TRADE AND DEVELOPMENT BANK (TDB)

Size: px
Start display at page:

Download "TRADE AND DEVELOPMENT BANK (TDB)"

Transcription

1 TRADE AND DEVELOPMENT BANK (TDB) TENDER DOCUMENT FOR BOREHOLE DRILLING AND EQUIPPING ON PLOT L.R NO. 1/184 LENANA ROAD NAIROBI TENDER NO. TDB/NOD/01/01/17 ARCHITECTS PLANNING SYSTEMS SERVICES Chartered Architects & Land use Planners P.O. BOX NAIROBI, KENYA STRUCTURAL / CIVIL ENGINEERS CIVIL ENGINEERING DESIGN LTD Consulting Engineers P.O. BOX NAIROBI, KENYA QUANTITY SURVEYOR MASTERBILL INTEGRATED PROJECTS Construction Cost Planning & Management, Quantity Surveying P.O. BOX NAIROBI, KENYA SERVICES ENGINEERS GEDOX ASSOCIATES Services Engineers P. O. Box NAIROBI, KENYA OCTOBER 2017

2 Table of Contents TENDER NO. TDB/NOD/01/01/ Table of Contents... 2 PART 1 TECHNICAL BID ) STATUTORY REQUIREMENTS/ CAPACITY ) TECHNICAL REQUIREMENTS/CAPACITY ) REQUISITE EXPERIENCES ) FINANCIAL CAPACITY ) QUALITATIVE REQUIREMENTS... 6 PART 2 FINANCIAL BID... 7 INSTRUCTION TO TENDERERS... 8 FORM OF TENDER... 9 DEFINITION OF TERMS PARTICULAR SPECIFICATIONS FOR BOREHOLE DRILLING AND EQUIPPING Purpose Scope of the Work Local Conditions Borehole Data Casings Screens Grouting Construction Method Gravel Pack Cementation Development Test Pumping Sample Formation Water Samples Reports Cessation of Work Supply and Installation of Pump Electrical works BILLS OF QUANTITIES NOTES ON BILLS OF QUANTITIES LETTER OF ACCEPTANCE FORM OF AGREEMENT PERFORMANCE BANK GUARANTEE (UNCONDITIONAL)

3 INTRODUCTION Trade and Development Bank (TDB), is a specialized African multilateral financial institution serving most of the Eastern and Southern Africa. The Bank s objective is to provide short, medium and long term financing to viable projects and trade finance activities in member states. TDB has acquired acres approximately 4,255 square meters parcel of land on Lenana Road Nairobi opposite the Sri Lanka High Commission. The Bank is desirous of developing this site into a modern High Rise19 storey office Building and has procured an Iconic design concept from a leading firm of Architects. As part of the process in preparation for construction, TDB would like to enlist the services of competent NCA 2 CONTRACTOR through competitive tender process to drill and equip a borehole in the above site. The tender is in two part:- Part 1 Technical Bid Part 2 Financial Bid Technical tender constitutes 60% while financial tender 40%. Documents shall to be delivered in two hard copies, Sealed and clearly marked as PROPOSED BOREHOLE DRILLING AND EQUIPPING ON PLOT L.R NO. 1/184 LENANA ROAD, NAIROBI, FOR TRADE AND DEVELOPMENT BANK. Submissions are expected to reach on or before the close of business on 8 th November 2017 addressed to: Mr. Kifle Hamza, Chief Program Manager, Nairobi Office Development Project, Trade and Development Bank (TDB); 197 LENANA PLACE, LENANA Rd., 1st Floor, P.O. BOX , NAIROBI- KENYA 3

4 PART 1 TECHNICAL BID 4

5 The following information shall be provided as explicit as possible:- 1) STATUTORY REQUIREMENTS/ CAPACITY a) Evidence of due registration with relevant Licensing and registration bodies b) Evidence of due registration with relevant statutory bodies and letters of authority from relevant bodies. c) Company Physical locations, Branches Legal Domicile d) Evidence of capacity to work in Kenya. e) Letters of Agency, Representation, Distributorship etc for equipment manufacturers etc. f) List of Directors with contacts of at least 2 directors. g) Evidence of adequate insurance risk covers and policies. 2) TECHNICAL REQUIREMENTS/CAPACITY a) Listing of staff and personnel resources and technicians etc (qualification should be relevant to the scope of works) b) Listing of plant, machinery, equipment and testing resources. (attach prove ownership) c) Listing of current relevant ongoing jobs/projects. d) Litigation and Arbitration history. e) Occupational Health and Safety arrangements. 3) REQUISITE EXPERIENCES a) Evidence of recent (ongoing/current up to 5 years) successful borehole drilling particularly in Nairobi b) Evidence of successful experiences with latest construction and equipment technological developments and trends as applicable 5

6 4) FINANCIAL CAPACITY a) Financial Statement Summaries of the last 2 years/management accounts, audited, signed and stamped. b) Evidence of adequate working capital demonstrated by letters from banks, lines of credit and support letters from key suppliers. 5) QUALITATIVE REQUIREMENTS a) Evidence of an unblemished record (Ethical conduct and integrity) and related declarations. b) Any other capacity/quality the firm may wish to make known Interested firms are requested to submit the following: 1. Duly updated company profiles and their website links 2. Submission document with all the requirements detailed above. 3. Duly priced financial tender SUBMISSION OF TENDERS The tenderer shall seal the original and 1copy of the Financial and Technical tender documents in separated envelopes, duly marking the envelopes as ORIGINAL and COPY. The envelopes shall then be sealed in an outer envelope. In the event of discrepancy between them the original shall prevail. The original and copies of the tender shall be typed or written in indelible ink and shall be signed by a person or persons dully authorized to sign on behalf of the tenderer, The inner and outer envelopes shall be addressed to the Employer at the address stated in the introduction and bear the name and identification of the Contract with a warning not to open before the date and time for opening of tenders. 6

7 PART 2 FINANCIAL BID 7

8 INSTRUCTION TO TENDERERS 1. Tenders shall be submitted on the form of tender attached hereto and all blanks in this form and in the schedules attached to the specification shall be completed. 2. No alteration shall be made on the form of tender or in the specification and schedules. 3. The tenderer (whether his tender is accepted or not) and all other recipients of the specification and documents shall treat the details of specification and the documents attached thereto as private and confidential. 4. The employer does not bind himself to accept the lowest or any tender and will not be responsible for or pay for expenses or losses which may be incurred by any tenderer in the preparation of his tender. 5. It will be presumed that the tenderer will have visited the site, and to have taken into consideration any special difficulties and requirements not referred to herein but associated with a new plant being installed to serve new or existing buildings, as the case may be, and to have made allowance for such in this tender. 6. All tenderers shall return tender and all accompanying documents duly completed and enclosed in a sealed envelope marked: - TENDER FOR PROPOSED BOREHOLE DRILLING & EQUIPING FOR TRADE AND DEVELOPMENT BANK (TDB) ON PLOT LR. NO. 1/184 LENANA ROAD, NAIROBI The tender must be received not later than the time, date and at the address and the day stated in the covering later. Tenders received later than the date specified above shall not be considered. 7. All items of additional information, issued to tenderers prior to the time for closing the bids, shall become a part of the Contract Documents and shall be included in the proposals. 8. The tenderer shall, where applicable, provide leaflets and catalogues giving technical and physical details of the fittings being offered by him as an integral part of his bid. 9. Unless otherwise specified in the particular specification, Tenderers shall assume that all fittings required will be Import Duty Paid. 8

9 FORM OF TENDER Dear Sir/Madam RE: PROPOSED BOREHOLE DRILLING & EQUIPING FOR TRADE AND DEVELOPMENT BANK (TDB) Having examined and understood all the specifications, conditions of contract, Bill of Quantities and all other relevant documents for the above works and having obtained all the necessary information affecting this tender, we the undersigned hereby offer to execute and complete to the satisfaction of the Services Engineer the whole Borehole drilling and equipping works herein stated for the sum of Kenya Shillings: - (KSHS: -. ) We undertake, if this tender is accepted to execute a formal Contract Agreement with the Client in the terms shown in tender documents and to submit the name of an approved surety who will be willing to be bound to the client for the said works in an amount equal to 10% of the Contract amount. We understand and agree that the employer is not bound to accept the lowest or any tender. Our offer is valid for acceptance within ninety (120) days from the date of this tender. Signed: Date: Completion Period:.. Name and Address with Official Stamp:. Witness: Signed:.. Address:. Date: 9

10 DEFINITION OF TERMS Throughout this document, the following terms shall be interpreted as follows:- Employer: TRADE AND DEVELOPMENT BANK (TDB), P.O. BOX NAIROBI and shall include their legal personal, representatives or successors. Architect: PLANNING SYSTEMS SERVICES LTD, P.O. BOX NAIROBI and shall include their legal personal, representatives or successors. Quantity Surveyor: MASTERBILL INTEGRATED PROJECTS LTD, P.O. BOX NAIROBI and shall include their legal personal, representatives or successors. Civil/Structural Engineers: CIVIL ENGINEERING DESIGN (K) LTD, P.O. BOX NAIROBI and shall include their legal personal, representatives or successors. Services Engineers: GEDOX ASSOCIATES LTD P.O Box NAIROBI and shall include their legal personal, representatives or successors. 1. Borehole Contractor : Shall mean the person or persons/partnership, company whose Tender for this work has been accepted and Who has signed a Contract Agreement with the client, and shall include his or their legal personal representatives or successors. 2. Contract Works: Shall mean all the portion of the work, materials and articles, whether the same is to be used in the execution of this contract and whether the same may be on site or not. 3. Site: The site of the proposed works is ON PLOT LR. NO. 1/184 ALONG LENANA ROAD, NAIROBI 4. Contract The particular and preliminaries of the Bills of Quantities for the main contract where appropriate shall apply equally to the successful tenderer for this scope and should examine these sections of the Bills and allow for all costs incurred. 10

11 Appendix to the Schedule of conditions of Main contract The appendix to the Conditions of Main Contract has been completed as Follows: - Defects liability period Date of possession Date of practical Completion 12 months from certified Practical completion of works. In accordance with the Program of works In accordance with the Borehole Contractor s Program Liquidated and Ascertained Damages Shilling Sixty Thousand per week or part thereof Percentage of certified 10% Value retained Limit of retention fund Period of final measurement and valuation Name of surety 10% of the contract sum. 12 months from certified practical completion of the works. To be provided by the contractor Amount of surety 10% of contracts sum 5. Bond All tenderers will submit the name of an approved surety who will be willing to be bound to the client in an amount equal to 10% of the contract amount. 6. Taxes and Duties The tender shall be inclusive of all taxes including import duty, VAT and Withholding taxes. 11

12 7. Trade Names Where trade names or manufacturer's catalogue numbers are mentioned in the specification, the reference in intended as a guide to the type of article or quality of material required. Alternate brands of equal and approved quality will be acceptable as approved by the Architect and the Services Engineer. 8. Time for Completion There is need to complete the works in the time stated in the main contracts document. The Borehole Contractor shall make all due preparation safeguard against factors such as labour, shifts fluctuation, weather patterns etc. that might slow his progress and no claims for extras will be considered on account of his failure to do so. 9. Warranty The Borehole Contractor must furnish the Services Engineer with general written warranty covering quality of workmanship, materials, and equipment and be compelled and held liable thereby for a five year period after practical completion of the contract, except for latent defects, which shall be warranted for ten years. The Borehole Contractor must make good at his own expense, such repairs and replacements as may be required as a consequence of negligent workmanship or defective material. The Borehole Contractor must also produce such warrants and guarantees as described aforesaid from all manufacturers and/or suppliers of materials or equipment incorporated in the project under this contract. 10. Samples The Borehole Contractor shall furnish at his own cost any samples materials or workmanship that may be called for by the Services Engineer for his approval, and any further samples in the case of rejection until such samples are approved by the Services Engineer, and the Services Engineer may reject any materials or workmanship not in his opinion up to the approved samples. 11. Protection The Borehole Contractor shall adequately cover up and protect his own work to prevent injury and also to cover up and protect from damage all parts of the building or premises where work is being performed by him under the contract. 12. Handing over The Borehole Contractor s work shall be considered complete and the defects liability period shall commence only when the contract works and supporting services have been tested, commissioned and operated to the satisfaction of the Services Engineer. 13. Defects After Completion Defects Liability Period will be 12 months from the date of completion of the contract as certified by the Services Engineer. 12

13 14. Stamp Charges The tenderer shall allow for the payment of all stamp charges in connection with the surety Bond and contract Agreement. 15. Payments Payment will be made through certificates to the Borehole Contractor. All payment will not become due until materials are delivered to the site. 16. Damages for Delay Liquidated and Ascertained damages as stated in the contract Agreement will be claimed against the Borehole Contractor for any unauthorized delay in completion. The Borehole Contractor will be held liable for the whole or a portion of these damages should he cause delay in completion. 17. Clear Away on Completion The Borehole Contractor shall, upon completion of the works, at his own expense remove and clear away all plant, equipment, rubbish and unused materials, and shall leave the whole of the works in a clean and tidy state, to the satisfaction of the Services Engineer. 18. Site conditions The Borehole Contractor shall be deemed to have visited the site to ascertain all conditions affecting this contract. It is therefore necessary for the tenderer to ascertain for him/herself before filling in the Bill of Qualities. 13

14 PARTICULAR SPECIFICATIONS FOR BOREHOLE DRILLING AND EQUIPPING 14

15 PARTICULAR SPECIFICATIONS FOR BOREHOLE DRILLING AND EQUIPPING 1. Purpose The borehole to be drilled, constructed, test pumped and equipped with a submersible pump under this contract will be to provide water intended for office use. The maximum ground water abstraction permitted from the borehole shall be 10m 3 /day with the maximum abstraction period not exceeding 10 hours per day. The execution of the works shall be in full compliance with relevant provisions of the Water Act. The proposed drilling site will be ON PLOT LR. NO. 1/184 ALONG LENANA ROAD, NAIROBI. The Borehole Contractor is deemed to have visited the site, and if unable to locate it or its details apply to the Management of TDB for direction. No claims will be allowed for the traveling or other expenses, which may be incurred by the Borehole Contractor s works. 2. Scope of the Work The works included in the contract consist of two stages:- STAGE 1: Stage one comprises of: A. Hydrological Study and Survey to confirm opportunity of borehole Borehole contractor will be required to conduct a hydrological site survey using an established hydrologist to establish the best point to drill a borehole within the plot. A detailed report is to be given to the Services Engineer. The report should clearly indicate if it is viable to drill a borehole. B. Formal Submittal to governing agencies Borehole Contractor will have to make applications and acquire permits for drilling a bore hole from relevant authorities. This include WRMA and NEMA licenses and all other necessary documents as per the local authority requirements at the time of application. This will necessitate the activity of the next event. NOTE: - Stage 2 (Borehole drilling) shall take place if items A and B in stage 1 are successful. STAGE 2: Stage 2 consist of the following: (i) The drilling of one borehole of sufficient diameter to provide for a finished cased and screened borehole of 200mm diameter to the provisional depth of about 350metres. (ii) The provision and installation of plain high density synthetic, slotted synthetic casings, and gravel pack, borehole cap, together with cementation works necessary. (iii) The collection of formation samples at 2 meter interval of drilling progress to the bottom and also water sample at every aquifer struck and at the beginning and at the end of test pumping operation for both chemical and biological analysis. 15

16 NOTE: - These depths and any other works can be varied by the Services Engineer depending on the actual conditions encountered in the process of executing of the works. (iv) The supply and installation of 1No. Submersible borehole pump, complete with the necessary controls. (v) Connection of the water from the borehole to the water storage tank. 3. Local Conditions The borehole will be drilled, constructed and test pump in both unconsolidated and consolidated formation and the Borehole Contractor must be prepared to carry out the required work through any type of formation in the project area. 4. Borehole Data (a) (b) (c) (d) (e) (f) (g) 5. Casings (a) (b) 6. Screens Total depth 350m of 200mm diameter from surface (Provisional) Casings to be 152mm diameter and screened depth to be determined after borehole construction. Static water level not known Dynamic water level not known Recommended pumping rate 8-12m³/hr (for the purpose of quotation but to be confirmed after testing) (Pump) setting level 20m (for the purpose of quotation but to be confirmed after testing) Total dynamic head to be determined on site Casings to be used as part of the permanent borehole structure shall be stainless steel suitable for borehole and having nominal diameter of 200mm. If any casing other than that to be left permanently in the borehole is required temporarily for execution of work, it shall be supplied by the Borehole Contractor free of charge. The screens to be furnished and installed shall be of the pipe size variety having a minimum nominal diameter of 152mm and can be fabricated in three meter lengths. The screens shall be of continuous slot type and constructed entirely of stainless steel suitable for borehole installation. The screen shall have slot size opening of 1.4mm. 7. Grouting Grouting shall be done by either cement or bentonite to seal off unwanted upper aquifers under direction of the Services Engineer. 8. Construction Method The borehole to be constructed shall be drilled by cable-tool percussion method or the combination air/ hydraulic rotary method. The method of drilling shall be left to the discretion of the Borehole Contractor. After drilling to the final depth the Borehole Contractor shall proceed to insert permanent casings and screens as directed by the Services Engineer. 16

17 9. Gravel Pack If filter gravel will be necessary, it will consist of durable, naturally rounded quarzitic particles properly washed and cleaned prior to insertion in the borehole. The gravel shall be introduced in the annular space between the wall of the borehole and the 200mm casing from the bottom to about 2 meters below surface. The final casing and screens must be centralized before gravel back and the Borehole Contractor must supply suitable equipment for lowering of gravel pack. 10. Cementation The space above the gravel pack shall be grouted with a mix of one part of cement to two parts of sand and two parts of ballast, in order of 1:2:2 concrete may be used near the surface to form an annular plug around the casing of dimensions 1.0 x 1.0 x 1.0 meters. There shall be 2000mm diameter concrete plinth on top of the borehole and shall be constructed as shall be directed by the Services Engineer and the Structural Engineer. Any other cementation works to be done as directed by the Services Engineer. 11. Development The Borehole Contractor shall furnish all necessary pumps, compressor, plungers, bailing or other needed equipment and shall develop the borehole by such approved methods as shall be necessary to give the maximum yield of water per increment of drawdown and extract from the formation of maximum practical quality of such sands as may, during the life of the borehole, be drawn through the screens when the borehole is operating under maximum conditions of draw down. 12. Test Pumping After the borehole has been completed, constructed and developed, the Borehole Contractor shall make necessary arrangements for conducting a 24 hour continuous test pumping up to a maximum of 30hr and 12 hour recovery test under the supervision of the Services Engineer. Where the Services Engineer or his representative cannot be present on such pumping test, the Borehole Contractor may continue without him keeping accurate records of the test in terms of discharge and drawn down but must seek permission from the Services Engineer. Should the Borehole Contractor fail to keep such records, the Services Engineer shall order the test to be repeated at no extra cost. 13. Sample Formation The Borehole Contractor shall keep an accurate record of the top and bottom of each stratum penetrated and shall save and deliver to the Services Engineer a sample of materials taken from each 1m of formation, or at every change of formation and at such other intervals as may be ordered by the Services Engineer. Those samples shall be placed in approved Borehole Contractor supplied containers with labels which indicate the depth at which the sample was obtained. 17

18 14. Water Samples Water samples shall be collected at every water struck while drilling and also shall be collected at the start of every test and toward the end of the test in a three litre sterilized plastic container for both chemical and bacteriological analysis and submitted in a competent laboratory for analysis. 15. Reports The Borehole Contractor shall submit to the Services Engineer daily progress reports showing:- (i) The depth each day indicating drilling in meters per hour with comments on degree of hardness of materials being penetrated. (ii) Depth at which each water bearing zone is encountered and the rise and fall of water level in different formations. (iii) The full details of work carried out in respect of operations which are paid for at hourly rate. (iv) The full details of the number of hours worked each day. 16. Cessation of Work The Services Engineer reserves the rights to stop drilling operations if in his opinion:- (a) (b) (c) A sufficient supply of water has been obtained. The work is not being carried out in a satisfactory manner or Further drilling is unlikely to be advantageous or for any other reason In this event, payment shall be made only for the amount of work done up to the date of stoppage. 17. Supply and Installation of Pump The Borehole Contractor shall supply and install:- (a) One electric submersible pump which will conform to the specification stated, for operation on 415 volt, 3-phase. (b) All necessary electrical equipment for the pump such as control panel with starter, ammeter, single phasing cut-out, low voltage cut-out and all necessary cables for connection. (c) Suitable diameter Galvanized Steel pipe class C to carry water to the surface/ to water storage tank (d) Low level cut-out switch (e) Airline 20mm galvanized steel pipe for water level measurements (f) Pressure gauge (g) The gate valves, non-return valves before the master meter (h) Master meter for measuring the water from the borehole. In addition the Borehole Contractor shall carry out 24 hours test run at the completion of the works. This test has to be certified by the Project Manager. Note on Pump Installation The Borehole Contractor shall install the borehole pump complete with all necessary accessories. The Borehole Contractor shall make the necessary electrical connections and include in his prices all cable, starter-panel, switches etc. required to put the pump in operation while tendering for this part of 18

19 the document and return it with full description literature and performance curves for the proposed equipment together with the tender for drilling works. The installation of the submersible pump into the borehole shall be done immediately the borehole drilling is completed, test pumped and water analyzed for suitability for human consumption. The final production pump to be installed in the newly drilled borehole shall be determined and installed as per the actual conditions encountered on completion of the drilling works. Hence the specifications given under the section of borehole data are only for the purpose of quotation. After establishing the actual conditions of the drilled borehole, only the Services Engineer s approved submersible pump shall be installed. 18. Electrical works It shall be the responsibility of the Borehole Contractor to provide all electrical wiring between all items of his Contract to ensure the correct function of his equipment. The Borehole Contractor s electrical works shall start from the nearest electrical isolator which is available within the site. 19

20 BILLS OF QUANTITIES 20

21 NOTES ON BILLS OF QUANTITIES 1 The Bills of Quantities form part of the contract documents and are to be read in conjunction with the contract drawings and general specifications of materials and works. 1. The prices quoted shall be deemed to include for all obligations under the contract including but not limited to supply of materials, labour, delivery to site, and storage on site, installation, testing, commissioning and all taxes (including 16% VAT). 2. All prices omitted from any item, section or part of the Bills of Quantities shall be deemed to have been included to another item, section or part. 3. The brief description of the items given in the Bills of Quantities are for the purpose of establishing a standard to which the Borehole Contractor shall adhere to. Otherwise alternative brands of equal and approved quality will be accepted. Should the Borehole Contractor install any material not specified here-in before receiving approval from the Services Engineer, the Borehole Contractor shall remove the material in question and, at his own cost, install the proper material. 5. The grand total of prices in the price summary page must be carried forward to the Form of Tender. 21

22 PROPOSED TRADE AND DEVELOPMENT BANK ON PLOT LR. NO. 1/184 LENANA ROAD, NAIROBI BILL OF QUANTITY FOR BORE HOLE DRILLING & EQUIPPING RATES TO INCLUDE VAT ITEM DESCRIPTION UNIT QTY RATE TOTAL NO. KSHS. KSHS. PRELIMINARIES AND GENERAL CONDITIONS A Provide bond as stated in the published conditions of contract. Sum B Provide insurance as required in the contract conditions. Sum C Preparation of working drawings and As installed/ as built record drawings. Sum D Printing of paper copies of item C above. Sum TOTAL CARRIED FORWARD TO SUMMARY PAGE 22

23 ITEM DESCRIPTION UNIT QTY RATE TOTAL NO. KSHS. KSHS. A Allow for conducting an Hydrological site survey to establish the best point to drill a bore hole within the plot by a registered Hydrologist and produce report a detailed report to the Services Engineer. The result of this will either justify or negate the next event. Item 1 B C Allow for the application and acquisition of permit for drilling a bore hole from relevant authorities. This will necessitate the activity of the next event. Item 1 Allow for the application and acquisition of NEMA permit for drilling a bore hole. Item 1 The following borehole drilling shall take place if item A, B, and C are successfully completed and the relevant documents released to the Services Engineer for onward transmission to the client. D Mobilization/ demobilization of drilling unit, equipment Sum 1 materials, personnel and all other required supplies. E Erecting/ dismantling of drilling unit. Sum 1 F Drilling 200mm diameter borehole from 0-100m below Lm 100 surface. G Drilling from m Lm 100 H Drilling from m Lm 100 I Drilling from m Lm 50 J Supply and installation of 200mm diameter Lm 300 Stainless steel casing suitable for borehole. K Supply and installation of 200mm diameter Lm 50 slotted stainless steel casing suitable for borehole. L Supply and installation of filler gravel pack Ton 8 M Test pumping to ascertain borehole yield for at least 24 Item 1 hours including installation and withdrawal of test pumping unit, recovery measurements and production of detailed Test Pump results. N Construction of concrete plinth around wellhead. Item 1 0 Borehole capping Item 1 TOTAL CARRIED TO SUMMARY PAGE 23

24 ITEM DESCRIPTION UNIT QTY RATE TOTAL NO. KSHS. KSHS. A Allow for all costs involved in providing Item 1 water for all requirements of the contract drilling field etc. B Allow for the production of bacteriological Item 1 Water chemical analyses and borehole completion report. C Geological logging Item 1 D Supply and install centrifugal borehole pump, continuously rated and capable of pumping 10m³/hr. of water against a total head of 350m. The entire pump-set body, impellers, shaft etc. shall be made of heavy-duty stainless steel material. The pump shall have inbuilt non-return valve, tail strainer, and cable guard. The pump shall be as GRUNDFOS 12D03927 SP 17-27N three phase 415V. No. 1 TOTAL CARRIED TO SUMMARY PAGE 24

25 ITEM DESCRIPTION UNIT QTY RATE TOTAL NO. KSHS. KSHS. A Supply and install a control panel to be mounted off the wall. The control panel shall be water tight with No. 1 corrosion resistant from hinged lockable door metal enclosure and have Merlin Gerin switch-gear and Telemechanique control gear. The control panel *1No. 25A 3-pole isolator complete with extended rotary handle as main incomer. *0 500V voltmeter complete with fuse protection and selector switch *under/ over voltage phase failure protection relay complete fuse protection. * A ammeter for the 5.5kw bore hole pump *1No. 16 A 3-pole MCB for the 5.5kw pump *1No. 1A 3-POL3 MCB type for the 45watt motor complete with auxiliary relay for 5.5kw pump *1No. 45W 1 - phase 240V AC DOL starter complete with thermal overload relay for doser pump *dry run alarm for the 45watt chemical doser pump, incorporating a float switch in the doser level regulator, to trigger the alarm when chemical level is low. *low level indicator lamp for chlorine dosser B 6mm² 4-core PVC round hardened PVC Lm 350 submersible electric cable. Waterproof. C 2.5mm² 4-core PVC round hardened PVC Lm 350 electrode cables waterproof. TOTAL CARRIED TO SUMMARY PAGE 25

26 ITEM DESCRIPTION UNIT QTY RATE TOTAL NO. KSHS. KSHS. A 2.5mm² 4-core PVC/SWA/PVC cable from Lm 520 control panel to water tanks. B 25mm diameter heavy gauge PVC ducts Lm 157 C Excavate trench of dimensions 300mm x Lm mm to invert to lay cables. The laid cable to be covered with 50mm thick layer of fine soil, covered with tiles as Hatari then back fill and ram and dispose of Excess. D Electrode pair No. 1 E Level regulator complete with mounting box No. 2 F Supply and install galvanized lockable masonry No. 1 borehole protection cover size 750 x 750 x 400mm Complete with 2No. heavy-duty stainless steel Padlocks. G Supply and install PVC Class B 40mm Lm 430 diameter water pipe (observation pipe) H Supply and install high quality pressure No. 1 gauge as Kent or equivalent range 0-7kgf/cm² complete with accessories for mounting on GI pipe. I Supply and install single orifice air valve, No. 1 complete with pipe mounting accessories. TOTAL CARRIED TO SUMMARY PAGE 26

27 ITEM DESCRIPTION UNIT QTY RATE TOTAL NO. KSHS. KSHS. A Supply and install 50mm diameter rising main Lm 506 galvanized mild steel pipes class 'C' complying to BS 1387 with screwed and socketed joints to BS 143 B 50mm diameter gate valve as Pegler No. 2 C 50mm diameter non-return valve as Pegler No. 2 or equal and approved D 50mm diameter GI bend No. 5 E 50mm diameter water meter as "Kent" or No. 1 equal and approved F Allow for installation of temporary borehole pump and No. 1 accessories G Any other items necessary to complete Item 1 the works (please specify) TOTAL CARRIED TO SUMMARY PAGE 27

28 SUMMARY PAGE ITEM DESCRIPTION KSHS. NO. TOTAL BROUGHT FORWARD FROM: 1 PAGE 18 2 PAGE 19 3 PAGE 20 4 PAGE 21 5 PAGE 22 6 PAGE 23 7 SUB - TOTAL 01 8 ADD 5% CONTINGENCY SUM 9 TOTAL CARRIED TO FORM OF TENDER Total cost in words (Kenya shillings)... Name of Tenderer... Address... Terms of Payment Deliver Period.... Warranty.. Official Stamp... P.I.N No...V.A.T Reg. No... Witness to Tenderer... Signature... Date... 28

29 LETTER OF ACCEPTANCE [Letterhead paper of the Employer] To: [name of the Borehole Contractor ] Dear Sir, [address of the Borehole Contractor ] [date] This is to notify you that your Tender dated for the execution of [name of the Contract and identification number, as given in the Tender documents] for the Contract Price of Kshs. [amount in figures][kenya Shillings (amount in words) ] in accordance with the Instructions to Tenderers is hereby accepted. You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents. Authorized Signature Name and Title of Signatory Attachment: Agreement 29

30 FORM OF AGREEMENT THIS AGREEMENT, made the day of 20 between of [or whose registered office is situated at]. (Hereinafter called the Employer ) of the one part AND of [or whose registered office is situated at] (hereinafter called the Borehole Contractor ) of the other part. WHEREAS THE Employer is desirous that the Borehole Contractor executes (name and identification number of Contract ) (hereinafter called the Works ) located at _[Place/location of the Works]and the Employer has accepted the tender submitted by the Borehole Contractor for the execution and completion of such Works and the remedying of any defects therein for the Contract Price of Kshs [Amount in figures],kenya Shillings [Amount in words]. NOW THIS AGREEMENT WITNESSED as follows: 1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and shall be read and construed as part of this Agreement i.e. (i) (ii) (iii) (iv) (v) Letter of Acceptance Form of Tender Conditions of Contract Specifications Priced Bills of Quantities (vi) NEMA License Conditions 3. In consideration of the payments to be made by the Employer to the Borehole Contractor as hereinafter mentioned, the Borehole Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract. 30

31 4. The Employer hereby covenants to pay the Borehole Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written. The common Seal of Was hereunto affixed in the presence of Signed Sealed, and Delivered by the said Binding Signature of Employer Binding Signature of Borehole Contractor In the presence of (i) Name Address Signature [ii] Name Address Signature 31

32 PERFORMANCE BANK GUARANTEE (UNCONDITIONAL) To: (Date) Dear Sir, WHEREAS (hereinafter called the Borehole Contractor ) has undertaken, in pursuance of Contract No. dated to execute (hereinafter called the Works ); AND WHEREAS it has been stipulated by you in the said Contract that the Borehole Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Borehole Contractor such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Borehole Contractor, up to a total of (10% of contract sum) Kshs. (amount of Guarantee in figures) Kenya Shillings (amount of Guarantee in words), and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Kenya Shillings (amount of Guarantee in words) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Borehole Contractor before presenting us with the demand. We further agree that no change, addition or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Borehole Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any change, addition, or modification. This guarantee shall be valid until the date of issue of the Certificate of Completion. SIGNATURE AND SEAL OF THE GUARANTOR Name of Bank Address Date 32

Nairobi Funeral Home and Forensics BOREHOLE BILLS OF QUANTITIES

Nairobi Funeral Home and Forensics BOREHOLE BILLS OF QUANTITIES Nairobi Funeral Home and Forensics BOREHOLE BILLS OF QUANTITIES 26/10/2015 Item Description Qty Unit Supply, deliver, install, test and commission the following borehole equipment including all materials

More information

PART 1 - TECHNICAL TENDER PART 2 - FINANCIAL TENDER

PART 1 - TECHNICAL TENDER PART 2 - FINANCIAL TENDER PROPOSED TRADE & DEVELOPMENT (TDB) NAIROBI OFFICE DEVELOPMENT PLOT L.R NO. 1/184 LENANA ROAD FIRE AND SAFETY CONSULTANT TENDER TENDER NO TDB/NOD/01/08/17 PART 1 - TECHNICAL TENDER PART 2 - FINANCIAL TENDER

More information

COUNTY GOVERNMENT OF BUSIA DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES P.O BOX BUSIA (K)

COUNTY GOVERNMENT OF BUSIA DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES P.O BOX BUSIA (K) COUNTY GOVERNMENT OF BUSIA DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES P.O BOX 392-50400 BUSIA (K) DRILLING, DEVELOPMENT, TEST PUMPING, AND WATER QUALITY ANALYSIS FOR: BOREHOLE NAME: KAMUNA

More information

COUNTY GOVERNMENT OF BUSIA DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES P.O BOX BUSIA (K)

COUNTY GOVERNMENT OF BUSIA DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES P.O BOX BUSIA (K) COUNTY GOVERNMENT OF BUSIA DEPARTMENT OF WATER, ENVIRONMENT AND NATURAL RESOURCES P.O BOX 392-50400 BUSIA (K) BILL OF QUANTITIES DRILLING OF SHALLOW WELLS AND HANDPUMP INSTALLATION ANGURAI NORTH WARD TENDER

More information

SECTION IRRIGATION WATER WELL

SECTION IRRIGATION WATER WELL PART 1 GENERAL 1.1 SECTION INCLUDES SECTION 33 21 16 IRRIGATION WATER WELL A. The work shall consist of furnishing all labor, material, equipment, and services necessary for the drilling of irrigation

More information

SECTION IRRIGATION WATER WELL

SECTION IRRIGATION WATER WELL PART 1 GENERAL 1.1 SECTION INCLUDES: SECTION 02670 IRRIGATION WATER WELL A. The work shall consist of furnishing all labor, material, equipment and services necessary for the drilling of irrigation water

More information

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET SPECIFICATIONS AND BILLS OF QUANTITIES FOR ELECTRICAL INSTALLATION CLIENT Kenya Power and Lighting Co. Ltd. P. O. Box 30099-00100 NAIROBI ARCHITECT:

More information

TERMS OF BID FOR GEOTECHNICAL INVESTIGATIONS

TERMS OF BID FOR GEOTECHNICAL INVESTIGATIONS TERMS OF BID FOR GEOTECHNICAL INVESTIGATIONS INTRODUCTION Transport and Mass Transit Department, Government of Khyber Pakhtunkhwa (the Client) has engaged NESPAK for provision of Technical Assistance and

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) PAL 10-92895 - Emergency Removal and Crushing of Rubble and Debris Management Lot # 10: Site Preparation and Crushing of Concrete Rubble Bill of Quantity (BOQ) Bill of Quantity (BOQ) ITB 2015-039 PREAMBLE

More information

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE) Technical Services Centre, Balitikuri, Howrah

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE) Technical Services Centre, Balitikuri, Howrah THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A GOVERNMENT OF INDIA ENTERPRISE) Technical Services Centre, Balitikuri, Howrah-711 113. Tel: 033-2653 0304, 4280 BID/TENDER DOCUMENT Name of the work: Barbed

More information

PART I INSTRUCTIONS TO PERSON TENDERING

PART I INSTRUCTIONS TO PERSON TENDERING PART I INSTRUCTIONS TO PERSON TENDERING 1. The objective of instruction to persons tendering, in so far it may affect the execution of the contract, shall be deemed to form part of the General conditions

More information

TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT

TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT 1.1 General 1.1.1 These Special Conditions of Contract supplement the General Instructions.

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Programme Rehabilitation of Tunis & Omer Bin Abdel Aziz Sidewalks PAL 10-71488 : UXOs and Rubble Removal From Gaza Strip Bill of Quantity (BOQ) PREAMBLE TO BILL OF QUANTITY (BOQ)

More information

KENYA LITERATURE BUREAU PRE-QUALIFICATON/ REGISTRATION OF SUPPLIERS FOR GOODS, WORKS AND SERVICES FINANCIAL YEAR PREQUALIFICATION NO:

KENYA LITERATURE BUREAU PRE-QUALIFICATON/ REGISTRATION OF SUPPLIERS FOR GOODS, WORKS AND SERVICES FINANCIAL YEAR PREQUALIFICATION NO: KENYA LITERATURE BUREAU PRE-QUALIFICATON/ REGISTRATION OF SUPPLIERS FOR GOODS, WORKS AND SERVICES FINANCIAL YEAR 2018-2020. PREQUALIFICATION NO: PREQUALIFICATION NAME: CLOSING DATE: 3/05/2018 TENDER NOTICE

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

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

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Programme Construction Salah El Deen Road Median From Al Zawaida entrance to Al Maghazi Northern entrance PAL 10-00071488 Bill of Quantity (BOQ) PREAMBLE TO BILL OF QUANTITY (BOQ)

More information

TO COLLECTION. Section No. 1 Bill No. 1 PARTICULAR PRELIMINARIES Prepared by; CWO; Kiambu County. pp/1

TO COLLECTION. Section No. 1 Bill No. 1 PARTICULAR PRELIMINARIES Prepared by; CWO; Kiambu County. pp/1 SECTION NO. 1 PRELIMINARIES BILL NO. 1 PARTICULAR PRELIMINARIES A PRICING ITEMS OF PRELIMINARIES Prices SHALL BE INSERTED against items of preliminaries in the tenderers priced Bills of Quantities. Please

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. "Beit Hanoun Emergency Water Supply Project"

BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE. Beit Hanoun Emergency Water Supply Project "Beit Hanoun Emergency Water Supply Project" " Rehabilitation and Construction of Beit Hanoun Water Network " BILL OF QUANTITY ENGINEERING & MANAGEMENT CONSULTING CENTRE Bill of Quantities PREAMBLE TO

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

INVITATION FOR QUOTATION. TEQIP-III/2018/deia/Shopping/7

INVITATION FOR QUOTATION. TEQIP-III/2018/deia/Shopping/7 INVITATION FOR QUOTATION TEQIP-III/2018/deia/Shopping/7 04-Aug-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, You are invited to submit your most competitive quotation for the following

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

BIDDING DOCUMENT FOR. Supply, Delivery and Installation of Solar Energy Systems for Earthquake Victims

BIDDING DOCUMENT FOR. Supply, Delivery and Installation of Solar Energy Systems for Earthquake Victims Government of Nepal Ministry of Science, Technology and Environment Alternative Energy Promotion Centre (AEPC) National Rural and Renewable Energy Programme (NRREP) Khumaltar Height, Lalitpur, Nepal BIDDING

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING COUNTY GOVERNMENT OF MACHAKOS MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING PROPOSED CONSTRUCTION OF COUNTY GOVERNMENT OFFICES AT MATUU-MACHAKOS COUNTY TENDER DOCUMENTS QUANTITY SURVEYOR PUBLIC

More information

SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS

SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS I. SCOPE OF WORK SUBSURFACE ROTARY DRILLING INVESTIGATION SPECIFICATIONS The Department of Environmental Protection, Bureau of Abandoned Mine Reclamation requires a contractor to conduct subsurface rotary

More information

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/.. PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..2016 DECEMBER 2015 TABLE OF CONTENTS 1.1 SECTION 1: PREQUALIFICATION

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

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

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

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

TENDER DOCUMENT FOR REPLACEMENT OF THE EXISTING PASSENGER LIFT WITH 10 PERSONS CAPACITY AT HOLKAR STADIUM, INDORE.

TENDER DOCUMENT FOR REPLACEMENT OF THE EXISTING PASSENGER LIFT WITH 10 PERSONS CAPACITY AT HOLKAR STADIUM, INDORE. TENDER DOCUMENT FOR REPLACEMENT OF THE EXISTING PASSENGER LIFT WITH 10 PERSONS CAPACITY AT HOLKAR STADIUM, INDORE. SPECIFICATIONS, TENDER DETAILS & BILL OF QUANTITY ISSUED BY HON. SECRETARY MADHYA PRADESH

More information

KARATINA UNIVERSITY PROPOSED LIBRARY

KARATINA UNIVERSITY PROPOSED LIBRARY KARATINA UNIVERSITY PROPOSED LIBRARY TENDER NAME: PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES (Re-tender) TENDER NUMBER: KarU/OT/05/LIB/2017-2018 Project Consultants: JKUATES LTD P.O. BOX 62000-00200

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

PUBLIC WORKS DEPARTMENT NOTICE INVINTING QUOTATION

PUBLIC WORKS DEPARTMENT NOTICE INVINTING QUOTATION PUBLIC WORKS DEPARTMENT No. 5(30)/AE (E) /M-2512/2015-16/457ह Dated:-24.06.2015 NOTICE INVINTING QUOTATION Sealed quotation are invited by the Assistant Engineer (E) EMSD M- 2512, PWD EMD M- 251,DC (NE)

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION Ref. No: SR-13011(42)/1/2016-APD-SR-MADURAI Subject: Installation of chemical Earthing systems. Date: 29.06.2016 NOTICE INVITING QUOTATION Sealed quotations are invited by Deputy. General Manager (CNS),

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

Nepal Telecom. (Nepal Doorsanchar Company Limited) Sealed Quotation No.NDCL/WRD/SQ-02/072/73. For Supply and Delivery. Of AC Spare Parts.

Nepal Telecom. (Nepal Doorsanchar Company Limited) Sealed Quotation No.NDCL/WRD/SQ-02/072/73. For Supply and Delivery. Of AC Spare Parts. Sealed Quotation No.NDCL/WRD/SQ-02/072/73 For Supply and Delivery Of AC Spare Parts April 2016 ===========================================================================================================

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

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Programme Programme of Assistance to the Palestinian People UXOs and Rubble Removal from Gaza Strip Removal of Residential and public Debris from North Governorate (Package 7)

More information

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

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

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Preparation of Bidding Document Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Mandatory Documents to be Submitted to get Eligibility in Bid Opening

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

SCHOOL EQUIPMENT PRODUCTION UNIT

SCHOOL EQUIPMENT PRODUCTION UNIT SCHOOL EQUIPMENT PRODUCTION UNIT UPDATE OF THE REGISTER OF SUPPLIERS TENDER NO: SEPU/PQ/2016-2017 SUPPLY/PROVISION OF GOODS AND SERVICES FOR 2016-2017 CATEGORY APPLIED FOR DATE OF NOTICE: WEDNESDAY 4 th

More information

KENYA RURAL ROADS AUTHORITY MIGORI REGION

KENYA RURAL ROADS AUTHORITY MIGORI REGION KENYA RURAL ROADS AUTHORITY MIGORI REGION SPOT IMPROVEMENT OF ROAD NUMBER; E101A(C738) SECTION3 ROAD NAME;OPASI CENTRE OGWEDHI TENDER No ;KeRRA/011/ 39/40/2016-17 BID DOCUMENT FOR SPOT IMPROVEMENT INVITATION

More information

NSIC THE NATIONAL SMALL INDUSTRIES CORPORATION LTD

NSIC THE NATIONAL SMALL INDUSTRIES CORPORATION LTD NSIC THE NATIONAL SMALL INDUSTRIES CORPORATION LTD (A Government of India Enterprise) NSIC-TECHNICAL SERVICES CENTRE Kushaiguda, ECIL(PO), HYDERABAD-500 062. Phone Nos. 27121422, 27126646 Fax. No.27122303

More information

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID REQUEST FOR PROPOSAL (RFP) DOCUMENT FOR Supply, Installation and Commissioning of 5HP AC Submersible Solar Water Pump TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID 1 KARNATAKA STATE ELECTRONICS

More information

Master degree in the field of Computer Science and/or Information Technologies At least 10 (ten) years of professional experience in the field of design, development and implementation of software solutions

More information

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID REQUEST FOR PROPOSAL (RFP) DOCUMENT FOR Supply, Installation and Commissioning of Solar Power Pack & Solar Street Light TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID 1 KARNATAKA STATE ELECTRONICS

More information

BUREAU OF INDIAN STANDARDS

BUREAU OF INDIAN STANDARDS POSTED UNDER POSTAL CERTIFICATE BUREAU OF INDIAN STANDARDS Phone : 23721442, 28394955, 28394956, 28396324 FAX : 28398841 BIS BANGALORE LABORATORY Peenya Industrial Area 1 st Stage, Tumkur Road Bangalore

More information

PROPOSED LEVELLING, CONSTRUCTION OF BOUNDARY WALL AND ROOF SHEDS AT ATHIRU RUJINE MARKET IN ATHIRU RUJINE WARD

PROPOSED LEVELLING, CONSTRUCTION OF BOUNDARY WALL AND ROOF SHEDS AT ATHIRU RUJINE MARKET IN ATHIRU RUJINE WARD PROPOSED LEVELLING, CONSTRUCTION OF BOUNDARY WALL AND ROOF SHEDS AT ATHIRU RUJINE MARKET IN ATHIRU RUJINE WARD FOR MERU COUNTY GOVERNMENT BILL OF QUANTITIES, SPECIFICATIONS AND CONDITIONS OF CONTRACT TENDER

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

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

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM The Carroll County Public Service Authority requests bids from properly licensed well drilling firms, hereafter referred to as

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) Emergency Removal and Crushing of Rubble and Debris Management PAL 10-92895 Lot # 13: Rubble Removal from Different Locations of Gaza Governorates Bill of Quantity (BOQ) Bill of Quantity (BOQ) PREAMBLE

More information

Ref.No.Q002/M(P)/HAND SANITIZER/TNMSC/2016 Date :

Ref.No.Q002/M(P)/HAND SANITIZER/TNMSC/2016 Date : 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

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM Enquiry No GR-I/R-224 /2017-18 DATE 11.05.2018 Tender due 06.06.2018 Please submit by 12.00 noon with our enquiry number duly super

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

PRE-QUALIFICATION OF SUPPLIERS OF GOODS AND SERVICES FOR THE 2017/18 FINANCIAL YEAR

PRE-QUALIFICATION OF SUPPLIERS OF GOODS AND SERVICES FOR THE 2017/18 FINANCIAL YEAR PRE-QUALIFICATION OF SUPPLIERS OF GOODS AND SERVICES FOR THE 2017/18 FINANCIAL YEAR CATEGORY NUMBER CLOSING DATE AND TIME 9 TH DECEMBER 2016 12:00 pm 1 Table of Contents PART A GENERAL INFORMATION AND

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA NOMINATED SUB-CONTRACT TENDER DOCUMENT FOR THE PROPOSED MEDICAL COMPLEX - PHASE 1 AT KERUGOYA COUNTY HOSPITAL IN KERUGOYA TOWN, KIRINYAGA COUNTY ERECTION

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

SUPPLY & INSTALLATION OF PASSENGER LIFT IN THE ADMINISTRATIVE BUILDING OF KHUDA BAKHSH ORIENTAL PUBLIC LIBRARY, ASHOK RAJPATH, PATNA CONTENTS

SUPPLY & INSTALLATION OF PASSENGER LIFT IN THE ADMINISTRATIVE BUILDING OF KHUDA BAKHSH ORIENTAL PUBLIC LIBRARY, ASHOK RAJPATH, PATNA CONTENTS SUPPLY & INSTALLATION OF PASSENGER LIFT IN THE ADMINISTRATIVE BUILDING OF KHUDA BAKHSH ORIENTAL PUBLIC LIBRARY, ASHOK RAJPATH, PATNA CONTENTS 1. TENDER NOTICE -- -- -- 1 Page 2. SPECIFICATION, SITE CONDITION

More information

Nairobi Funeral Home and Forensics INCINERATOR BILLS OF QUANTITIES

Nairobi Funeral Home and Forensics INCINERATOR BILLS OF QUANTITIES Nairobi Funeral Home and Forensics INCINERATOR BILLS OF QUANTITIES 26/10/2015 Item Description Qty Unit INCINERATOR INSTALLATION Supply, deliver, install, test and commission the following incinerator

More information

TENDER SUPPLY AND INSTALLATION OF MACHINERY FOR ELECTRICAL TESTING LAB.

TENDER SUPPLY AND INSTALLATION OF MACHINERY FOR ELECTRICAL TESTING LAB. TENDER SUPPLY AND INSTALLATION OF MACHINERY FOR ELECTRICAL TESTING LAB. TENDER NO.: NSIC-TSC/H/ELEC./04/13-14 DATED: 03.12.2013 The National Small Industries Corporation Ltd. Technical Services Centre,

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

Name of work Estimated cost Time allowed for completion of work 1. Construction of PVC coated Chain Link fencing at Megapode Resort. Sl. No.

Name of work Estimated cost Time allowed for completion of work 1. Construction of PVC coated Chain Link fencing at Megapode Resort. Sl. No. The Andaman & Nicobar Islands Integrated Development Corporation Ltd, Vikas Bhawan, Post Box. No.180, Port Blair 744 101 Phone: 232098 Fax 03192-240615 F.No. 7-37/ANIIDCO/95/1231/2018 Dated the 16 th April

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

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

PRICING DOCUMENT FOR REQUEST FOR APPLICATIONS FOR APPOINTMENT TO A MULTI-PARTY FRAMEWORK AGREEMENT FOR ENERGY EFFICIENCY RETROFITTING WORKS FOR

PRICING DOCUMENT FOR REQUEST FOR APPLICATIONS FOR APPOINTMENT TO A MULTI-PARTY FRAMEWORK AGREEMENT FOR ENERGY EFFICIENCY RETROFITTING WORKS FOR PRICING DOCUMENT FOR REQUEST FOR APPLICATIONS FOR APPOINTMENT TO A MULTI-PARTY FRAMEWORK AGREEMENT FOR ENERGY EFFICIENCY RETROFITTING WORKS FOR LOCAL AUTHORITIES LOT CAVITY WALL INSULATION AND ANCILLARY

More information

TENDER NOTICE No. 04/ TENDER DOCUMENT FOR ELECTRICAL WIRING FOR THE OFFICE OF GM & DGM, TELECOMMUNICATION, OPTCL, MERAMUNDALI.

TENDER NOTICE No. 04/ TENDER DOCUMENT FOR ELECTRICAL WIRING FOR THE OFFICE OF GM & DGM, TELECOMMUNICATION, OPTCL, MERAMUNDALI. TENDER NOTICE No. 04/2015-16 TENDER DOCUMENT FOR ELECTRICAL WIRING FOR THE OFFICE OF GM & DGM, TELECOMMUNICATION, OPTCL, MERAMUNDALI. General Manager, Telecommunication Circle, OPTCL, AT- 400/220/132kV

More information

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com

More information

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date: NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI - 620 015 DEPARTMENT OF ACADEMIC OFFICE NOTICE INVITING QUOTATIONS File No. NITT/F.No. 020/PROJ/2018-19/DAC Date: 10.10.2018 To Sealed quotations are invited

More information

COMUNICATIONS AUTHORITY OF KENYA

COMUNICATIONS AUTHORITY OF KENYA 1 COMUNICATIONS AUTHORITY OF KENYA REGISRTATION OF SUPPLIERS FOR PROVISION OF EVENT MANAGEMENT SERVICES CA/PROC/RS/03/2017-2018 2017-2019 JANUARY 2018 1 Contents INTRODUCTION... 3 REGISTRATION INSTRUCTIONS...

More information

3. VALIDITY OF BID. The bid submitted under this tender must be valid for a period of 120 days from the date of closing of tender.

3. VALIDITY OF BID. The bid submitted under this tender must be valid for a period of 120 days from the date of closing of tender. Tender No: KDU/PRO/S&R/2167/2016 General Sir John Kotelawala Defence University, ----------------------------------------------- Kandawala Estate, Ratmalana, Sri Lanka. -----------------------------------------------

More information

RFQ CISCO NETWORK ROUTER

RFQ CISCO NETWORK ROUTER RFQ CISCO NETWORK ROUTER REF: UIIC-RO-ITD-2018-ROUTER-1 UNITED INDIA INSURANCE CO. LTD INFORMATION TECHNOLOGY DEPARTMENT RO VISAKHAPATNAM, PAVAN ENCLAVE, 30-15-153, Floor No - 4 DABAGARDENS MAIN ROAD,

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

MADHYA PRADESH CRICKET ASSOCIATION TENDER DOCUMENT FOR CONSTRUCTION OF UG WATER TANK CAPACITY OF LTRS FOR CRICKET GROUND AT SAGAR

MADHYA PRADESH CRICKET ASSOCIATION TENDER DOCUMENT FOR CONSTRUCTION OF UG WATER TANK CAPACITY OF LTRS FOR CRICKET GROUND AT SAGAR TENDER DOCUMENT FOR CONSTRUCTION OF UG WATER TANK CAPACITY OF 75000 LTRS FOR CRICKET GROUND AT SAGAR SPECIFICATIONS, TENDER DETAILS & BILL OF QUANTITY ISSUED BY HON. SECRETARY MADHYA PRADESH CRICKET ASSOCIATION

More information

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Rte. 66/29 Interchange Reconstruction Project: 0066-076-113,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Mileposts B-8.1 thru B-8.8 DOT 714-363S, 714-364Y Gainesville,

More information

INVITATION TO TENDERS AND INSTRUCTIONS TO TENDERERS

INVITATION TO TENDERS AND INSTRUCTIONS TO TENDERERS Pakistan International Airlines Procurement Logistics Department Purchases Technical Commercial Section Tel: 02199043048, Fax: 02134570120 E-mail: dgmptnls@piac.aero M/S REF: 013N60008/CATERING VAN/2016

More information

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015 PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

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

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100

More information

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838 Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai 400005 CIN: L65190MH2004GOI148838 Supply of Packaged Drinking Water at IDBI Tower, Mumbai Applications are invited for prequalification of vendors

More information

TENDER DOCUMENT FOR PROVISION OF EXTERNAL AUDIT SERVICES

TENDER DOCUMENT FOR PROVISION OF EXTERNAL AUDIT SERVICES TENDER DOCUMENT FOR THE PROVISION OF EXTERNAL AUDIT SERVICES TENDER NAME TENDER NO: TENDER CLOSING DATE TENDER TIME PROVISION OF EXTERNAL AUDIT SERVICES KSSL/EXAS-1/10/2018-2019 Thursday December 14th,

More information

BUREAU OF INDIAN STANDARDS

BUREAU OF INDIAN STANDARDS POSTED UNDER POSTAL CERTIFICATE BUREAU OF INDIAN STANDARDS Phone : 23721442, 28394955, 28394956, 28396324 FAX : 28398841 BIS BANGALORE LABORATORY Peenya Industrial Area 1 st Stage, Tumkur Road Bangalore

More information

TECHNICAL SPECIFICATION FOR L. T. XLPE POWER CABLE

TECHNICAL SPECIFICATION FOR L. T. XLPE POWER CABLE TECHNICAL SPECIFICATION FOR L. T. XLPE POWER CABLE SEAL & SIGNATURE OF THE TENDERER PAGE 1 OF 14 TECHNICAL SPECIFICATION FOR LT XLPE POWER CABLES (SPECIFICATION NO.MM/I/LTXLPE/2006) 1. SCOPE: The specification

More information

Design, Fabrication, Supply, Installation & Commissioning of Scissor Lift for ITMT Building at. CREST, Hosakote. Indian Institute of Astrophysics

Design, Fabrication, Supply, Installation & Commissioning of Scissor Lift for ITMT Building at. CREST, Hosakote. Indian Institute of Astrophysics Design, Fabrication, Supply, Installation & Commissioning of Scissor Lift for ITMT Building at CREST, Hosakote Indian Institute of Astrophysics Bangalore October 2017 1. Introduction The required scissor

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

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Program UXOs and Solid Waste Management PAL 10-71646 Lot # 2 Removal of Solid Waste from Random sites in North Governorate Bill of Quantity (BOQ) Page 1 of 8 PREAMBLE TO BILL

More information

India Tender. Construction - I VOLUME

India Tender. Construction - I VOLUME 8th Floor, Block No. 18, Udyog Bhavan, Sector-11, Gandhinagar, Gujarat, India-382017. Tel :+91-79-23232701/4 Fax : +91-79-23222481 email: garud.gandhinagar@gmail.com ====== ========= ========== =========

More information

NOTICE OF INVITATION TO TENDER

NOTICE OF INVITATION TO TENDER Corporation Bank (A Premier Govt. of India Enterprise) BRANCH EXPANSION AND SUPPORT SERVICES DIVISION HEAD OFFICE, POST BOX NO. 88, MANGALADEVI TEMPLE ROAD, PANDESHWAR, MANGALORE - 575001 REMODELING OF

More information

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY BIDDING DOCUMENT

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY BIDDING DOCUMENT DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA UVA WELLASSA UNIVERSITY REQUEST PROPOSAL FOR EXPANDING THE AVAILABLE WIRELESS LOCAL AREA NETWORK OF THE UVA WELLASSA UNIVERSITY UWU/G/NCB/17/08 BIDDING DOCUMENT

More information