCUMENT FOR INTERIOR, FURNISHING, ELECTRICAL & AIR CONDITIONING WORKS PART - II GENERAL CONDITION

Size: px
Start display at page:

Download "TENDER DOCUMENT FOR INTERIOR, FURNISHING, ELECTRICAL & AIR CONDITIONING WORKS PART - II GENERAL CONDITION"

Transcription

1 TENDER DOCUMENT FOR CENTRAL REGISTRY OF SECURITISATION ASSET RECONSTRUCTION AND SECURITY INTEREST OF INDIA (CERSAI)AT 5 TH FLOOR, MTNL BUILDING, BHIKAJI CAMA PLACE, NEW DELHI. INTERIOR, FURNISHING, ELECTRICAL & AIR CONDITIONING WORKS. PART - II GENERAL CONDITION CLIENT ARCHITECTS CERSAI TANEJA ASSOCIATES PVT. LTD. MTNL BUILDING, 5 TH FLOOR, E - 32, SOUTH EXTENSION - ONE BHIKAJI CAMA PLACE, NEW DELHI NEW DELHI TEL: , MOBILE: MOBILE:

2 INDEX S. NO. DESCRIPTION PAGE NOS. 1. NOTICE OF INVITATION TO TENDER, LTC UNDERTAKING 5 3 INSTRUCTIONS TO THE TENDERERS FORM OF TENDER ARTICLES OF AGREEMENT GENERAL CONDITIONS OF CONTRACT SPECIAL CONDITIONS OF CONTRACT PROFORMAS LIST OF APPROVED MAKES INTERIOR LIST OF APPROVED MAKES ELECTRICAL APPENDIX SPECIFICATION INTERIOR SPECIFICATION ELECTRICAL SPECIFICATION AIR CONDITIONING CERSAI/TAPL Page 2

3 Notice Inviting Tenders CERSAI invites sealed tenders from the contractors for the Interior Furnishing, Electrical, & Air conditioning works of 5th Floor MTNL Building, Bhikaji Cama Place, New Delhi. Details of tenders are as under: 1. Name of Work : Interior Furnishing, Electrical, & Air conditioning works of 5th Floor MTNL Building, Bhikaji Cama Place, New Delhi. 2. Time allowed for completion : 90 Days 3. Earnest Money Deposit : Rs.1,00,000/- (Rupees One Lacs only) and by way of an e-payment / Demand Draft / Pay order in favour of CERSAI. 4. Initial Security Deposit : 2% of the total value of the contract including Earnest Money. 5. Cost of tender documents : A non-refundable amount of of Rs.5,000/- (Rupees Five Thousand only) by way of an e-payment/ Demand Draft/ pay order in favour of CERSAI 6. Address at which the tenders are to be submitted 7. Date and time of submission of tenders : The Chief Operating Officer, CERSAI, MTNL Building, 5 th Floor, Bhikaji Cama Place, New Delhi : upto 3.00 p.m. 8 Date and time of opening tenders : upto 4.30 p.m (Technical Bid only) 9. Place of opening tenders : The Chief Operating Officer, CERSAI, Indian Habitat Centre, 3 rd Floor, Core 5A, Lodhi Road, New Delhi Defects Liability Period : 12 months 11. Validity of offer : 90 days from the date of opening the tenders. 12. Liquidated Damages : At the rate of 2% of the total contract value per week which subject to a maximum of 20% of the accepted contract value. The tender shall be submitted in two cover system in accordance with the procedure detailed herein below. Specified documents shall be sealed in envelopes of appropriate size each of which shall be sealed. 1) First Envelope marked cover 1 shall contain Technical bid, covering letter, clarification (if any), technical and commercial terms. 2) Second Envelope marked cover 2 shall contain only the priced Bill of Quantities along with an additional photocopy of priced Bill of Quantities. CERSAI/TAPL Page 3

4 3) Envelope marked cover 3 shall be of adequate size and shall contain envelopes marked covers 1 & 2 and shall be properly sealed. This envelope shall be endorsed on the outside face as under: Important Notes:. 1. In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next working day at the same time. 2. If, information and details furnished by applicants are found to be false either immediately or at any time in future or any information withheld, which comes to the notice of the CERSAI at a later date, the tender of such applicant will be cancelled immediately. In this regard the tenderers are required to furnish undertaking in form of an affidavit Page No 5 on non judicial stamp paper of appropriate value. 3. Applications received after the due date and times are liable for rejection. 4. CERSAI reserves its right to reject any / or all the applications without assigning any reasons whatsoever. 5. The Commercial Bid shall be opened only of the successful bidders of Technical Bid. (L1) LOWEST TENDERER CRITERIA: TECHINICAL BID: Envelope 1 containing Technical bid & General Conditions shall be opened first. Only those contractors who qualify as per the minimum eligibility criteria shall be shortlisted & envelope 2 containing commercial bid shall be opened for the shortlisted contractors. FORMAT FOR COMMERCIAL BID: - ANNEXURE S. No PARTICULARS AMOUNT (In Rs) 1. INTERIOR WORKS: i Total of Subhead I ii Total of Subhead II iii Total of Subhead III iv Total of Subhead IV v Total of Subhead V vi Total of Subhead VI vii Total of Subhead VII viii Total of Subhead VIII ix Total of Subhead IX x Total of Subhead IX xi Total of Subhead IX Total Of Interior Works 2 ELECTRICAL WORKS: i Total of Subhead I ii Total of Subhead II Iii Total of Subhead III Iv Total of Subhead IV v Total of Subhead V vi Total of Subhead VI vii Total of Subhead VII Total of Electrical works 3 AIR CONDITIONING WORK: i Total of Subhead I ii Total of Subhead II iii Total of Subhead III Total of Air Conditioning works 4 TOTAL of ( ) 5 Less Discount if any 6 GRAND TOTAL (4 5) Grand Total (In words) CERSAI/TAPL Page 4

5 TOTAL AMOUNT OF 4 5 = 6 The technical bid of shortlisted contractors who is the lowest in commercial bid (SL NO 6) will be the L1 bidder. UNDERTAKING I/We Shri.of M/s... bidder for Interior, Furnishing, Electrical & Air Conditioning work at 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi with CERSAI, 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi do hereby undertake that I/we unconditionally accept all the terms and conditions mentioned in the tender documents. Further we have noted that after unconditionally accepting the tender conditions in its entirety, it is not permissible to put any remarks/conditions in the Price Bid enclosed in Envelope-II and the same has been followed in the present case. In case this provision of the tender is found violated at any time after opening of Envelope. I/we agree that the tender shall be summarily rejected and CERSAI shall, without prejudice to any other right or remedy, be at liberty to forfeit the full earnest money absolutely. Signatures of the tenderer or Authorized Person Name of Firm Seal of Firm CERSAI/TAPL Page 5

6 SECTION 1 INSTRUCTIONS TO THE TENDERERS (PART I) The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents may result in the rejection of its bid and will be at the bidder's own risk. No binding legal relationship will exist between any of the Respondents and CERSAI until execution of a contractual agreement as mentioned as Article of Agreement in this RFP. Each Recipient acknowledges and accepts that CERSAI may in its absolute discretion apply selection criteria specified in the document for evaluation of proposals for short listing / selecting the eligible vendor(s). The A Recipient will, by responding to CERSAI for RFP, be deemed to have accepted the terms of this Introduction and Disclaimer. Recipients are required to direct all communications related to this RFP, through the Nominated Point of Contact person: Mr. A. K. Jain (Dy. General Manager) CERSAI, 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi Phone Number: Mobile No: , contactus@cersai.org.in Asjad Ali Khan (Officer-in-Charge) Taneja Associates Pvt. Ltd. E 32, South Extension I, New Delhi Telephone: , Fax: , Mobile No: , asjad@tanejaassociates.com CERSAI may, in its absolute discretion, seek additional information or material from any Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondent s response. Respondents should provide details of their contact person, telephone, fax, and full address(s) to ensure that replies to RFP could be conveyed promptly. If CERSAI, in its absolute discretion, deems that the originator of the question will gain an advantage by a response to a question, then CERSAI reserves the right to communicate such response to all Respondents. Queries / Clarification if any, may be taken up with the contact persons detailed above before the deadline for submission of bids between am to 5.00 pm on any working days (Monday to Friday except holidays). CERSAI may, in its absolute discretion, engage in discussion or negotiation with any Respondent (or simultaneously with more than one Respondent) after the RFP closes to improve or clarify any response. CERSAI will notify all short-listed Respondents in writing or by mail or by publishing in its website as soon as practicable about the outcome of their RFP. CERSAI is not obliged to provide any reasons for any such acceptance or rejection. CERSAI/TAPL Page 6

7 The bids qualify the Minimum Eligibility Criteria will be eligible for further evaluation and subsequently the bids qualify both Minimum Eligibility Criteria and Technical Evaluation will be eligible for Commercial Evaluation. 2.1 Soft Copy of Tender Document The soft copy of the tender document will be made available on CERSAI s website Language of Bid The bid prepared by the Bidders, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the CERSAI and supporting documents and printed literature shall be written in English. 2.3 Masked Commercial Bid The bidder should submit a copy of the actual price bid (as per the format specified by CERSAI) being submitted to CERSAI by masking the actual prices. This is mandatory. The bid may be disqualified if it is not submitted by masking it properly. CERSAI reserves the right to cancel the bid at the time of commercial evaluation, if the format/detail (except price) of Masked Commercial Bid does not match with the format/detail of actual Commercial Bid submitted. 2.4 Cost of Bidding The bidder shall bear all the costs associated with the preparation and submission of bid and CERSAI will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process. 2.5 Bidding Document The bidder is expected to examine all instructions, forms, terms and conditions and technical specifications in the Bidding Document. Submission of a bid not responsive to the Bidding Document in every respect will be at the bidder s risk and may result in the rejection of its bid without any further reference to the bidder. 2.6 Amendment to Bidding Documents At any time prior to the last Date and Time for submission of bids, the CERSAI may, for any reason, modify the Bidding Document by amendments at the sole discretion of the CERSAI. All amendments shall be uploaded on CERSAI s website. In order to provide, prospective bidders, reasonable time to take the amendment if any, into account in preparing their bid, the CERSAI may, at its discretion, extend the deadline for submission of bids. 2.7 Period of Validity Bids shall remain valid for 90 days from the date of bid opening prescribed by the CERSAI. A bid valid for shorter period shall be rejected by the CERSAI as nonresponsive. 2.8 Bid Currency Prices shall be expressed in Indian Rupees only. 2.9 Submission of Bids The bidders shall duly seal each envelope with RED LAC SEAL (Wax Seal) and place both the envelopes in a third envelope, which shall also be only sealed with red lac. The bid should be addressed to CERSAI at the following address up to the time and date mentioned on page 2 of this document. CERSAI, MTNL Building, 5 th Floor, Bhikaji Cama Place, New Delhi Last Date and Time for Submission of Bids CERSAI/TAPL Page 7

8 Bids must be received by the CERSAI at the address specified in the Bid Document not later than the specified date and time as specified in the Bid Document or as extended by the CERSAI. In the event of the specified date of submission of bids being declared a holiday for the CERSAI, the bids will be received up to the appointed time on next working day Late Bids Any bid received by the CERSAI after the deadline for submission of bids will be rejected and/or returned unopened to the Bidder Modifications and/or Withdrawal of Bids Bids once submitted will be treated, as final and no further correspondence will be entertained on this. No bid will be modified after the deadline for submission of bids. No bidder shall be allowed to withdraw the bid, if the bidder happens to be a successful bidder Content of Documents to be submitted Documents required in Technical Bid Envelope (Sealed Cover): i. Bidder s information as per part I ii. Service Information as per part II iii. Undertaking Letter as per part III iv. Compliance Statement Declaration Documents required in Commercial Bid Envelope (Sealed Cover): i. Commercial offer: The offer should be as per commercial bid and should be all-inclusive, including taxes and other Govt. levies etc Bid Earnest Money and Cost of RFP The bidders have to submit the bid earnest money (refundable after live implementation and project sign-off for successful bidders and after finalizing the selection process for unqualified bidders) of Rs.1,00,000/- (Rupees One Lac only) and Cost of RFP(Non refundable) of Rs.5,000/- (Rupees Five Thousand only) by way of an e-payment in favour of CERSAI. The Accounts details are given below: 1. Beneficiary Name CERSAI 2. Beneficiary Address 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi Beneficiary Bank Name Punjab National Bank 4. Beneficiary Bank Branch Address Bhikaji Cama Place, New Delhi 5. Type of Bank Account Current account 6. Beneficiary Bank A/C No IFCS code of Bank branch PUNB MICR No The proof of the payment should be enclosed and sealed with the Technical Bid; in the absence of which the bid may not be considered for further evaluation. The bidders are also required to submit ECS Mandate Form. The EMD security may be forfeited: If a Bidder withdraws its bids during the period of bid validity If a Bidder makes any statement or encloses any form which turns out to be false/incorrect at any time prior to signing of the contract CERSAI/TAPL Page 8

9 In case of successful Bidder, if the Bidder fails to Sign the contract within 7 days from the date of award of the tender. 5. PENALTY CLAUSE Under no circumstances, the project would be rescheduled. In case of delay, the successful bidder would forfeit the Earnest Money Deposit and/or levy any other penalty that the CERSAI may decide. 6. BIDDING PROCESS (TWO STAGES) For the purpose of the present job, a two-stage bidding process will be followed. The response to the RFP will be submitted in two parts: Technical bid Part I Commercial bid Part II The bidder will have to submit the Technical bid and Commercial portion of the bid separately in two separate red lac-sealed envelopes (wax seal), duly super scribing Submission of bid for CERSAI for the Interior, Furnishing, Electrical, & Air conditioning works at 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi. TECHNICAL BID shall not contain any pricing or commercial information. The bid shall be typed or written in indelible ink and shall be signed by the Bidder on each page or a person duly authorized by him. The authorization shall be indicated by a written power of attorney accompanying the Bid. All pages of the Bid shall be initialed by the person(s) signing the Bid. The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case corrections shall be initialed by the person(s) signing the Bid. The Commercial Bid shall be opened only of the successful bidders of Technical Bid. 1.0 Scope of work INSTRUCTIONS TO THE TENDERERS (PART II) Sealed tenders are invited by CERSAI for the Interior, Furnishing, Electrical, & Air conditioning works at 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi., details where of mentioned below. 1.1 Site and its location The proposed work is to be carried out at 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi Tender documents 2.1 The work has to be carried out strictly according to the conditions stipulated in the tender consisting the following documents and the most workman like manner. Instructions to tenderers General conditions of Contract Special conditions of Contract Additional specifications Drawings Price bid 2.2 The above documents shall be taken as complementary and mutually explanatory of one another but in case of ambiguities or discrepancies, shall take precedence in the order given below: i. Price bid ii. Additional Specifications CERSAI/TAPL Page 9

10 iii. Technical Specifications iv. Drawings v. Special conditions of contract vi. General condition of contract vii. Instruction to Tenderers 2.3 Complete set of tender documents including relative drawings can be downloaded from the CERSAI website between bidders have to submit the bid earnest money (refundable after live implementation and project sign-off for successful bidders and after finalizing the selection process for unqualified bidders) of Rs.1,00,000/- (Rupees One Lac only) and Cost of RFP(Non refundable) of Rs.5,000/- (Rupees Five Thousand only) by way of an e-payment in favour of CERSAI. 2.4 The tender documents are not transferable. 3.0 Site Visit 3.1 The bidder must obtain himself on his own responsibility and his own expenses all information and data which may be required for the purpose of filling this tender document and enter into a contract for the satisfactory performance of the work. The tenderer is requested to satisfy himself regarding the availability of water, power, transport and communication facilities, the character quality and quantity of the materials, labour, the law and order situation, climatic conditions local authorities requirements, traffic regulations etc; The bidder will be fully responsible for considering the financial effect of any or all the factors while submitting his tender. 4.0 Earnest Money The bidders have to submit the bid earnest money (refundable after live implementation and project sign-off for successful bidders and after finalizing the selection process for unqualified bidders) of Rs.1,00,000/- (Rupees One Lac only) 5.0 Initial Security Deposit The successful bidder will have to submit a sum equivalent to 2% of contract value less EMD. By means of Demand draft drawn in favour of CERSAI within a period of 7 days of acceptance of tender. 6.0 Security Deposit 6.1 Total security deposit shall be 5% of contract value. Out of this 2% of contract value is in the form of initial security deposit, which includes the EMD. Balance 3% shall be deducted from the running account bill of the work at the rate of 8% of the respective running account bills i.e., deduction from each running bill account will be 8% till total 3% of contract value is reached. 50% of the total security shall be paid to the contractors on the basis of architect s certifying the virtual completion. The balance 50% would be paid to the contractors after the defects liability period of 1 year as specified in the contract provided he has carried out all the work attended to all the defects in accordance with the condition of the contract and clearance, if any, of the observations of the CTE of CVC. 6.2 No interest shall be paid to the amount retained by the CERSAI as Security Deposit. 7.0 Signing of contract Documents The successful tenderer shall be bound to implement the contract by signing an agreement and conditions of contract attached herewith within 7 days from the receipt of intimation of acceptance of his tender by the CERSAI. However, the written acceptance of the work order by the CERSAI will constitute a binding agreement between the CERSAI and successful tenderer whether such formal agreement is subsequently entered into or not. 8.0 Completion Period Time is essence of the contract. The work should be completed in all respects in accordance with the terms of contract within a period of 90 days from the date of handing over site. 9.0 Validity of tender CERSAI/TAPL Page 10

11 Tenders shall remain valid and open for acceptance for a period of ninety days from the date of opening price bid. If the tenderer withdraws his/her offer during the validity period or makes modifications in his/her original offer which are not acceptable to the CERSAI without prejudice to any other right or remedy the CERSAI shall be at liberty to forfeit the EMD Liquidated Damages The liquidated damages shall be 2% per week subject to a maximum of 20% of the accepted contract value Rate and prices: 11.1 The tenderers shall quote their rates for individual items both in words and figures. In case of discrepancy between the rates quoted in words and figures the unit rate quoted in words will prevail. If no rate is quoted for a particular item the contractor shall not be paid for that item when it is executed. The amount of each item shall be calculated and the requisite total is given. In case of discrepancy between the unit rate and the total amount calculated from multiplication of unit rate and the quantity the unit rate quoted will govern and the total amount will be corrected The tenderers need not quote their rates for which no quantities have been given. In case the tenderers quote their rates for such items those rates will be ignored and will not be considered during execution The tenderers should not change the units as specified in the tender. If any unit is changed the tenders would be evaluated as per the original unit and the contractor would be paid accordingly. The tenderer should not change or modify or delete the description of the item. If any discrepancy is observed he should immediately bring to the knowledge of the Architect/CERSAI Each page of the BOQ shall be signed by the authorised person and cutting or over writing shall be duly attested by him Each page shall be totaled and the grand total shall be given The rate quoted shall be firm and shall include all costs, allowances, taxes, levies etc. and deduction at source for Income tax, Work Contract tax etc. will be made as per statutory rule The contractor shall be required to conduct necessary tests of the water brought from tube well or any other outside source, from approved laboratory The contractor is required to comply with all act of the Government relating to labour and the rules and regulations made there under from time to time and to submit at the proper times all particulars and statements required to be furnished to the appropriate authorities. CERSAI/TAPL Page 11

12 FORM OF TENDER (To be filled up by the Tenderer) To The Chief Operating Officer, CERSAI, C/o National Housing CERSAI, Core 5A, 5 th Floor, India Habitat Centre, New Delhi Dear Sir, Reg.: Interior, Furnishing, Electrical, & Air conditioning works for CERSAI at 5 th floor, MTNL Building, Bhikaji Cama Place, New Delhi. 1. I / We refer to the tender notice issued by you for Interior, Furnishing, Electrical, & Air conditioning works in connection with the above. 2. I / We hereby offer to perform, provide, execute, complete and maintain the works in conformity with the drawings, designs, conditions of contracts, specifications, schedule of quantities relating to the works for the sum of Rs. at the respective rates quoted in the schedule of quantities. 3. I / We have satisfied myself / ourselves as to the site conditions, examined the drawings and all aspects of the tender conditions, subject to above, I / We do hereby agree, should this tender be accepted in whole or in part, to: a. Abide by and fulfill all the terms and provisions of the said conditions annexed here to, b. Complete the works within Ninty days as per the work programme enclosed with the tender in two or three shifts if considered necessary by the Employer / Architects at no extra cost to the Employer. 4. I / We have deposited the earnest money of Rs. 1,00,000/- (Rupees One Lac only) will not bear any interest and is liable for forfeiture. I, If our offer is withdrawn within the validity period of acceptance by the Employer. Or II. If the contract agreement is not executed by us within 7 days from the date of receipt of the letter of acceptance. Or III. If we fail to pay the initial security deposit as stipulated. Or IV. If the work is not commenced within 3 days after issue of work order. 5. I / We understand that you are not bound to accept the lowest or any tender you receive. CERSAI/TAPL Page 12

13 The names of DIRECTORS / PARTNER of our firm are: Yours faithfully, Name of Partner / Director of the firm, authorized to sign or Name of person having power of attorney to sign the contract. (Certified true copy of power of attorney should be attached) Signature.. Designation.. Signature and address of witnesses: a. Signature.. Name. Address. b. Signature.. Name. Address. CERSAI/TAPL Page 13

14 ARTICLES OF AGREEMENT MADE THIS Day of 2013 BETWEEN CERSAI through the Chief Operating Officer, 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi (hereinafter called the Employer ) of the one part and of (hereinafter called the Contractor ) of the other part. WHEREAS the Employer is desirous of executing at as per schedule-i, to this agreement and has caused drawings, bills of quantities and specification describing the work to be done to be prepared by M/s Taneja Associates Pvt. Ltd., Architects & Planners, E-32, South Extension-I, New Delhi, (hereinafter called the Architects ). AND WHEREAS the said drawings, the bills of quantities marked pages to (inclusive) and the specifications as stated have been signed by or on behalf of the parties hereto: AND WHEREAS the Contractor has agreed to execute the work upon the conditions of tender and the general conditions of contract and further subject to the special conditions set forth in schedule-ii hereto attached (hereinafter collectively referred to as the said conditions ) as per the said drawings and as described in the said specification and included in the said bills of quantities for the sum of Rupees. ( Contractual Amount ) NOW IT IS HEREBY AGREED AS FOLLOWS: 1. IN consideration of payment of the Contractual Amount to be paid at the time and in the manner set forth in the said conditions, the contractor shall upon and subject to the said drawings and described in the said specification and bills of quantities. 2. The Employer shall pay to the Contractor the said Contractual Amount or such other sum as shall become payable hereunder at the times and in the manner specified hereinafter. 3. The term The Architects in the said conditions shall mean M/s. Taneja Associates Pvt. Ltd., E-32, South Extension-I, New Delhi , or in the event of their ceasing to be Architects for the purposes of this contract, such other persons as shall be nominated for that purpose by the Employer, not being a person to whom the contractor shall object for reasons considered to be sufficient by the Employer mentioned in the said conditions. 4. The tender documents, general & Special conditions, specifications and priced bills of quantities shall be read and construed as forming part of this agreement, and the parties hereto shall respectively abide by and submit themselves to the conditions and stipulations and perform the agreement on their parts respectively in such conditions, specifications and priced bills of quantities contained. 5. This agreement is subject to jurisdiction of courts in Delhi only. CERSAI/TAPL Page 14

15 SCHEDULE I Interior, Furnishing, Electrical, & Air conditioning works for CERSAI at 5 th Floor, MTNL Building, Bhikaji Cama Place, New Delhi, all as described in Tender and drawings inclusive hereto as specifications. SCHEDULE II The following letters/ correspondence form a part of agreement: As witness our hands the day and year first above written, In presence of Signature: Name: Occupation: Address: Signature by the said employer Name: Designation: Address: In presence of Signature: Name: Occupation: Address: Signature by the said Contractor Name: Designation: Address: CERSAI/TAPL Page 15

16 GENERAL CONDITIONS OF CONTRACT 1.0 Definitions: Contract means the documents forming the tender and the acceptance thereof and the formal agreement executed between CERSAI (client) and the contractor, together with the documents referred therein including these conditions, the specifications, designs, drawings and instructions issued from time to time by the architects / CERSAI and all these documents taken together shall be deemed to form one contract and shall be complementary to one another. 1.1 In the contract the following expressions shall, unless the context otherwise requires, have the meaning hereby respectively assigned to them CERSAI shall mean Central Registry of Securitisation Asset Reconstruction & Security Interest of India (client) and includes the client s representatives, successors and assigns. Architects/consultants shall mean M/s Taneja Associates Pvt. Ltd., E-32, South Extension-I, 2 nd floor, New Delhi The Contractor shall mean the individual or firm or company whether incorporated or not, undertaking the works and shall include legal personal representative of such individual or the composing the firm or company and the permitted assignees of such individual or firms of company. The expression works or work shall mean the permanent or temporary work described in the Scope of work and / or to be executed in accordance with the contract and includes materials, apparatus, equipment, temporary supports, fittings and things of all kinds to be provided, the obligations of the contractor hereunder and work to be done by the contractor under the contract Drawings shall mean the drawings prepared by the Architects and issued by the Engineer and referred to in the specifications and any modifications of such drawings as may be issued by the Engineer from time to time. Contract value shall mean the value of the entire work as stipulated in the letter of acceptance of tender subject to such additions thereto or deductions there from as may be under the deductions there from as may be made under the provision herein after contained Defect liability period means one year (365 days) from the date of release of final bill of contractor Specifications shall mean the specifications referred to in the tender and any modifications thereof as may time to time be furnished or approved by the architect / consultant Month means calendar month Week means seven consecutive days Day means a calendar day beginning and ending at 00 Hrs. and 24 Hrs. respectively. CERSAI/TAPL Page 16

17 2.0 Total Security Deposit Total Security Deposit comprise of Earnest Money Deposit Initial Security Deposit Retention Money a) Earnest Money Deposit: CLAUSE The tenderer shall furnish EMD of Rs. 1,00,000/- (Rupees One Lac only). No tender shall be considered unless the EMD is not deposited in the required form. No interest shall be paid on this EMD. The EMD of the unsuccessful tenderer shall be refunded after the decision to award the contract is taken without interest. The EMD shall stand absolutely forfeited if the tenderer revokes his tender at any time the period when he is required to keep his tender open acceptance by the CERSAI or after it is accepted by the CERSAI the contractor fails to enter into a formal agreement or fails to pay the initial security deposit as stipulated or fails to commence the work within the stipulated time. b) Initial Security Deposit (ISD) The amount of ISD shall be 2% of accepted value of tender including the EMD in the form of e-payment or D/D drawn on any scheduled Bank and shall be deposited within seven days from the date of acceptance of tender. c) Retention Money: Besides the ISD as deposited by the contractor in the above said manner the retention money shall be deducted from the running account bill at the rate of 10% of the gross value of work done by the contractor and claimed in each bill provided the total security deposit i.e. the ISD plus Retention Money shall both together not exceed 5% of the contract value. 50% of the total security deposit shall be refunded to the contractor without any interest on issue of Virtual Completion certificate by the Architect / consultant. The balance 50% of the total security deposit shall be refunded to the contractors without interest within fifteen days after the end of defects liability period of 1 year of actual completion provided the contractor has satisfactorily attended to all defects in accordance with the conditions of contract including site clearance. d) Language The language in which the contract documents shall be drawn shall be in English. 3.0 Errors, omissions and discrepancies In case of errors, omissions and / or disagreement between written and scaled dimensions on the drawings or between the drawings and specifications etc., the following order shall apply. i) Between scaled and written dimension (or description) on a drawing, the latter shall be adopted. ii) iii) Between the written or shown description or dimensions in the drawings and the correspondence one in the specification the former shall be taken as correct. Between written description of the item in the specifications and descriptions in bills of quantities of the same item, the former shall be adopted. a) In case of difference between rates written in figures and words, the rate in words shall prevail. b) Between the duplicate / subsequent copies of the tender, the original tender shall be taken as correct. 4.0 Scope of work: The contractor shall carryout complete and maintain the said work in every respect in strictly accordance with this contract and with the directions of and to the satisfaction of the CERSAI to be communicated through the architect / consultant. The architect / consultant at the directions of the CERSAI from time to time issue further drawings and / or written instructions, details directions and explanations which are hereafter CERSAI/TAPL Page 17

18 collectively referred to as Architect s / consultant s instructions in regard to the variation or modification of the design, quality or quantity of work or the addition or omission or substitution of any work. Any discrepancy in the drawings or between the BOQ and / or specifications. The removal from the site of any material brought thereon by the Contractor and any substitution of any other materials therefore the removal and / or reexecution of any work executed by him. The dismissal from the work of any person employed / engaged thereupon. 5.0 i) Letter of Acceptance: Within the validity period of the tender the CERSAI shall issue a letter of acceptance either directly or through the architect by registered post or otherwise depositing at the address of the contractor as given in the tender to enter into a Contract for the execution of the work as per the terms of the tender. The letter of acceptance shall constitute a binding contract between the CERSAI and the contractor. ii) Contract Agreement: On receipt of intimation of the acceptance of tender from the CERSAI / Architect the successful tenderer shall be bound to implement the contract within seven days, thereof he shall sign an agreement in a non-judicial stamp paper of appropriate value. 6.0 Ownership of drawings: All drawings, specifications and copies thereof furnished by the CERSAI through its architects / consultants are the properties of the CERSAI. They are not to be used on other work. 7.0 Detailed drawings and instructions: The CERSAI through its architects / consultants shall furnish with reasonable promptness additional instructions by means of drawings or otherwise necessary for the proper execution of work. All such drawings and instructions shall be consistent with the contract documents, true developments thereof and reasonably inferable there from. The work shall be executed in conformity therewith and the contractor prepare a detailed programmed schedule indicating therein the date of start and completion of various activities on receipt of the wok order and submit the same to the CERSAI through the architect / consultant. 8.0 Copies of Agreement Two copies of agreement duly signed by both the parties (CERSAI & CONTRACTOR) with the drawings shall be handed over to the contractors. 9.0 Liquidated damages: If the contractor fails to maintain the required progress in terms of clause 27 of GCC or to complete the work and clear the site including vacating their office on or before the contracted or extended date at the sole direction of CERSAI or completion without justification in support of the cause of delay, he may be called upon without prejudice to any other right of remedy available under the law to the CERSAI on account of such breach to pay a liquidated damages at the rate of 2% of the contract value per week which subject to a maximum of 20% of the contract value. The liquated damages payable by the contractor shall be adjusted from any of the security deposit / retention money / outstanding bills, if not paid otherwise Materials, Appliances and Employees Unless or otherwise specified the contractor shall provide and pay for all materials, labour, water, power, tools, equipment transportation and any other facilities that are required for the satisfactory execution and completion of the work. Unless or otherwise specified all materials shall be new and both workmanship and materials shall be of best quality. The contractor shall at all times enforce strict discipline and good order among his employees and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him. Workman whose work or behavior is found to be unsatisfactory by the CERSAI / architect/ consultant he shall be removed from the site immediately Setting out Work: The contractor shall set out the work and shall be responsible for the true and perfect setting out of the same CERSAI/TAPL Page 18

19 and for the correctness of the positions, levels, dimensions, and alignment of all parts thereof and get it approved by the architect/ consultant before proceeding with the work. If at any time any error in this respect shall appear during the progress of the works, irrespective of the fact that the layout had been approved by the architect / consultant the contractor shall be responsible for the same and shall at his own expenses rectify such error, if so, required to satisfaction of the CERSAI Inspection of work: The CERSAI / Architect / Consultant or their representatives shall at all reasonable times have free access to the work site and/ or to the workshop, factories, or other places where materials are lying or from where they are obtained and the contractor shall give every facility to the CERSAI, Architect / consultant and their representatives necessary for inspection and examination and test of the materials and workmanship. No person unless authorized by the CERSAI/ Architect / Consultant except the representative of Public authorities shall be allowed on the work at any time. The proposed work either during its construction stage or its completion can also be inspected by the Chief Technical Examiner s organization a wing of Central Vigilance Commission Assignment and subletting The whole of work included in the contact shall be executed by the contractor and he shall not directly entrust and engage or indirectly transfer, assign or underlet the contract or any part or share thereof or interest therein without the written consent of the CERSAI and no undertaking shall relieve the contractor from the responsibility of the contractor from active superintendence of the work during its progress Quality of materials, workmanship & Test All materials and workmanship shall be best of the respective kinds described in the contract and in accordance with Architect / consultant instructions and shall be subject from time to time to such tests as the architect / consultant may direct at the place of manufacture or fabrication or on the site or an approved testing laboratory. The contractor shall provide such assistance, instruments, machinery, labour, and materials as are normally required or examining measuring sampling and testing any material or part of work before incorporation in the work before incorporation in the work or testing as may be selected and required by the architect / consultant. i) Samples All samples of adequate numbers, size, shades and pattern as per specifications shall be supplied by the contractor with out any extra charges. If certain items proposed to be used are of such nature that samples cannot be presented or prepared at the site detailed literature / test certificate of the same shall be provided to the satisfaction of the Architect / consultant. Before submitting the sample / literature the contractor shall satisfy himself that the material / equipment for which he is submitting the sample / literature meet with the requirement of tender specification. Only when the samples are approved in writing by the architect / consultant the contractor shall proceed with the procurement and installation of the particular material / equipment. The approved samples shall be signed by the Architect / Consultant for identification and shall be kept on record at site office until the completion of the work for inspection / comparison at any time. The Architect / Consultant shall take reasonable time to approve the sample. Any delay that might occur in approving the samples for reasons of its not meeting the specifications or other discrepancies inadequacy in furnishing samples of best qualities from various manufacturers and such other aspects causing delay on the approval of the materials / equipment etc. shall be to the account of the contractor Obtaining Information related to execution of work No claim by the contractor for additional payment shall be entertained which is consequent upon failure on his part to obtain correct information as to any matter affecting the execution of the work nor any misunderstanding or the obtaining incorrect information or the failure to obtain correct information relieve him form nay risks or from the entire responsibility for the fulfillment of contract Contractor s superintendence The contractor shall give necessary personal superintendence during the execution of the works and as long, thereafter, as the Architect / consultant may consider necessary until the expiry of the defects liability period stated hereto. CERSAI/TAPL Page 19

20 17.0 Quantities i) The bill of quantities (BOQ) unless or otherwise stated shall be deemed to have been prepared in accordance with the Indian Standard Method of Measurements and quantities. The rate quoted shall remain valid for variation of quantity against individual item to any extent subject to maximum variation of the contract value by 25%. The entire amount paid under Clause 19, 20 hereof as well as amounts of prime cost and provisional sums, if any, shall be excluded. ii) Variation exceeding 25%: The items of work executed in relation to variation exceeding 25% shall be paid on the basis of provisions mention below Works to be measured The Architect / Consultant may from time to time intimate to the contractor that he required the work to be measured and the contractor shall forthwith attend or send a qualified representative to assist the Architect in taking such measurements and calculations and to furnish all particulars or to give all assistance required by any of them. Such measurements shall be taken in accordance with the Mode of measurements detailed in the specifications. The representative of the Architect / Consultant shall take joint measurements with the contractor s representative and the measurements shall be entered in the measurement book. The contractor or his authorized representative shall sign all the pages of the measurement book in which the measurements have been recorded in token of his acceptance. All the corrections shall be duly attested by both representatives. No over writings shall be made in the M book should the contractor not attend or neglect or omit to depute his representative to take measurements then the measurements recorded by the representative of the Architect / consultant shall be final. All authorized extra work, omissions and all variations made shall be included in such measurement Variations No alteration, omission or variation ordered in writing by the Architect / consultant shall vitiate the contract. In case the CERSAI / Architect / Consultant thinks proper at any time during the progress of works to make any alteration in, or additions to or omissions from the works or any alteration in the kind or quality of the materials to be used therein, the Architect / Consultant shall give notice thereof in writing to the contractor or shall confirm in writing within seven days of giving such oral instructions the contractor shall alter to, add to, or omit from as the case may be in accordance with such notice, but the contractor shall not do any work extra to or make any alterations or additions to or omissions from the works or any deviation from any of the provisions of the contract, stipulations, specifications or contract drawings without previous consent in writing of the Architect / Consultant and the value of such extras, alterations, additions or omissions shall in all cases be determined by the Architect / Consultant and the same shall be added to or deducted from the contract value, as the case may be Valuation of Variations No claim for an extra shall be allowed unless it shall have been executed under the authority of the Architect / Consultant with the concurrence of the CERSAI as herein mentioned. Any such extra is herein referred to as authorized extra and shall be made in accordance with the following provisions. a) i) The net rates or prices in the contract shall determine the valuation of the extra work where such extra work is of similar character and executed under similar conditions as the work priced herein. ii) Rates for all items, wherever possible should be derived out of the rates given in the priced BOQ. a) The net prices of the original tender shall determine the value of the items omitted, provided if omissions do not vary the conditions under which any remaining items of works are carried out, otherwise the prices for the same shall be valued under sub-clause (c) hereunder. b) Where the extra works are not of similar character and /or executed under similar conditions as aforesaid or where the omissions vary the conditions under which any remaining items or works are carried out, then the contractor shall within 7 days of the receipt of the letter of acceptance inform the Architect / consultant of the rate which he intends to charge for such items of work, duly supported by analysis of the rate or rates claimed and the Architect / Consultant shall fix such rate or prices as in the circumstances in his opinion reasonable and proper, based on the market, rate. CERSAI/TAPL Page 20

21 c) Where extra work cannot be properly measured or valued the contractor shall be allowed day work prices at the net rates stated in the tender of the BOQ or, if not, so stated then in accordance with the local day work rates and wages for the district; provided that in either case, vouchers specifying the daily time (and if required by the Architect / Consultant) the workman s name and materials employed be delivered for verifications to the Architect / consultant at or before the end of the week following that in which the work has been executed. d) It is further clarified that for all such authorized extra items where rates cannot be derived from the tender, the Contractor shall submit rates duly supported by rate analysis worked on the market rate basis for material, labour, hire / running charges of equipment and wastage etc. plus 15% towards establishment charges, contractor s overheads and profit. Such items shall not be eligible for escalation Final measurement The final measurement, valuation and payment in respect of the contract shall be completed within six months of the virtual completion of the work Virtual completion certificate (VCC) On successful completion of entire works covered by the contract to the full satisfaction of the Architects / CERSAI, the contractor shall ensure that the following works have been completed to the satisfaction of the Architects / CERSAI. a) Clear the site of all scaffolding, wiring, pipes, surplus materials, contractor s labour, equipment and machinery. b) Demolish, dismantle and remove the contractor s site office, temporary works, structures including labour sheds/camps and constructions and other items and things whatsoever brought upon or erected at the site or premises allotted to the contractor by the CERSAI and not incorporated in the permanent works. c) Remove all rubbish, debris etc. from the site / premises allotted to the contractor by the CERSAI and shall clear, level and dress, compact the site as required by the CERSAI. d) Shall put the CERSAI in undisputed custody and possession of the site / premises allotted by the CERSAI. e) Shall hand over the work in a peaceful manner to the CERSAI. f) All defects / imperfections have been attended and rectified as pointed out by the CERSAI to the full satisfaction of CERSAI. Upon the satisfactory fulfillment by the contractor as stated above, the contractor shall be entitled to apply to the Architect / consultant is satisfied of the completion of the work. Relative to which the completion certificate has been sought, the Architect / consultant shall within fourteen (14) days of the receipt of the application for virtual completion certificate, issue a VCC in respect of the work for which the VCC has been applied. This issuance of a VCC shall be without prejudice to the CERSAI s rights and contractor s liabilities under the contract including the contractor s liability for defects liability period nor shall the issuance of VCC in respect of the works or work at any site be construed as a waiver of any right or claim of the CERSAI against the contractor in respect of works or work at the site and in respect of which the VCC has been issued Work by other agencies The CERSAI / Architect / consultant reserves the rights to use premises and any portion of the site for execution of any work not included in the scope of this contract which it may desire to have carried out by other persons simultaneously and the contractor shall not only allow but also extend reasonable facilities for the execution of such work, the contractor, however, shall not be required to provided any plant or material for the execution of such work except by special arrangement with the CERSAI. Such work shall be carried out in such manner as not to impede the progress of the works included in the contract. 24 Damage to persons and property The contractor shall, except if and so far as the contract provides otherwise hereby indemnify the CERSAI against all losses and claims in respect of injuries or damages to any person or material or physical damage to any property whatsoever which may arise out of or in consequence of the execution and maintenance of the works and against all claims proceedings, damages, costs, charges and expenses whatsoever in respect CERSAI/TAPL Page 21

INS BRANCH AT NEW DELHI

INS BRANCH AT NEW DELHI TENDER ID: DEL201903038 SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR INTERIOR FURNISHING WORK AT INS BRANCH AT NEW DELHI 1 Contractor s Signature & Stamp INDEX S. NO. DESCRIPTION PAGE NOS.

More information

DELHI UNIVERTSITY BRANCH, NEW DELHI

DELHI UNIVERTSITY BRANCH, NEW DELHI SBI INRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR ELECTRICAL WORKS AT DELHI UNIVERTSITY BRANCH, NEW DELHI CLIENT: ARCHITECT: SBI INFRA MGMT. SOL. PVT. LTD. M/s VASTU SADAN PVT. LTD. 5 TH FLOOR,

More information

DELHI UNIVERTSITY BRANCH, NEW DELHI

DELHI UNIVERTSITY BRANCH, NEW DELHI SBI INRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR INTERIOR FURNISHING & FURNITURE WORKS AT DELHI UNIVERTSITY BRANCH, NEW DELHI CLIENT: ARCHITECT: SBI INFRA MGMT. SOL. PVT. LTD. M/s VASTU SADAN

More information

SBI BRANCH AT 74 JANPATH, NEW DELHI

SBI BRANCH AT 74 JANPATH, NEW DELHI SBI INRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR ELECTRICAL WORK AT SBI BRANCH AT 74 JANPATH, NEW DELHI 1 Contractor s Signature & Stamp INDEX S. NO. DESCRIPTION PAGE NOS. 1. INDEX OF TENDER

More information

RK ASHRAM METRO STATION, PAHARGANJ, BRANCH, NEW DELHI

RK ASHRAM METRO STATION, PAHARGANJ, BRANCH, NEW DELHI SBI INRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR INTERIOR FURNISHING & FURNITURE WORKS AT RK ASHRAM METRO STATION, PAHARGANJ, BRANCH, NEW DELHI CLIENT: ARCHITECT: SBI INFRA MGMT. SOL. PVT. LTD.

More information

SBI BRANCH AT SANGAM VIHAR, NEW DELHI

SBI BRANCH AT SANGAM VIHAR, NEW DELHI SBI INRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR ELECTRICAL WORK AT SBI BRANCH AT SANGAM VIHAR, NEW DELHI CLIENT: ARCHITECT: SBI INFRA MGMT. SOL. PVT. LTD. RAJIV MARWAH & ASSOCIATES 5 TH FLOOR,

More information

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171

Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : /171 Guru Gobind Singh Indraprastha University Sector-16 C, Dwarka, New Delhi Tel. No. : 011-25302170/171 Ref. No. GGSIPU/PRO/2017-2018/(1) Dated: 05 th December, 2017 NOTICE INVITING e-tender Nature of the

More information

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD - 500019 Ph NO: 23463304 NOTICE INVITING TENDER NIT NO: 04 /2017-18 STATE BANK INSTITUTE OF RURAL DEVELOPMENT (SBIRD) invites sealed tenders

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Construction of Walkway and Infrastructural facilities to Kallidumbil-Aattutheeram in

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED CIVIL WORKS OF MAIN

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITES TENDERS ON BEHALF OF SBI FOR PROPOSED AIR CONDITIONING WORK

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD.

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD. NIT NO SBIIMS/263/2018 DATE 20/11/2018 SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD. IN A SINGLE BID PROCESS. FOR Repairing

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED ELECTRICAL WORKS AT

More information

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises) NAME OF WORK: Various works @ Utsava madom building at North Nada of Sree Padmanabha Swami Temple, Thiruvananthapuram

More information

ELECTRICAL WORKS AT SBI RATAN LAL NAGAR BRANCH A.O. KANPUR

ELECTRICAL WORKS AT SBI RATAN LAL NAGAR BRANCH A.O. KANPUR SBI INRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER DOCUMENT FOR ELECTRICAL WORK (Volume-1) FOR ELECTRICAL WORKS AT SBI RATAN LAL NAGAR BRANCH A.O. KANPUR TENDER ID- :LUC201902069 CLIENT: SBI INFRA MGMT. SOL.

More information

Disable friendly Washrooms at hostel blocks (A & E)

Disable friendly Washrooms at hostel blocks (A & E) Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender

More information

PART A: TECHNICAL BID

PART A: TECHNICAL BID SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. CIRCLE OFFICE, THIRD FLOOR, STATE BANK OF INDIA, SYNERGY BUILDING, C-6, G-BLOCK, BANDRA KURLA COMPLEX, BANDRA EAST, MUMBAI-400051 PART A: TECHNICAL BID TENDER FOR:

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION NOTICE INVITING QUOTATION Sealed tenders under two bid (technical and financial) system are hereby invited from experienced service providers for providing the CCTV surveillance system in various Examination

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21 Page 1 of 164 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED INTERIOR

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21 TENDER FOR PROPOSED ELECTRICAL INSTALLATION WORK OF UDAYAN BUILDING

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD.

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. TENDER ID MUM201903016 DATE: 18.03.2019 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. CIRCLE OFFICE, THIRD FLOOR, STATE BANK OF INDIA, SYNERGY BUILDING, C-6, G-BLOCK, BANDRA KURLA COMPLEX, BANDRA EAST, MUMBAI-400051

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (WHOLLY OWNED SUBSIDIARY OF SBI)

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (WHOLLY OWNED SUBSIDIARY OF SBI) SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (WHOLLY OWNED SUBSIDIARY OF SBI) SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED FURNITURE WORKS FOR 1st FLOOR, SBI RACC GREEN CHOWK BRANCH, MORBI FROM THE

More information

SARDAR VALLABHBHAI PATEL INTERNATIONAL SCHOOL OF TEXTILES AND MANAGEMENT

SARDAR VALLABHBHAI PATEL INTERNATIONAL SCHOOL OF TEXTILES AND MANAGEMENT SARDAR VALLABHBHAI PATEL INTERNATIONAL SCHOOL OF TEXTILES AND MANAGEMENT 1483, Avinashi Road, Peelamedu, Coimbatore-641004 Phone: 91-422-2570855, 2592205 Fax No. 91-422-2571623 E-mail: director@svpitm.ac.in.

More information

SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED FURNISHING WORKS FOR RAIYAROAD BRANCH AT RAJKOT FROM

SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED FURNISHING WORKS FOR RAIYAROAD BRANCH AT RAJKOT FROM SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. CIRCLE OFFICE, AHMEDABAD STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED

More information

SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED FURNISHING WORKS FOR UPLETA BRANCH (05949) AT UPLETA DISTT-RAJKOT FROM

SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED FURNISHING WORKS FOR UPLETA BRANCH (05949) AT UPLETA DISTT-RAJKOT FROM SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. CIRCLE OFFICE, AHMEDABAD STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED

More information

NOTICE INVITING TENDER FOR DISPOSAL/LIFTING OF SCRAP AND WASTE MATERIALS

NOTICE INVITING TENDER FOR DISPOSAL/LIFTING OF SCRAP AND WASTE MATERIALS JANAKPURI SUPER SPECIALITY HOSPITAL SOCIETY (AN AUTONOMOUS INSTITUTE) UNDER GOVT. OF NCT OF DELHI C-2B, JANAKPURI, NEW DELHI - 110058 Website: www.jsshs.org, www.health.delhigovt.nic.in Email: janakpurijssh@yahoo.com

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED AIRCONDITIONING WORKS

More information

Development of Automation Software for Bodoland University

Development of Automation Software for Bodoland University BODOLAND UNIVERSITY KOKRAJHAR-783370, BTAD (ASSAM) Expression of Interest For Development of Automation Software for Bodoland University (EOI. BU/SystAdmin/UAS/2017/02) Bodoland University Kokrajhar-783370,

More information

Page 1 of 120 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD.

Page 1 of 120 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Page 1 of 120 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA. LOCAL HEAD OFFICE, 3 rd FLOOR, C-6,G- BLOCK, SYNERGY BUILDING, BANDRA-KURLA COMPLEX, BANDRA (EAST), MUMBAI-400 051 PART A: TECHNICAL

More information

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5.

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5. INVITATION TO TENDER AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS GOVERNING TO PROVIDE WATCH & WARD AT SIMLA KALI BARI, SHIMLA - 171001 (H.P.) w.e.f. 01-01-2019 for a period of one year (extendable

More information

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER 1. Item rate sealed limited tenders are invited for Comprehensive Annual Maintenance Contract of Security System and Automatic

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED INTERIOR WORK AT IFSC

More information

CHHATTISGARH SWAMI VIVEKANAND TECHNICAL UNIVERSITY, BHILAI

CHHATTISGARH SWAMI VIVEKANAND TECHNICAL UNIVERSITY, BHILAI CHHATTISGARH SWAMI VIVEKANAND TECHNICAL UNIVERSITY, BHILAI Newai, P.O. Newai Disstt. Durg, PIN 491107 Ph. No. : 0788-2200062, Fax No. : 0788-22445020, Website: www.csvtu.ac.in, E-mail : registrar@csvtu.ac.in

More information

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T) 1. Item rate sealed tenders are invited for Replacing of MS Gate with auto sensing SS gates at CSIR Science Centre, Lodhi Road,

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED CIVIL WORK AT IFSC BANKING

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED CIVIL WORKS FOR REFURNISHING

More information

Page 1 of 107 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD.

Page 1 of 107 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Page 1 of 107 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA. LOCAL HEAD OFFICE, 3 rd FLOOR, C-6, G- BLOCK, SYNERGY BUILDING, BANDRA-KURLA COMPLEX, BANDRA (EAST), MUMBAI-400 051 PART A: TECHNICAL

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1.0 Tenders are invited on the behalf of the Director, IIT Indore, for the following work from eligible contractors registered/enlisted with

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21 SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21 TENDER FOR PROPOSED INTERIOR RENOVATION, FURNISHING AND ELECTRICAL WORKS

More information

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi 1/6 SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi-110201 Last date for submission of Tender is 04.04.2019 upto 03:00 p.m. F.No.109/CWP/19/SCI(AM) Dated the 14 th March, 2019 NOTICE

More information

Tender No: DAFFPL/MOD/FF/ /06 15 th July, 2015

Tender No: DAFFPL/MOD/FF/ /06 15 th July, 2015 Tender No: DAFFPL/MOD/FF/2015-16/06 15 th July, 2015 Dear Sirs, Sealed offer is invited by Delhi Aviation Fuel Facility Private Limited for the work as detailed below: 1. Name of the work : Construction

More information

Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete.

Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete. AN ISO 9001 & 14001 COMPANY TENDER DOCUMENT TENDER No: PAT/CON/720/01 DATED 17/02/2016 FOR Tender For Construction Of 5.00 Llpd Dairy Plant at Dehri-On- Sone, Bihar, From Grid Y11 To Y19 etc complete.

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED AIR CONDITIONING WORKS

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMRIDDHI BHAWAN, 1, STRAND ROAD,KOLKATA

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMRIDDHI BHAWAN, 1, STRAND ROAD,KOLKATA SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMRIDDHI BHAWAN, 1, STRAND ROAD,KOLKATA 700001. SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR REPAIR & RENOVATION CIVIL

More information

Tender No GSO/CED/CE/TR - 410/2011

Tender No GSO/CED/CE/TR - 410/2011 Government of India Department of Atomic Energy General Services Organisation Civil Engineering Division Tender No GSO/CED/CE/TR - 410/2011 Sealed item rate tenders in TWO Parts in the prescribed forms

More information

LOOSE & FIXED FURNITURE WORK

LOOSE & FIXED FURNITURE WORK TENDER DOCUMENTS PART A (TECH. BID) LOOSE & FIXED FURNITURE WORK RE-FURNISHING OF State Bank of India SSI Sanala road Morbi branch Near Omshanti Vidyalay, Opp. Sardar Baug Sanala Road, Morbi - 363641 Sonal

More information

Name of work: - Supply and Installation of Electrical fittings at CSIR Scientist Apartments, Maharani Bagh, New Delhi C O N T E N T S

Name of work: - Supply and Installation of Electrical fittings at CSIR Scientist Apartments, Maharani Bagh, New Delhi C O N T E N T S Name of work: - Supply and Installation of Electrical fittings at CSIR Scientist Apartments, Maharani Bagh, New Delhi C O N T E N T S S.NO: DESCRIPTION: NO.OF PAGES: 1. Contents 1 2. Notice Inviting Tenders

More information

State Bank of India GB, INDORE TENDER FOR PROPOSED ELECTRICAL WORKS

State Bank of India GB, INDORE TENDER FOR PROPOSED ELECTRICAL WORKS State Bank of India GB, INDORE TENDER FOR PROPOSED ELECTRICAL WORKS OF SBI NEW RACPC AT UPPER GROUND AND FIRST FLOOR VIDYARAJ ANNEXE BUILDING, BASANT VIHAR, RING ROAD, INDORE. TENDER DOCUMENTS (Tender

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF LUCKNOW, CIRCLE EOI REFERENCE NO. :

More information

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel: TENDER DOCUMENT 7 th Generation Core i7 Branded Laptop Computer Cell, Research Center, UET, Lahore. Tel: +92-42-99029101 1 REQUEST FOR PROPOSALS TERMS AND CONDITIONS For Procurement of 7 th Generation

More information

JAMSHEDPUR (TATANAGAR)

JAMSHEDPUR (TATANAGAR) TENDER FOR SALE OF FLATS IN ASHIANA CENTRE JAMSHEDPUR (TATANAGAR) TECHNO- COMMERCIAL BID 1 RE:JAMSHEDPUR DATE :16.09.2013 TENDER COVER LETTER Tender for Sale of 6 nos. flats along with 6 nos. of car parking

More information

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT Tenders are hereby invited for the work of SITC OF SOLAR WATER HEATING SYSTEM at Guest Houses of CSIR Complex, Science Centre & MBSA Ashram Chauk,

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD 380 006. TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF VISITOR'S MANAGEMENT SYSTEM AT BOB

More information

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH)

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH) HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH) INVITES TENDERS FROM SOFTWARE DEVELOPMENT/ SUPPLIER/ VENDORS FIRMS/ ASSOCIATIONS/ COMPANIES FOR PROVIDING

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidiary of SBI )

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidiary of SBI ) SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidiary of SBI ) TENDERS FOR PROPOSED INTERIOR WORKS OF AT SBI FORT SONGADH BRANCH (00281), DISTT. TAPI FROM THE SBI APPROVED EMPANELLED FURNITURE

More information

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER 1 Employees State Insurance Corporation Model Hospital (Ministry of Labour & Employment, Govt. of India) Rajaji Nagar, Bangalore - 10 Ph No.: 080-23320271/272 Fax: 080-23325130 No. 53210/ESICMH/NR/Tender/2014-

More information

CANTONMENT BOARD AMBALA

CANTONMENT BOARD AMBALA APPENDIX 'A' TO NOTICE INVITING TENDER CANTONMENT BOARD AMBALA Name of Work : Stitched school uniforms for CB School students. 1. Estimated Cost Rs 05 Lac 2. Earnest Money Deposit Rs 10000/- 3. Security

More information

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A. West Bengal Tourism Development Corporation Llimited (A Govt. of West Bengal Undertaking) Udayachal Tourist lodge (1 st Floor), DG Block, Sector II, Kolkata- 700091 Phones: 033 2359 7250, Fax : 033-2359-8292

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD.

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED INTERIOR RENOVATION

More information

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: - -

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: -   - Rs. 500.00/- CIVIL DEPARTMENT Name of the Work-RW: - GI Chainlink fencing Name of the Bidder: - Address: - Phone No.: - Mobile: - Email: - (Employer) Invitation of tenders for GI Chainlink fencing Ref.

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidery of SBI )

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidery of SBI ) SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidery of SBI ) TENDERS FOR PROPOSED INTERIOR WORKS OF RENOVATION AT FIRST FLOOR, SBI VYARA MAIN BRANCH FROM THE SBI APPROVED EMPANELLED FURNITURE

More information

ICSI HOUSE, C-36, SECTOR-62, NOIDA Ref: ICSI/Waste items/2018 December 07, 2018

ICSI HOUSE, C-36, SECTOR-62, NOIDA Ref: ICSI/Waste items/2018 December 07, 2018 Ref: ICSI/Waste items/2018 December 07, 2018 Sub: Request for Quotations (RFQ) for Lifting / removal of damaged online UPS, Batteries and UPS Chargers on as it is where it is basis at ICSI House C-36 /

More information

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur Tender For Consultancy Services for Auditorium interior works At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : 05 th December, 2015 NIT No. : Pre-Bid Meeting : 18 th December, 2015

More information

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC TAMILNADU MEDICAL SERVICES CORPORATION LIMITED (A Government of Tamilnadu Undertaking) 417, Pantheon Road, Egmore, Chennai 600 008. Phone: 044-2819 1890, 2819 0259/ Fax: 044-2819 0636 Website: www.tnmsc.com

More information

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg F-43-95/2011/NIOS/Admn./Pur 16.7. 2012 M/s....... Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National Institute

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER Paschim Banga Resham Shilpi Samabaya Mahasangha Limited, 5/1, Siddha Fifth Avenue, 5 th Floor, Kasba Industrial Estate, Phase I, E. M. Bye Pass (East), Kolkata - 700 107 NOTICE INVITING TENDER Paschim

More information

No. 6-3/2003 WL-I (pt-11) (vol.2) Government of India/Bharat Sarkar Ministry of Environment & Forests (Wildlife Division)

No. 6-3/2003 WL-I (pt-11) (vol.2) Government of India/Bharat Sarkar Ministry of Environment & Forests (Wildlife Division) No. 6-3/2003 WL-I (pt-11) (vol.2) Government of India/Bharat Sarkar Ministry of Environment & Forests (Wildlife Division) To, Paryavaran Bhavan, CGO Complex, Lodhi Road, New Delhi-110003 Dated: 29 th August,

More information

RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015

RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015 RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015 24th October to 10th November 2015 The Tender can be downloaded from : www.ncfindia2015.in [ website of Mahotsav ] www.culturenorthindia.com

More information

Short Term Tender For Creative designing of a Logo and Tagline for Daman & Diu. Tender Ref No: F-23019/28/2018-DDTOURISM/496

Short Term Tender For Creative designing of a Logo and Tagline for Daman & Diu. Tender Ref No: F-23019/28/2018-DDTOURISM/496 Short Term Tender For Creative designing of a Logo and Tagline for Daman & Diu Tender Ref No: F-23019/28/2018-DDTOURISM/496 25 th September 2018 Issued by Society for Promotion of Tourism, Art and Culture

More information

F. NO.6.1(RO SYSTEM)/JNVM/2013/ DATED : 18/03/13

F. NO.6.1(RO SYSTEM)/JNVM/2013/ DATED : 18/03/13 TENDER FORM Cost : Rs.200/- (Rupees Two Hundred only) JAWAHAR NAVODAYA VIDYALAYA - Cuttack (Run by Navodaya Vidyalaya Samiti, an Autonomous Organisation under Ministry of Human Resource Development, Department

More information

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg F 43-141/2013/NIOS/Admn./Pur 13 th May, 2013 To Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) No.7-8/RCI-2016/Policy Rehabilitation Council of India (A Statutory Body under the Ministry of Social Justice and Empowerment, Department of Empowerment of Persons with Disabilities) B-22, Qutub Institutional

More information

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD TENDER ID AHM201903002 DATE 05.03.2019 SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF

More information

THE ADMISSION COMMITTEE FOR PROFESSIONAL COURSES GUJARAT STATE, INDIA. Price Tender Form (PTF)

THE ADMISSION COMMITTEE FOR PROFESSIONAL COURSES GUJARAT STATE, INDIA. Price Tender Form (PTF) THE ADMISSION COMMITTEE FOR PROFESSIONAL COURSES GUJARAT STATE, INDIA L D College of Engineering Campus, Ahmedabad 380 015 E-mail Address: info@jacpcldce.ac.in Phone: (079) 26304118/26300360 Website: http://www.jacpcldce.ac.in

More information

PRINTING OF DIARY PART A (Technical Bid)

PRINTING OF DIARY PART A (Technical Bid) PRINTING OF DIARY 2018 PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Printers / Suppliers. b. General Rules and Instructions to the Empanelled

More information

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS NOTICE INVITING TENDERS For Engaging Statutory Auditors for Audit of Accounts / Accounts related work of the Society of Delhi Institute of Tool Engineering (DITE) Delhi Institute of Tool Engineering (DITE)

More information

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS Government of West Bengal Finance Department Data Processing Centre Nabanna 11 th Floor, Room 1105 325 Sarat Chatterjee Road Howrah -711102 118/FY/N/1E-248/2014 Dated: 11/11/2014 NOTICE INVITING TENDERS

More information

Ref: PW/CPA/ Dated: Sub: - Local courier service for delivery of local mail / documents of BHEL, PS-PEM, Noida.

Ref: PW/CPA/ Dated: Sub: - Local courier service for delivery of local mail / documents of BHEL, PS-PEM, Noida. BHARAT HEAVY ELECTRICALS LIMITED (A GOVERNMENT OF INDIA UNDER TAKING) POWER SECTOR - PROJECT ENGINEERING MANAGEMENT PPEI, HRDI & ESI COMPLEX, FILM CITY, PLOT NO.25, SECTOR 16A NOIDA (U.P.) 201301 Ref:

More information

FOR FURNISHING WORK OF UNION BANK OF INDIA, ARJUNI BRANCH (CHHATTISGARH) PREPARED ON BEHALF OF UNION BANK OF INDIA

FOR FURNISHING WORK OF UNION BANK OF INDIA, ARJUNI BRANCH (CHHATTISGARH) PREPARED ON BEHALF OF UNION BANK OF INDIA Union Bank of India, ARJUNI, Tender, May 2018 T E N D E R D O C U M E N T FOR FURNISHING WORK OF UNION BANK OF INDIA, ARJUNI BRANCH (CHHATTISGARH) PREPARED ON BEHALF OF UNION BANK OF INDIA BY ARVIND SINGH

More information

PART A : TECHNICAL BID

PART A : TECHNICAL BID SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA. LOCAL HEAD OFFICE, 3 rd FLOOR, C-6,G- BLOCK, SYNERGY BUILDING, BANDRA-KURLA COMPLEX, BANDRA (EAST), MUMBAI-400 051 TENDER No.:MUM201902048 PART

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF CHANDIGARH, CIRCLE EOI REFERENCE

More information

EXPRESSION OF INTEREST INVITED FOR. Annual Rate Contract of supply of Chemicals/ Glassware/Plastic wares/minor Equipments

EXPRESSION OF INTEREST INVITED FOR. Annual Rate Contract of supply of Chemicals/ Glassware/Plastic wares/minor Equipments EXPRESSION OF INTEREST INVITED FOR Annual Rate Contract of supply of Chemicals/ Glassware/Plastic wares/minor Equipments 2018-19 F. No. IGNTU/2018/P&S/ARC/ INDIRA GANDHI NATIONAL TRIBAL UNIVERSITY, AMARAKANTAK

More information

REGION - IV, JUNAGADH. STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE, 3RD FLOOR, MERRYGOLD - 3, OPP. BAHAUDDIN COLLEGE, JUNAGADH

REGION - IV, JUNAGADH. STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE, 3RD FLOOR, MERRYGOLD - 3, OPP. BAHAUDDIN COLLEGE, JUNAGADH SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR PROPOSED LOOSE & FIXED FURNITURE

More information

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal INTRODUCTION West Bengal Industrial Development Corporation

More information

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment.

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment. GOVERNMENT OF ANDHRA PRADESH DEPARTMENT OF INFORMATION AND PUBLIC RELATIONS: Vijayawada. **** Tender Schedule Terms and conditions for Empanelment of Print Media Advertising Agencies-2017 Department of

More information

(Rupees Six thousand only) refundable (without interest) in the form of Demand Draft/Pay order

(Rupees Six thousand only) refundable (without interest) in the form of Demand Draft/Pay order Government of India Ministry of Labour and Employment Directoratee General Factory Advice Services and Labour Institutes CENTRAL LABOUR INSTITUTE Sion, Mumbai-400022 No. 105/ /4/NRTL/Impact /2017-CLI Date

More information

OFFICE OF THE TRANSPORT COMMISSIONER, (CHAIRMAN STATE TRANSPORT AUTHORITY), J&K, GOVERNMENT, JAMMU TENDER NOTICE

OFFICE OF THE TRANSPORT COMMISSIONER, (CHAIRMAN STATE TRANSPORT AUTHORITY), J&K, GOVERNMENT, JAMMU TENDER NOTICE OFFICE OF THE TRANSPORT COMMISSIONER, (CHAIRMAN STATE TRANSPORT AUTHORITY), J&K, GOVERNMENT, JAMMU TENDER NOTICE No. TC/JK/Acctts/ 15-16/1108-10 Dated: - 15.02.2016 01.For and on behalf of the Governor

More information

Scanned by CamScanner

Scanned by CamScanner Scanned by CamScanner No. (Office of Secretary) NOIDA SPORTS TRUST Noida Stadium, Sector 21A, NOIDA *** TENDER DOCUMENT Tender for the provision for catering services for Noida Stadium The Noida Sports

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF CHANDIGARH, CIRCLE EOI REFERENCE

More information

JAMIA HAMDARD HAH CENTENARY HOSPITAL HAMDARD NAGAR, NEW DELHI Phone : , Extn 5326 Website :

JAMIA HAMDARD HAH CENTENARY HOSPITAL HAMDARD NAGAR, NEW DELHI Phone : , Extn 5326 Website : Phone : 26059688, Extn 5326 Website : www.jamiahamdard.edu NOTICE INVITING TENDER Sealed tenders are invited from the manufacturers / authorized distributors / importers for annual rate contract for the

More information

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD AT 21, NETAJI SUBHASH ROAD KOLKATA 700 001 TENDER REFERENCE ADMIN / 12 CORRSP TENDER NO: - 11/2015-2016 DATED

More information

C O N T E N T S S.NO: DESCRIPTION: NO.OF PAGES: 1. Contents Notice Inviting Tenders 4

C O N T E N T S S.NO: DESCRIPTION: NO.OF PAGES: 1. Contents Notice Inviting Tenders 4 Name of work: - Comprehensive annual maintenance contract of EPABX system installed at CSIR Hq., CSIR Vigyan Kendra and CSIR Scientist Apartments Guest House, Maharani Bagh at, New Delhi. C O N T E N T

More information

GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY The Patent Office at Bouddhik Sampada Bhawan, CP 2, Sector V, Salt Lake, Kolkata

GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY The Patent Office at Bouddhik Sampada Bhawan, CP 2, Sector V, Salt Lake, Kolkata GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY The Patent Office at Bouddhik Sampada Bhawan, CP 2, Sector V, Salt Lake, Kolkata - 700091 TENDER DOCUMENT: PART I (TECHNICAL BID) CONSTRUCTION AND RENOVATION

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

UNIVERSITY OF MADRAS TENDER NOTICE

UNIVERSITY OF MADRAS TENDER NOTICE UNIVERSITY OF MADRAS TENDER NOTICE Sealed Limited Tenders are invited by the Registrar, University of Madras from the reputed Vendors / Authorized dealers for Supply and fixing of Modular workstation seating

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information