Proforma I. Name of work : Main plant street lighting and area lighting at KKNPP site. S.No Subject Details

Size: px
Start display at page:

Download "Proforma I. Name of work : Main plant street lighting and area lighting at KKNPP site. S.No Subject Details"

Transcription

1 NUCLEAR POWER CORPORATION OF INDIA LTD (A Government of India Enterprise) KUDANKULAM NUCLEAR POWER PROJECT Kudankulam PO, Radhapuram Taluk, Tirunelveli Dist Tamil Nadu Phone: , , Telefax : tenders@kknpp.com TENDER SECTION Proforma I Name of work : Tender No: NPCIL / KKNPP / E&I / 84 / 2009 S.No Subject Details 1. Name & Address of Company 2. Name of the contact person 3. id 4. Phone No: 5. Fax No. 6. Mobile No The person / Company who downloaded the tender document should submit the Proforma by fax / to NPCIL-KKNPP before tender submission within 2 days of downloading. This is to us to send pre-bid meeting clarifications and other communications before submission of tender. Authorized Signatory with seal

2 KUDANKULAM NUCLEAR POWER PROJECT Summary and checklist of enclosed documents (Bidders are requested to place this in cover no:1) S. No Bidder should fill in the following details (not write as enclosed) and furnish documentary proof as per Annexure-I of NIT and flagged for easy reference 1. Name of work Main plant street lighting and area lighting at KKNPP site 2. Tender No. NPCIL / KKNPP/ E&I / 84 / Estimated cost Rs lakhs 4. Name of tenderer 5. Registration details: PSUs/Government department/large Industrial House 6. Cost of tender document Rs.1560/- (Furnish details DD incase downloaded from web) 7. EMD of Rs /- (Furnish DD/BG/FD/TD details) 8 Solvency Certificate issued by Scheduled Bank in last six months. Amount > Rs lakhs Date of issue Banker s Details 9 Average Annual Turnover in last three years (Should be at least Rs lakhs) Year Turnover in lakhs Rs. Average annual turn over in lakhs Rs Furnish the details of successfully completed work/works of similar in nature, executed in the last five years to satisfy the following. To assess the quantum & nature of work done, the work order, BOQ and completion certificate for the above work must be enclosed. Three similar completed works, each costing not less than Rs lakhs.or Two similar completed works, each costing not less than Rs lakhs or One similar completed work costing not less than the amount equal to Rs lakhs Name of the work-1: Work order Number-1 BOQ enclosed Yes / No Date of issue: TDS during the same period Yes / No Amount: All documents attested Yes / No Completion Certificate-1 Name of completion certificate issuing authority

3 Date of issue: Designation Amount: Contact number Name of the work-2: Work order Number-2 BOQ enclosed Yes/No Date of issue: TDS during the same period Yes/No Amount: All documents attested Yes/No Completion Certificate-2 Date of issue: Amount: Name of the work-3: Name of completion certificate issuing authority Designation Contact number Work order Number-3 Date of issue: Amount: Completion Certificate-3 Date of issue: Amount: BOQ enclosed TDS during the same period All documents attested Name of completion certificate issuing authority Designation Contact number Yes / No Yes / No Yes / No 11. Have you filled the rates in words & figures in schedule of quantities of the tender book? 12 Have you submitted all tender drawings & tender documents along with quote? 13. Have you filled & signed with seal the following:- 13.a Form of tender under section-ii 13.b Undertaking Section-III B Yes / No Yes / No Yes / No Yes / No

4 13.c Tender form in Section IV 13.d Section VIII 14 Is there a covering letter to the tender submission? 15 Any Deviation, If so has it been is brought out in the covering letter? 16 Are the documents submitted in 3 separate sealed covers as per clause No:19 of NIT? 17 Is the documents submitted in Cover-I flagged and kept in proper order? 18 Whether the tenderer has signed with seal in all the pages of the document? 19 a) Are you related to any official of NPCIL? b) If yes Please indicate the Name, Designation & Office details of the same. Yes / No Yes / No Yes / No Yes / No Yes / No Yes / No Yes / No Yes / No Signature of the Contractor with Seal

5 NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise) Kudankulam Nuclear Power Project TENDER NO: NPCIL / KKNPP / E&I / 84 / 2009 Sub: Main Plant Street Lighting and Area Lighting at KKNPP site SL NO. SECTION CONTENTS PAGES PART-1 1. SECTION -I Tender Notice & Annexure SECTION -II Form of Tender and General Rules & Directions for the Guidance of Contractor. 3. SECTION -III Special Instructions. 4. SECTION -IV General Conditions of Contract &1-33 & SECTION -V Technical Specifications SECTION -VI Schedule of Drawings SECTION -VII Schedule of Supply of Materials. 1-1 PART-II 8. SECTION -VIII Schedule of Quantities / Financial Schedule 1-2 & 1-7 Tender Issued to M/s. By.

6 SECTION I TENDER NOTICE

7 NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise) Kudankulam Nuclear Power Project Kudankulam PO, Radhapuram Taluk, Tirunelveli Dist Tamil Nadu Phone: , , Telefax: NOTICE INVITING TENDER TENDER NO: NPCIL / KKNPP/ E&I / 84 / Sealed Tenders are invited in two parts on behalf of the Nuclear Power Corporation of India Ltd, Kudankulam Nuclear Power Project by Chief Construction Engineer from Contractors, who are eligible as per the minimum requirements defined in clause 1 of the qualification criteria (Annexure 1) and who have executed works for PSUs or Government department or with large industrial house (Work executed for private body will be considered only if contractor / firm produces tax deduction at source certificate) for Main Plant Street Lighting and Area Lighting at KKNPP site. Earnest Cost of Sale Date of Date of Period of Money Tender Period submission Pre-bid Contract Deposit Document / opening meeting (1) (2) (3) (4) (5) (6) (7) Estimated cost By 14:00 hrs :00hrs on to on Rs.1560/ Rs /- (Rs Months between and Part-1 + 4% VAT) 10:00 hrs opened on and 16:00 same day hrs at hrs The work is estimated to cost as mentioned in para1, column (1). This estimate however, is given merely as a rough guide. Rs lakhs 2. Completion time as mentioned in para1, column (4) is including monsoon period. 3. The bid shall be submitted in the original bid document (as issued by the corporation / downloaded from the internet) superscribing the name of work in accordance with clause 19 of Notice inviting tender (NIT). 4. Chief Construction Engineer of the Nuclear Power Corporation of India Ltd. shall be the Accepting Authority" hereinafter referred to as such for the purpose of this Section - I Notice Inviting Tender Page 1 of 25

8 Contract. 5. Bidding documents may be purchased from the office of ENGINEER-IN-CHARGE (TENDER SECTION), D BLOCK, SECOND FLOOR, ROOM NO: 05, OFFICE COMPLEX, KKNPP between the period and time as mentioned in para1, column (5) by paying a non-refundable fee as mentioned in para1, column (3) in the form of pay order or Demand Draft on any Scheduled Commercial bank payable at SBI Anuvijay Township (Branch code: 4387) in favour of NPCIL. Interested Bidders may obtain further information at the same address. The bidding documents can also be downloaded from the internet (Site address where in the purchase price of the documents shall be submitted along with the bid in the form of pay order / demand draft. 6. Bids must be accompanied by bid-security / EMD amount specified for the work in clause 18 of NIT, payable at SBI Anuvijay Township (Branch code: 4387) in favour of NPCIL. Bid Security/EMD will have to be in any one of the forms as specified in the bidding documents and shall have to be valid for 30 days beyond the validity of the bid. 7. Bids must be dropped in the box placed in the TENDER SECTION, D-BLOCK, SECOND FLOOR, ROOM No: 05, OFFICE COMPLEX, KKNPP upto hours on the day as mentioned in Para 1 column (6). The bid (in case of two part tender, part one) will be opened on the same day at Para 1, column (6), in the presence of the Bidders who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue. 8. Pre-bid Meeting- Date & Time: A pre-bid meeting will be held on as per Para 1, column(7) at the office of ENGINEER-IN-CHARGE(TENDER SECTION), D BLOCK, SECOND FLOOR, OFFICE COMPLEX, KKNPP to clarify the issues and to answer questions on any matter that may be raised at that stage as stated in Clause 15 of Notice Inviting Tender. Section - I Notice Inviting Tender Page 2 of 25

9 9. Scope of Bid: 9.1 The Nuclear Power Corporation of India Limited (referred to as Corporation or NPCIL in these documents) invites bids for the work (as referred above). The successful Bidder should complete the works on or before the scheduled period of completion as specified in the NIT. 9.2 Scope of work : Supply of galvanized street light poles, cables, light fittings, erection of the poles, light fittings & cables. 10. Eligible Bidders: 10.1 Bidding is open to all eligible Bidders meeting the eligibility criteria as defined in qualification criteria specified in Annexure I of this Notice Inviting Tender Bidders not meeting the minimum qualification criteria and also non submitting documentary evidence in acceptable form as specified in Annexure I of this Notice Inviting Tender. shall be summarily rejected. 11. One Bid per Bidder: 11.1 Each Bidder shall submit only one bid for one tender. A Bidder who submits or participates in more than one Bid will cause the Bidder s participation to be disqualified for all the proposals. 12. Cost of Bidding: 12.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Corporation will in no case be responsible and liable for these costs. 13. Site visit: 13.1 The Bidder and any of his authorized personnel or agents will be granted permission by the Corporation to enter upon its premises and lands for the purpose of site visit. However the bidder shall express condition that he, his personnel, and agents will be responsible against all liability in respect thereof, including death or personal injury, loss of or damage to property, and any other loss, damage, costs, and Section - I Notice Inviting Tender Page 3 of 25

10 expenses incurred as a result of the inspection The Bidder should inform the Corporation at least 3 days in advance about the proposed site visit The Bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the Site and its surroundings and satisfy himself before submitting his bid as to the form and nature of the Site, the means of access to the Site, the accommodation he may require, etc., 13.4 In general, Bidders shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A Bidder shall be deemed to have full knowledge of the Site, whether he inspects it or not and no extra claims due to any misunderstanding or otherwise shall be allowed The costs of visiting the Site shall be at the Bidders own expense. Any report shared at the site, by the Corporation is subject to verification by the contractor. Any deviations of information in the report and the actual site will not be the responsibility of the corporation. 14. Content of Bidding Documents: 14.1 Submission of a bid by a Bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be executed and of conditions and rates at which stores, tools and plant, etc., will be issued to him by the Corporation and local conditions and other factors having a bearing on the execution of the works The Bidder shall submit the Bid, which satisfies each and every condition laid down in the bid documents, failing which, the bid is liable to be rejected This Notice Inviting Tender shall form part of the Contract document The documents listed below comprises one set of bid document, Section I Notice Inviting Tender Section II Form of Tender and General Rules & Directions for the Guidance of Contractor. Section - I Notice Inviting Tender Page 4 of 25

11 Section - III Special Instructions. Section IV - General Conditions of Contract Section V Technical Specifications / Data sheets Section VI Drawings Section VII Schedule of Supply of Materials. Section VIII Schedule of Quantities / Financial Schedule 15. Pre-bid meeting Details: 15.1 The Bidder or his officially authorized representative is invited to attend a pre-bid meeting, which will take place as referred in clause 8 of NIT The purpose of the meeting is to clarify issues and to answer questions on matters that may be raised at that stage The Bidder is requested to submit their questions / queries / clarifications in writing or by / fax to reach the Corporation before the meeting Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents which may become necessary as a result of the pre- bid meeting shall be made by the Corporation exclusively through the issue of an Addendum only and not through the minutes of the pre-bid meeting. 16. Amendment of Bid Documents: 16.1 Before the deadline for submission of bids, the Corporation may modify the bidding documents by issuing addenda Any addendum so issued shall be part of the bid documents as well as Contract document and shall be communicated in writing or by / fax to all the purchasers of the bidding documents. Prospective Bidders shall acknowledge receipt of each addendum by / fax to the Corporation To give prospective Bidders reasonable time to take an addendum into account in Section - I Notice Inviting Tender Page 5 of 25

12 preparing their bids, the Corporation may extend the date for submission of bids, if necessary. 17. Language of the Bid: 17.1 All documents relating to the bid shall be in the English language, unless stated otherwise. 18. Bid Security or EMD: 18.1 The bid shall be accompanied by bid security/ EMD amount as mentioned in Para1, column (2).The bid security amount / EMD may be paid in any one of the following forms: a) Deposit at call receipt of a Scheduled Commercial Bank, duly pledged in favour of Manager(F&A), KKNPP. b) Demand draft of any Scheduled Commercial Bank drawn in favour NPCIL payable at State Bank of India at Anuvijay Township (Branch code: 4387). c) Bank Guarantee from a Scheduled Commercial Bank irrevocable and operative 30 days after the validity of the offer (as per standard proforma attached). d) Fixed Deposit Receipt issued by Scheduled Commercial Bank endorsed in favour of NPCIL Bid Security/EMD of successful Bidder will be returned after submission of the performance guarantee amount. Bid Security of unsuccessful Bidders will be returned to them within 14 days from the date of acceptance of bid of the successful Bidder The Bid Security may be forfeited, if a) the Bidder withdraws / modify his Bid or any item thereof after opening of bid b) the successful Bidder fails within the specified time limit to commence the work. Section - I Notice Inviting Tender Page 6 of 25

13 19. Submission of Bid Documents: 19.1 The bid submitted by the Bidder shall comprise the following: a) Documents in acceptable form in support of Minimum requirements as per qualification criteria specified in Annexure 1 of this NIT. b) The purchase price of the bid documents in case it is downloaded from internet. c) Bid Security / EMD d) Tender document Part-1 e) Priced Bill of Quantities Part-II Tenderer may please note, the tender submission should be in 3 separate sealed covers as follows, indicating Tender No & cover No on each cover,: A) Part I Technical Bid Cover No: 1 this cover should contain a) Summary & Check list of enclosed documents b) All relevant documents and certificates as per Annexure-I of NIT arranged and flagged in the following order. Company details & Registration Solvency Audited profit and loss statement for the last 3 years Experience certificate compressing of work order, completion certificate & TDS if applicable. c) Purchase price of the bid documents in case it is downloaded from internet. d) Tender Document Part -1, section -1 to VII along with all drawings if any. Cover No: 2 This cover should contain the Bid security / EMD in the acceptable form as per clause 18 of NIT. Section - I Notice Inviting Tender Page 7 of 25

14 B) Part II Commercial Bid Cover No:3 This cover should contain the Part-II - priced bill of quantities dully filled and signed. All the envelopes should be sealed & superscribed with appropriate Envelope number and heading as defined above. 20. Bid Prices, Rates & Taxes: 20.1 The Bidder should quote his rates in figures as well as in words. The total amount shall be written both in figures and in words. The bid shall be liable for rejection if not quoted in words In the case of item rate tenders, only rates quoted shall be considered. In case of lumpsum tender, only lumpsum quoted amount shall be considered All duties & taxes and other levies payable by the contractor under the contract or for any other cause, as applicable at the time of submission of the bid shall be included in the rates, prices and total Bid Price submitted by the Bidder The rates and prices quoted by the Bidder are subject to adjustment during the execution of the Contract in accordance with the provisions of sub-clause 11.2 [Payment for Variations] of the General Conditions of Contract. 21. Currencies of Bid and Payment: 21.1 The unit rates and the prices shall be quoted by the Bidder in Indian Rupees, unless otherwise specified in the Special Conditions of Contract. 22. Bid Validity: 22.1 The bids submitted shall remain valid for acceptance for a period of 120 days from the date of opening of the bid. The Bidder shall not be entitled during the said period of validity, to revoke or cancel his bid or vary / modify the bid given or any item thereof. In case of Bidder revoking or canceling his bid, varying any terms in regard Section - I Notice Inviting Tender Page 8 of 25

15 thereof, the full amount of bid security/emd paid by the Bidder along with the bid shall be forfeited by NPCIL. 23. Alternative Proposals by Bidders: 23.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawing and specifications. Alternatives will not be considered. 24. Format and Signing of Bid: 24.1 The Bidder shall prepare the documents comprising the bid as described in Clause 19 of NIT The Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorised to sign on behalf of the Bidder. No over writing is allowed in the bid documents The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Corporation, or as necessary to correct errors made by the Bidder in which case such corrections shall be initialed by the person or persons signing the bid All pages in the tender document shall be signed by the tenderers and returned along with their offer for this work. 25. Sealing and Marking of Bids: 25.1 The bid shall be submitted in a sealed envelope containing bid documents as specified in clause 19 of NIT, and superscribed by the following: (a) be addressed to Corporation at the following address: ENGINEER-IN-CHARGE(TENDER SECTION), ROOM NO:05, SECOND FLOOR, D BLOCK, KUDANKULAM NUCLEAR POWER PROJECT, KUDANKULAM RADHAPURAM TALUK, TIRUNELVELI DISTRICT. Section - I Notice Inviting Tender Page 9 of 25

16 TAMIL NADU and (b) bear the following identification: - - Bid for as mentioned in para 1 [name of work] - Tender No. as mentioned in front page of NIT - DO NOT OPEN BEFORE as mentioned in para 1 column(6) [time and date for bid opening] -Name and address of the Bidder If the envelopes are not sealed and marked appropriately, the Corporation will assume no responsibility for the misplacement or damage of the envelopes. 26. Deadline for Submission of the Bids: 26.1 Bids will be received by the Corporation at the address and time specified in NIT (refer clause 7). In the event of the specified date for the submission of bids being declared a holiday by the Corporation, the Bids will be received upto the specified time on the next working day The Corporation may extend the deadline for submission of bids by issuing an amendment, in which case, all rights and obligations of the Corporation and the Bidders previously subject to the original deadline will then be subject to the new deadline. The intimation for extended deadlines will be sent to Bidders preferably one week prior to the original deadline Any Bid received by the Corporation after the deadline prescribed above will be returned unopened to the Bidder In exceptional cases (where only one bid is received within the deadline), bids received after the deadline, due to genuine delay, but before the time of opening of the bid may be considered on approval from the competent authority. However the right to approve and accept late bids solely rests with the authority / corporation after ascertaining the delay. 27. Modification and Withdrawal of Bids: 27.1 Bidders may modify or withdraw their bids by giving notice in writing before the Section - I Notice Inviting Tender Page 10 of 25

17 deadline prescribed in Clause 26.1 and 26.2 above Each modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clauses 24 & 25 of NIT, with the outer and inner envelopes additionally marked MODIFICATION or WITHDRAWAL as appropriate, by the respective Bidder No bid shall be modified after the deadline for submission of Bids Withdrawal or modification of a Bid between the deadline for submission of bids and the expiry of the original period of bid validity as in Clause 22.1 of NIT above or as extended pursuant to Clause 26.2 of NIT may result in the forfeiture of the Bid security pursuant to Clause 18 of NIT. 28. Bid Opening: PART-I 28.1 On the due date and appointed time as specified in clause 7 of NIT, the Corporation will open cover 1 and 2 of all bids received, including modifications made pursuant to clause 27 of NIT in presence of the Bidders or their authorized representatives who choose to attend. In the event of the specified date for Bid opening being declared a holiday by the Corporation, the Bids will be opened at the appointed time and location on the next working day Envelopes marked WITHDRAWAL shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 27 of NIT shall not be opened If all Bidders have submitted unconditional Bids together with requisite Bid security, then all Bidders will be so informed then and there. If any Bid does not contain Bid security in the manner prescribed in the Bid documents, then that Bid will be rejected and the Bidder informed accordingly. The sealed envelope containing priced BOQ will be returned to him without opening. All other valid Bids shall be considered for evaluation The Bidder s name, Bid modifications and withdrawals, and such other details as the Corporation may consider appropriate, will be announced by the Corporation at the Section - I Notice Inviting Tender Page 11 of 25

18 time of opening The Corporation shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-clause 28.3 above PART-II: The date of opening of Part-II of Techno-Commercially qualified bidders shall be intimated separately. The bid prices, any discount and such other details as the Corporation may consider appropriate, will be announced by the Corporation at the time of opening. 29. Clarification of Bids: 29.1 To assist in the examination and comparison of Bids, the Corporation may, at its discretion, ask any Bidder for clarification of his Bid, including breakdown of unit rates. The request for clarification and the response shall be in writing or by / fax, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Corporation in the evaluation of the Bids in accordance with Clause 32 of NIT Subject to sub-clause 32 of NIT, no Bidder shall contact the Corporation on any matter relating to his bid from the time of the bid opening to the time the contract is awarded Any effort by the Bidder to influence the Corporation s bid evaluation, bid comparison or contract award decisions, may result in the rejection of his bid. 30. Examination of Bids and Determination of Responsiveness: 30.1 Prior to detailed evaluation of Bids, the Corporation will determine whether each Bid(s) meets (a) the minimum requirements as defined in clause 1 of Qualification Criteria(Annexure 1); (b) has been properly signed by an authorised signatory (accredited representative) holding Power of Attorney in his favour, which shall interalia include a provision to bind the Bidder for settlement of dispute as per GCC; (c) is accompanied by the required Bid security and; (d) is responsive to the Section - I Notice Inviting Tender Page 12 of 25

19 requirements of the Bidding documents A responsive Bid is one which conforms to all the terms, conditions and specification of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial change in scope, quality or performance of the Works; (b) which limits in any substantial way, the Corporation s rights or the Bidder s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting responsive Bids Over-writing on rate(s) / total amount not clearly indicating single meaning may be a cause of rejection of bid. 31. Correction of Errors: 31.1 Bids determined to be responsive will be checked by the Corporation for any arithmetic errors. Errors will be corrected by the Corporation as follows: (a) When there is a difference between the rates in figures and in words, the rates which correspond to the amounts worked out by the Bidder, shall be taken as correct (b) When the amount of an item is not worked out by the Bidder or it does not correspond with the rates written either in figures or in words, then the rate quoted by the Bidder in words shall be taken as correct (c) When the rate quoted by the Bidder in figures and in words tallies but the amount is not worked out correctly, the rates quoted by the Bidder shall be taken as correct and not the amount [ In event no rate has been quoted for any item(s), leaving space both in figure(s), word(s) and amount blank, it will be presumed that the Bidder has included the cost of this/ these item(s) in other items and rate for such item(s) will be considered as zero and work will be required to be executed accordingly ] (d) In the case of percentage rate tender, the Bidders are required to quote their rates both in amount as well as in the percentage below/above the rates entered in the schedule. In such cases in the event of arithmetical error committed in working out the amount by the Bidder, the tendered percentage and not the amount should be taken into account. Section - I Notice Inviting Tender Page 13 of 25

20 31.2 The amount stated in the Bid will be adjusted by the Corporation in accordance with the above procedure for the correction of errors and shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security/emd may be forfeited. 32. Evaluation and Comparison of Bids: 32.1 The Corporation reserves the right to accept or reject any offer In evaluating the Bids, the Corporation will determine for each Bid, the evaluated Bid Price by adjusting the Bid Price by making any correction for errors pursuant to clause 31 of NIT (Correction of errors) The estimated effect of the price adjustment conditions under Variations and Deviations of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer-in-charge or his representative s estimate of the cost of work to be executed under the contract, the Corporation may require the Bidder to produce detailed rate analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those rates with the implementation/construction methods and schedule proposed Any deviation in the commercial terms shall be suitably loaded before evaluation 33. Award Criteria: 33.1 The Corporation shall award the Contract to the Bidder whose evaluated offer / bid has been determined to be the technically suitable and financially lowest and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to execute the Contract satisfactorily. 34. Notification of Award and Signing of Agreement: 34.1 The Bidder whose Bid has been accepted will be notified of the award by the Corporation prior to expiration of the Bid validity period by issue of Work order. The Section - I Notice Inviting Tender Page 14 of 25

21 notification may also be made through letter, wherein the work order shall follow The work order will constitute the formation of the Contract subject only to the furnishing of a performance guarantee within 30 days of work order An agreement shall be made and signed by both the parties. The Agreement will incorporate all correspondence between the Corporation and the successful Bidder Upon furnishing by the successful Bidder of the Performance guarantee, the Corporation will promptly notify the other Bidders that their Bids have been unsuccessful and release their Bid security. 35. Corrupt or Fraudulent Practices: 35.1 the corporation requires that Bidders / Suppliers / Contractors under this contract, observe the highest standard of ethics during the procurement and execution of this contract. In pursuance of this policy, the corporation: (a) defines, for the purpose of these provision, the terms set forth below as follows:- i. Corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and ii. fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Corporation, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Corporation of the benefits of free and open competition. (b) (c) Will reject a proposal for award of work if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. Will declare a Bidder ineligible, either indefinitely or for a stated period of Section - I Notice Inviting Tender Page 15 of 25

22 time, to be awarded a contract/contracts if at any time it determines that the Bidder has engaged in corrupt or fraudulent practices in competing for, or in executing, the contract. 36. Disclosures: 36.1 Any change in the constitution of the contractor s firm, where it is a partnership firm, joint venture or consortium partnerships as declared in the bid should be disclosed to the corporation, at any time between the submission of bids and the signing of the contract. The same shall be disclosed during the currency as per the GCC clause number 1.9(changes in constitution) 37 Concessions for Mega Power Projects: NOT APPLICABLE FOR THIS TENDER 38 Due to security reason entry of official visitors to project site, are allowed only on prior written requisition from Authorized Officers. Therefore tenderers intending to visit the site for purchase of document / attend pre-bid meeting / submit the tender, should inform the tender section at least one day before by fax or E- mail, the name, age, company name and identity card (issued by government only, like PAN card, driving license, voters ID card, etc..) carried by their authorized person, to enable us to make the entry requisition in advance. The approximate distance from main gate to Office complex (as mentioned in clause No:5&7) is 2KM, there is no departmental transport available. The contractor shall make their own transport arrangement if necessary On all communications, the tender Number reference may please be given Bidders are requested to visit the NPCIL website periodically, for updates, new tenders etc. 39 Agencies who proposed to download the above tender document may please intimate by or fax to us the name and address of the agency, name of the contact person with phone no and mobile no and . -sd- Chief Construction Engineer For and on behalf of The Nuclear Power Corporation of India Ltd. Section - I Notice Inviting Tender Page 16 of 25

23 Annexure I PRE-QUALIFICATION CRITERIA 1. MINIMUM REQUIREMENT 1.1 Average Annual financial turnover during the last 3 years, ending 31 st March of the previous financial year, should be at least 80% of the estimated cost AND 1.2 Experience of having successfully completed similar works during last 5 years ending last day of month previous to the one in which applications are invited should be either of the following: a) Three similar completed works, each costing not less than the amount equal to 40% of the estimated cost or b) Two similar completed works, each costing not less the amount equal to 50% of the estimated cost or c) One similar completed work costing not less than the amount equal to 80% of the estimated cost. Similar work for the purpose of this contract shall mean: Supply, Laying and Termination of power cables, Erection of Electric poles etc. 1.3 Solvency of atleast 40% of Estimated Value issued by Bank in last six months. 1.4 The contractor should submit the documentary proof related to Minimum Requirement as stated above in a separate envelop along with the bid. 2. GENERAL ELIGIBILITY CRITERIA 2.1 A Bidder may be a natural person, private entity, government-owned entity, or any combination of such entities supported by a letter of intent to enter into an agreement or under an existing agreement in the form of a joint venture of Association (JVA) or Consortium. In the case of a joint venture or association or consortium. Unless otherwise specified, all partners shall be jointly and severally liable, and Section - I Notice Inviting Tender Page 17 of 25

24 the JVA or Consortium Agreement shall nominate a lead partner who shall have authority to conduct all business for and on behalf of any and all the partners of the JVA/Consortium is awarded the contract, during contract execution. In such case, generally the Lead Partner shall take full responsibility of successful completion / fulfillment of all the contract conditions. In case of Consortium agreement the technical / financial capabilities of each of the party shall be determined on case to case basis. 2.2 A Bidder shall not have conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if : a Bidder participated as a consultant in the preparation of the design or technical specifications of the works that are the subject of the bid; or a Bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the Corporation or as Engineer-in-Charge for the contract. 2.3 Government-owned entities in the Corporation s country shall be eligible only if they can establish that they are legally and financially autonomous and operate under commercial law. Also, they shall not be dependent agencies of the Corporation. 2.4 Bidders shall provide such evidence of their continued eligibility, satisfactory to the Corporation, as the Corporation shall reasonably request any time within the currency of the contract (including defect liability period). 2.5 Firms shall be excluded if: as a matter of law or official regulation, the Corporation s country prohibits commercial relations with that county, provided that such exclusion does not preclude effective competition for the supply of goods or related services required; or by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower s country prohibits any import of goods or contracting of Works or services from that country or any payments to persons or entities in that country. 2.6 The Bidder shall submit attested copies of original documents defining the Section - I Notice Inviting Tender Page 18 of 25

25 constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder; along with the bid. 3. CONTRACT ELIGIBILITY CRITERIA Further, the contract eligibility includes the following:- 3.1 Experience on similar completed works executed during the last five years; and details like monetary value, clients, proof of satisfactory completion 3.2 Registration, if any, with specified departments (CPWD, State PWDs, MES, Railways, PSUs etc.,) /organizations, class / type of registration or previous prequalification(s) for similar projects. 3.3 Documentary evidence of adequate financial standing, Certified by Bankers, Audited Profit & Loss A/c and Balance Sheet, Annual turnover in last five years access to adequate working capital. 3.4 Construction Equipment proposed to be deployed for the project and proof of its availability; equipment proposed to be purchased or leased. 3.5 Key personnel available and proposed to be engaged for management and supervision of the Project, their qualifications and experience. Valid certificates by a recognized University, technical Board, or Ministry of Government of India would only be taken cognizance of. 3.6 Project planning and quality control procedures to be adopted. 3.7 Information regarding projects in hand, current litigation, orders regarding exclusion/ expulsion or black listing, if any. 3.8 Bidders who meet minimum criteria will be qualified only if their available bid capacity is more than the bid value. The bid capacity of the contractor shall be determined by the following formula Bid Capacity = (A X N X 2) B Where A = maximum value of works executed in any one year during last five years B = Value of existing commitments and on going works to be completed in the next N years N = Number of years prescribed for completion of the subject Contract Section - I Notice Inviting Tender Page 19 of 25

26 INFORMATION REGARDING QUALIFICATION OF BIDDERS The information to be filled in by the Bidder in the following pages will be used for purposes of Pre-qualification as provided above. 1. For Individual Bidders (format for clause 2.6 of Annexure 1 Prequalification criteria) 1.1 Constitution or legal status of Bidder (Attach copy) Place of registration : Principal place of business : (Power of attorney of signatory of Bid) 1.2 Value of work Completed during the last five years (in Rs. Lacs) Particular Year Value Total value of Work executed in the last five years ** Year 1 Year 2 Year 3 Year 4 Year 5 ** Immediately preceding the financial year in which bids are received. Attach certificate from Chartered accountant Financial reports for the last five years: balance sheets, profit and loss statements, auditors reports (in case of companies / corporation) etc., List them below and attach copies. (Format for clause 3.3 of Annexure 1 Prequalification criteria) Work executed as prime contractor (in the same name) on works of a similar nature * over the last five years. ** (format for clause 3.1 of Annexure 1 Prequalification Criteria) Section - I Notice Inviting Tender Page 20 of 25

27 Project Name Name & Address of Client Description of work Contract No. Value of work (Rs. Lakhs) Date of issue of work order Stipulated period of completion Actual date of completion Remarks explaining reason for delay * Attach completion certificate (s) from the Engineer-in-charge or his representative(s) in-charge Quantities of work executed as prime contractor (in the same name and style) in the last five years. ** (format for clause 3.1 of Annexure 1 Prequalification criteria) Year Year 1 Year 2 Year 3 Year 4 Year 5 Description of item of work Quantity of work performed Remarks Indicate contract Reference 1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid calculated as per clause 3.8 of Annexure 1 Prequalification criteria. (A) Existing commitments and on-going works: (format for clause 3.7 of Annexure 1 Prequalification criteria) Description of work Place & State Contract NO. & Date Name and Address of Client Value of Contact ( Rs. Lakhs) Stipulated Period of completion Value of work remaining to be completed (Rs. lakhs) Anticipated date of completion Remarks Section - I Notice Inviting Tender Page 21 of 25

28 (B) Works for which bids already submitted (format for clause 3.7 of Annexure 1- Prequalification criteria) Description of work Place & State Name and Address of Client Stipulated period of Completion Date when decision is expected Remarks if any 1.5 (a) The Bidders should list all essential equipments proposed to be deployed for carrying out the works. (Format for clause 3.4 of Annexure 1 Prequalification criteria) Item / Equipment Requirement No. / Capacity Owned / leased / to be procured Nos. / Capacity Age / Condition Remarks ( From whom to be purchased) * * * * * * * * * * 1.5 (b) The Bidder shall provide adequate information to demonstrate clearly that the Contractor has the capability to meet the requirements for the key equipments for the key equipments. A separate Form (as defined below) shall be prepared for each item of equipment listed by the Bidder. Item / equipment Equipment Information Name of manufacturer Model and power rating Capacity Year of manufacture Current status Current location Section - I Notice Inviting Tender Page 22 of 25

29 Details of current commitments Source Indicate source of the equipment Owned Rented Leased Specially manufactured Omit the following information for equipment owned by the Bidder Owner Name of owner Address of owner Telephone Fax Contact name and title Telex Agreements Details of rental / lease / manufacture agreements specific to the project 1.6 Qualifications and experience of key personnel proposed to be deployed for administration and execution of the Contract incl. QA and Industrial Safety personnel. Attach biographical data. Position Name Qualification Years of Experience (general) Years of experience in the proposed position) * * * * * * * * * Section - I Notice Inviting Tender Page 23 of 25

30 1.6(a) Number of certified Trades persons to be employed at the site of project 1.7 Proposed sub-contracts and firms involved Sections the works of Value of sub-contract Sub-contractor (name and address) Experience in similar work * * * * * * * * * * * * * * * * 1.8 Evidence of access to financial resources to meet the qualification requirements : cash in hand, lines of credit, etc. List them below and attach copies of support documents. (Format for clause 3.3 of Annexure 1 Prequalification criteria) 1.9 Name, address and telephone, telex and fax numbers of the Bidders Bankers who may provide references if contacted by the Corporation. (Format for clause 3.3 of Annexure 1 Prequalification criteria) 1.10 Information on litigation history in which the Bidder is involved. (format for clause 3.7 of Annexure 1 Prequalification criteria) Client & Address Cause of dispute Amount Remarks and the present status 1.11 Specify proposed sources of financing net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts. Section - I Notice Inviting Tender Page 24 of 25

31 No. Source of financing Amount (INR equivalent) Proposed work method and schedule the Bidder should attach descritptions, drawings and charts as necessary to comply with the requirements of the Bidding documents. (Format for Clause 3.6 of Annexure 1 Prequalification Criteria) 1.13 The contractor shall submit a declaration note stating that he has read and understood the clauses in the NIT & General conditions of contract and the information / evidence provided for Minimum requirements and the prequalification criteria are true and fair. Section - I Notice Inviting Tender Page 25 of 25

32 SECTION II FORM OF TENDER, GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

33 SECTION II NUCLEAR POWER CORPORATION OF INDIA LTD. (A Government of India Enterprise) Kudankulam Nuclear Power Project. ITEM RATE TENDER AND CONTRACT FOR WORKS FORM OF TENDER AND GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTOR 1. This form will state the amount of security deposit to be deposited by the successful tenderer and the percentage, if any to be deducted from the bills. Copies of the specifications, designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the Engineer shall also be open for inspection by the contractor at the office of the Engineer during office hours. 2. In the event of the tender being submitted by a firm, it must be signed separately by each member thereof, or in the event of absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act. 3. Receipt of payments made on account of a work, when executed by a firm, must also be signed by several partners except where the contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipt for the firm. Section - II Form of Tender and General rules & Directions for the Guidance of Contractor Page 1 of 5

34 FORM OF TENDER I/We hereby tender for the execution for Nuclear Power Corporation of India Ltd. of the work specified in the under written Memorandum within the time specified in such memorandum at the rate specified therein, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule 1 hereof and in clause 12 of the General Conditions of Contract and with such materials as are provided for, by and in all respects in accordance with, such conditions so for as possible. MEMORANDUM a) General Description : Main plant street lighting and area lighting at KKNPP site. b) Estimated Cost : Rs Lakhs c) Time of completion : 12 Months d) Earnest money deposit / Bid security : Rs /- e) Security deposit : 10% of the Contract Value On award of the work, Earnest Money deposit/bid security at the time of tender will be treated as part of Security Deposit. 1. Total Security Deposit (SD) shall be calculated as under (i) Contract value up to Rs.100 Crores - 10% of Contract Value. (ii) Contract value more than Rs. 100 Crores - 5% of Contract Value subject to a minimum of Rs 10 Crores. Note: The contract value for the purpose of this clause shall be taken as the value of the contract awarded. Section - II Form of Tender and General rules & Directions for the Guidance of Contractor Page 2 of 5

35 i. Security Deposit as calculated based on above parameters shall be split in the following of two parts and furnished accordingly: a. Performance Guarantee to be submitted on award of work (50% of Security Deposit), and b. Retention money to be recovered from Running Bills (50% of Security Deposit). ii. Performance Guarantee: The Contractor shall deliver the Performance Guarantee to the Corporation within 30 days after issue of work order. The Performance guarantee shall be issued by an entity and from within the country approved by the Employer, and shall be in the form of Bank Guarantee or FDR or any other form of deposit stipulated by the Corporation. iii. Failure of the successful bidder to comply with furnishing the performance guarantee within 30 days as stated above shall constitute sufficient grounds for cancellation of the award of work. iv. Retention Money: Retention Money shall be deducted at the rate of 6% of the value of work done from Running Bills till the 50% of Security Deposit amount so calculated as above, is built up. Total of Performance Guarantee & Retention Money should not exceed the amount of security deposit calculated as above. v. When the retention money reaches the limit of 5 lakhs, the Contractor, if he so desires, may convert the amount into a Bank Guarantees as aforesaid. vi. In case a Fixed Deposit Receipt of any bank is furnished by the Contractor to the Corporation as part of the Security Deposit and the bank goes into liquidation or for any other reasons is likely to be unable to make payment against the said Fixed Deposit Receipt, the loss caused thereby shall be borne by the Contractor and the Contractor shall forthwith or on demand furnish additional security to the Corporation to make good the deficit. vii. The Corporation may deduct any sum of money payable by the Contractor under the terms of this Contract or any other Contract or any other account whatsoever from his security deposit. In the event of his security deposit amount being reduced by reasons of such deduction as aforesaid, the contractor shall within 10 days of receipt of notice of demand from the Engineer-in-Charge make good the deficit. viii. FDR / Bank Guarantee shall be accepted only from Scheduled commercial banks in India. Section - II Form of Tender and General rules & Directions for the Guidance of Contractor Page 3 of 5

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

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

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

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

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

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 FOR REF: BNS/P&E/2018/RDCC

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, LABOUR JOB FOR INSTALLATION, TESTING AND COMMISSIONING OF MECHANICAL & ELECTRICAL EQUIPMENT FOR MILK RECEPTION, REFRIGERATION, BOILER, EFFLUENT TREATMENT

More information

/Institute of Physics /Sachivalaya marg / Bhubaneswar

/Institute of Physics /Sachivalaya marg / Bhubaneswar PART-I Section-I /Institute of Physics /Sachivalaya marg / /NOTICE INVITING TENDER /Tender No. NIT/IOP/03/2013-14 Description of the Services: Supply, Installation, Testing and Commissioning of 15TR scroll

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

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

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

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

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015 INDIAN INSTITUTE OF TROPICAL METEOROLOGY ( IITM) PASHAN, PUNE-411 008 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road, Pashan, Pune-411 008, (India). Invites sealed

More information

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW Chandigarh Industrial & Tourism Development Corporation Limited Regd Office: SCO 121-122, Sector 17-B, Chandigarh 160017 Phone No. 0172 4644430-31-32-33-34, 2704761, Fax No. 0172-4644441 Email: info@citcochandigarh.com,

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

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

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

Tender for Engagement of Chartered Accountant CONTENTS

Tender for Engagement of Chartered Accountant CONTENTS Date Sri Aurobindo Marg, New Delhi 110016 Bidding/TENDER DOCUMENT Tender for Engagement of Chartered Accountant CONTENTS Page Contents no. 1-2 Invitation for bid 3 Procedures for submission of bid 3 Amendment

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

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING TENDER (NIT) (e-tender) NOTICE INVITING TENDER (NIT) (e-tender) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-tenders (2-packet) from ISA firms who are empanelled in RDSO ISA panel for

More information

Dr. Ram Manohar Lohiya National Law University, Lucknow

Dr. Ram Manohar Lohiya National Law University, Lucknow Dr. Ram Manohar Lohiya National Law University, Lucknow Short-term tender notice For empanelment of advertising agencies Tender is invited from reputed Indian Newspaper Society (INS) accredited advertising

More information

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd. Page No. 1/13 TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Tender Notice ***** On behalf of our client, we hereby invite sealed tenders in Two Bid Systems comprising of (a) Technical Bid

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

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/17; Dated September 15, 2018 NOTICE INVITING EXPRESSION

More information

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT CONSTRUCTION OF BOUNDARY WALL, ROAD DIVERSION WORKS AND MASS EARTH FILLING AT MUTTOM DEPOT ON ALWAYE- PETTA LINE FOR KOCHI METRO RAIL PROJECT

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

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

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/15; Dated September 15, 2018 NOTICE INVITING EXPRESSION

More information

NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI , TAMIL NADU Web site:

NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI , TAMIL NADU Web site: NATIONAL INSTITUTE OF TECHNOLOGY TIRUCHIRAPPALLI - 620 015, TAMIL NADU Web site: www.nitt.edu TENDER FOR PRINTING AND SUPPLY OF MONTHLY SHEET CALENDAR 2018 BID SYNOPSIS Tender Reference Number and Date:

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

Tamil Nadu Road Development Company Ltd.

Tamil Nadu Road Development Company Ltd. Tamil Nadu Road Development Company Ltd. (TNRDC) Widening of East Coast Road (ECR) from Double Lane into Four Lane from KM 22/300 to KM 55/800, Including Improvement to Curved Stretches 13 Nos & Junctions-7

More information

Supply of Digital Rebound Hammer at College of Engineering Pune

Supply of Digital Rebound Hammer at College of Engineering Pune College of Engineering Pune - 411 005 INVITATION OF TENDER For Supply of Digital Rebound Hammer at College of Engineering Pune Cost of document Rs. 1000/- (Non refundable) Page 1 of 12 COLLEGE OF ENGINEERING

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

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

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

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT KARNATAKA POWER CORPORATION LTD Tender Notification No: KPCL/2016-17/PS/WORK_INDENT4822 Date:21-07-2016 (Through e-procurement portal only) TENDER DOCUMENT Name of Work: Consultancy Services for Conducting

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

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

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

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

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar. Part B Notice Inviting e-tender (NIT) - Detailed Tender Notice E-Tender No.IPR/TN/CIVIL-PR/ Two bid/09/2016 dated 04.04.2016 (Two Bid System) : Tender notice for Construction of Neutronics Laboratory Building

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

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

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System) (A Government of Karnataka Enterprise) Abstract Bid Notification (Two Cover System) Through e-procurement Portal only Bid No.: LO/CSD/AutoCAD/457 Date: 18.03.2016 Bids are invited through e-procurement

More information

BAIF Institute for Sustainable Livelihoods and Development Lachhakadi, PO Gangpur, Vansda, Navsari Tel.: TENDER FOR

BAIF Institute for Sustainable Livelihoods and Development Lachhakadi, PO Gangpur, Vansda, Navsari Tel.: TENDER FOR BAIF Institute for Sustainable Livelihoods and Development Lachhakadi, PO Gangpur, Vansda, Navsari 396580 Tel.: 02630 244005 TENDER FOR WATERPROOFING/REPAIRS OF BUILDINGS AT KAPRADA (DIST: VALSAD) FOR

More information

National Institute of Technology, Warangal.

National Institute of Technology, Warangal. NIT Warangal, No. NITW/CS/VR/2016-17/ Dt. 25.05.2016. Empanelment of Vendors Offer for the registration / empanelment of Vendors, are invited from the interested firms/companies who are in the business

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

TECHNICAL BID UTI Infrastructure Technology And Services Ltd.

TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Page No. 1/13 TECHNICAL BID UTI Infrastructure Technology And Services Ltd. Tender Notice ***** On behalf of our client, we hereby invite sealed tenders in Two Bid Systems comprising of (a) Technical Bid

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

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

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

VADODARA SMART CITY DEVELOPMENT LTD.

VADODARA SMART CITY DEVELOPMENT LTD. VADODARA SMART CITY DEVELOPMENT LTD. www.vmc.gov.in Expression of Interest for Empanelment of Chartered Accountants for providing Internal Audit & Other Financial Services to Vadodara Smart City Development

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

National Institute of Technology, Uttarakhand

National Institute of Technology, Uttarakhand National Institute of Technology, Uttarakhand EOI for Empanelment of Newspaper Agencies NIT Uttarakhand invites Expression of Interest (EOI) from reputed INS accredited newspaper agencies for empanelment

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

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR HINDUSTAN PREFAB LIMITED TENDER DOCUMENT FOR HPL INTERNAL AUDITOR IN JANGPURA, NEW DELHI NIT No. HPL/DGM(C)/TC/IA/2016-17/109 dt:11.01.2017 OPENING DATE FOR SUBMISSION OF TENDER : Jan 11, 2017 CLOSING

More information

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE-411 008 Tender No. CE/IITM/Project/Conf./Interior/2012-13/02 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road,

More information

IDA Credit Number: #0146-IN. June-2018.

IDA Credit Number: #0146-IN. June-2018. GUJARAT ECOLOGY COMMISSION [GOVERNMENT OF GUJARAT] GUJARAT STATE PROJECT MANAGEMENT UNIT [SPMU] INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) NATIONAL COMPETITIVE BIDDING (NCB) CONSTRUCTION OF A MANGROVE

More information

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME December, 2016 (TENDER DOCUMENT FOR PREQUALIFICATION

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

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

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT

KARNATAKA POWER CORPORATION LTD TENDER DOCUMENT KARNATAKA POWER CORPORATION LTD Tender Notification No: KPCL/2016-17/PS/WORK_INDENT5572 Date: 27-02-2017 (Through e-procurement portal only) TENDER DOCUMENT Name of Work: Design, manufacture, supply, delivery,

More information

Tender No.CHO(HR)/CSR/28/01/2018 Date TENDER FORM FOR EMPANELMENT OF ADVERTISING AGENCIES

Tender No.CHO(HR)/CSR/28/01/2018 Date TENDER FORM FOR EMPANELMENT OF ADVERTISING AGENCIES SECURITY PRINTING AND MINTING CORPORATION OF INDIA LTD Wholly owned by Government of India 16 th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi - 110001 Tender No.CHO(HR)/CSR/28/01/2018 Date. 12.04.2018

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

RAICHUR POWER CORPORATION LIMITED YERAMARUS THERMAL POWER STATION

RAICHUR POWER CORPORATION LIMITED YERAMARUS THERMAL POWER STATION RAICHUR POWER CORPORATION LIMITED TENDER DOCUMENT Tender through e-portal only TRANSPORTATION OF 3000KL HFO OIL FROM RAICHUR THERMAL POWER STATION (RTPS) TO (YTPS) Through Road Tankers as When Required

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

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF ENERGY METERS IN VARIOUS ELECTRICAL SYSTEMS AT STATIONS & DEPOT

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

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of India & GNCTD) MASS RAPID TRANSPORT SYSTEM Construction of North East Entry Structure (Excluding subway Box) at South Extension Station

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

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP / REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /2016-2017 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

NATIONAL INSTITUTE OF TECHNOLOGY PATNA

NATIONAL INSTITUTE OF TECHNOLOGY PATNA NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India) ASHOK RAJPATH, PATNA-800 005 (BIHAR) Ph. 0612-2371715,2372715,2371929 Fax-061-2660480 Website- www.nitp.ac.in

More information

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)

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

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

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI TANATHI WATER SERVICES BOARD K.I.D.P. Bldg., Kalawa Rd., Private Bag, Kitui. Phone: 020 8009628/044-4422416 Telefax: +254 044-44221O8/4422417 Email: tanathiwsb@gmail.com PRE-QUALIFICATION DOCUMENT FOR

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

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Open National Tender (ONT) Tender Document For the SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Invitation for Tender (IFT) Number: KEMSA/ONT 04/2017-2019 FRAMEWORK CONTRACTING

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

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A TENDER DOCUMENT Sub: Tender for Supply, Installation & Commissioning of Air Purifiers Tender No. : Purchase: 2015-16 (AP) Date: 04/02/2016 PART A Sealed tenders are invited for supply, installation & commissioning

More information

i. Issue of notification : June 13, 2016 ii. Submission of proposals : 1600 Hrs on June 24, 2016 iii. Opening of bids : 1630 Hrs on June 24, 2016

i. Issue of notification : June 13, 2016 ii. Submission of proposals : 1600 Hrs on June 24, 2016 iii. Opening of bids : 1630 Hrs on June 24, 2016 BECIL/Admin/IT/Empanelment2016 Dated June 13, 2016 Subject: Quotation for empanelment of agency for repairing of existing Desktop computer system, Laptop and Printer and supply of new desktop, laptop,

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

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED SECURITY AND LOSS PREVENTION DEPARTMENT TENDER NOTICE NO. S&LP/Estb./Manpower/Tender/ 168 Date: 08.05.2018 Tender for finalization of hiring of

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

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

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

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

FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY

FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED DOCUMENT NO: 275/RM(N)/OOTY/2018 TENDER DOCUMENT FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY CONTENTS 01 TENDER NOTICE

More information

HOSTEL - HOUSE KEEPING

HOSTEL - HOUSE KEEPING HOSTEL - HOUSE KEEPING Invitation for Tender Name of the Work-: Cleaning of Hostel buildings, sanitary annexes, bathrooms & Hostel campus and run the hot bath section. Detailed list enclosed herewith.

More information

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth

More information

TENDER FOR DISPOSAL OF OLD/CONDEMNED VEHICLE(S) OF NATIONAL INSTITUTE OF OPEN SCHOOLING

TENDER FOR DISPOSAL OF OLD/CONDEMNED VEHICLE(S) OF NATIONAL INSTITUTE OF OPEN SCHOOLING TENDER FOR DISPOSAL OF OLD/CONDEMNED VEHICLE(S) OF NATIONAL INSTITUTE OF OPEN SCHOOLING NATIONAL INSTITUTE OF OPEN SCHOOLING A 24/25, INSTITUTIONAL AREA, SECTOR-62, NOIDA-201309 (U.P.) 1 Sl. No. Date of

More information

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR HINDUSTAN PREFAB LIMITED TENDER DOCUMENT FOR HPL INTERNAL AUDITOR IN JANGPURA, NEW DELHI NIT No. HPL/DGM(C)/TC/IA/2017-18/88 dt: 30.11.2017 OPENING DATE FOR SUBMISSION OF TENDER : 30 Nov, 2017 CLOSING

More information

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION TENDER NOTICE Sealed Tenders are invited by the Indian Institute of Technology Bombay, from experienced advertising agencies for the publication of advertisements in newspapers for a period of one year

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

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

Jhabua Power Ltd. NOTICE INVITING BIDS

Jhabua Power Ltd. NOTICE INVITING BIDS Jhabua Power Ltd. 2nd Floor, Centrum plaza, Golf Course Road, Sector- 53, Gurgaon-122002 Ph.: +91-124-4392000 Fax: +91-124-4376496 NOTICE INVITING BIDS BY JHABUA POWER LIMITED (JPL) 2nd Floor, Centrum

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

Office of the Deputy Director of Horticulture(ZP) Ramanagara District. Tender Notification No. SADH/SS/R/Suptd/06/ Date:

Office of the Deputy Director of Horticulture(ZP) Ramanagara District. Tender Notification No. SADH/SS/R/Suptd/06/ Date: Office of the Deputy Director of Horticulture(ZP) Ramanagara District Tel : 080-272 04327 Website: http://horticulture.kar.nic.in Tender Notification No. SADH/SS/R/Suptd/06/ 2009-10 Date: 22.08.2009 TENDER

More information

CHECK LIST. Enclosures: Particulars Submitted Checked Verified

CHECK LIST. Enclosures: Particulars Submitted Checked Verified CHECK LIST Name of the Applicant Name of Work 1) Application form 2) Annexure-A 3) Annexure-B 4) Annexure-C Sl no Enclosures: Particulars Submitted Checked Verified 1 Copy of Registration of Company/Memorandum

More information