S ECTION 5 S CHEDULES

Size: px
Start display at page:

Download "S ECTION 5 S CHEDULES"

Transcription

1 S ECTION 5 S CHEDULES Index to Schedules Schedule No Particulars Preamble and Instructions to Bidders Part 1: Experience and Financial Qualifications I Application for Qualification II Summary of Bidder s Qualifications III Bidder Information Sheet IV JV Information Sheet IV (a) Joint Venture Agreement (Sample Format) V General Construction Experience VI Specific Construction Experience VII Bidder s Certification VIII Annual Turnover IX Financial Situation X Financial Resources XI Current Contract Commitments / Works in Progress XII Pending Litigation Part 2: Technical Qualifications XIII Statement of Compliance with the Bidding Documents XIV Statement of Deviations from the Technical Specifications XV Declaration on Eligibility of Plant and Equipment XV I Personnel XVII Site Organization XVIII Contractor s Plant and Construction Equipment XIX Method Statement XX Construction Schedule XXI Procurement Schedule for Plant and Equipment to be incorporated into the Permanent Works XXII Procurement Schedule for Major Construction Materials XXIII Subcontracting XXIV Manufacturers, Suppliers and Vendors XXV Quality Assurance and Quality Control Plan XXVI Safety Plan XXVII Environmental Quality Management Plan P AGE 1 OF 35

2 PREAMBLE AND INSTRUCTIONS TO BIDDERS (1) Bidders are required to provide full and complete information in the requested format in the following Schedules, signed and sealed on all pages. Incomplete submissions may be subject to rejection as per the Instructions to Bidders (ITB) Sub-Clause (2) All Schedules are required to be completed, but Bidders should not restrict themselves to using the space that is provided. Photocopies of the following Schedules will be acceptable, and Bidders will be responsible to provide additional sheets/pages and supplementary information wherever required. In the event that any particular S chedule or item in the Schedule is not applicable, the same should be clearly indicated. (3) The Bidder shall submit an Application for Qualification letter, on his letterhead, in the format provided in Schedule I. In order to assist the Employer in its evaluation, Bidders shall also complete and submit the Summary of Qualification Information in the format provided in Schedule II. (4) All documents related to the Bidder s financial status (audited financial statements, annual turnover, net worth, working capital, access to financial resources, etc.) shall be certified by an independent Auditor/ Chartered Accountant. Documents submitted without the required Certification will not be considered for evaluation. (5) All pages of the Bidder s submission shall be numbered for ease of reference, and the Bidder shall provide an Index to his submission. All Annexures with pre-printed information (i.e., documents defining the firms constitution; audited financial statements/ balance sheets; manufacturers data; etc.) shall be clearly numbered as Annexure 1, Annexure 2, etc., and listed in the Index. (6) The information provided by the Bidder will be used for evaluation of the Technical Proposals to assess the qualifications of the Bidder pursuant to the requirements of ITB Clauses 3 and 5, the overall responsiveness of the Bid to the terms and conditions of bidding, and the suitability and conformity of the offer to the requirements of the Bidding Documents. (7) Whatever technical specifications are proposed or considered by the Bidder, all equipment provided by the successful bidder shall conform in all respects to the specifications of the tender documents, or better, and shall be subject to the approval of the Employer s Representative. (8) The Bidder should only consider makes from reputed manufacturers of equipment corresponding to the state-of-the-art technology and to the latest international / Indian standards. Plant and Materials supplied from within India shall be procured only from approved Vendors, as per the Employer s List of Approved Vendors provided in Volume III. Plant and Materials supplied from outside India shall be procured only from reputed manufacturers, approved by MSEDCL, who have an established presence in India, including representative offices and service centers in Maharashtra, and whose manufacturing standards and finished goods conform in all respects to the specifications of the tender documents, or better. (9) Changes in the approved manufacturer/ vendor by the successful Bidder after award of Contract will not be considered. (10) The Bidder shall be wholly responsible to ensure that his offer is compete in all respects, and that all Plant, Equipment and Works which are required to be provided, and which are deemed to be necessary by the Employer, are incorporated into his offer. (11) Information provided by the Bidder in these S chedules will be used to assist in evaluation of the Bid. However, acceptance o f t h e Bidder s proposal for the purposes of bid evaluation should not be construed as approval by the Employer. All details will subsequently be subject to approval of the Employer s Representative during execution of the Works based upon the detailed designs/ drawings/ data-sheets/ specifications/ manufacturer s credentials,details of Sub-contractors, agreements with Subcontractors, necessary resources in terms of personnel, plant and equipment, construction methodology, work plan, safety plan, procurement plan, QA/QC plan, financing plan, etc., that are required to be submitted by the successful bidder in conformity with the terms and conditions of the Contract for independent assessment and approval by the Employer s Representativebefore execution. P AGE 2 OF 35

3 Schedule I Application for Qualification (To be Submitted on Bidder s Letterhead) Date: November 2006 Name of Contract: Turnkey Contract for Electrification Works for Sangli Circle under Kolhapur Zone Contract No: CE/ Zone - Kolhapur/ Circle Sangli/ InfraPlan/ T- 2 To: Chief Engineer Kolhapur Zone Maharashtra State Electricity Distribution Company Limited Maharashtra We, the undersigned, herewith submit our application for qualification for the referenced contract for the design, test, supply, transport, construction, erection, testing and commissioning of transmission lines, distribution lines, service connections, power transformers of varying capacities, distribution transformers of varying capacities, testing, pre-commissioning and commissioning of sub-stations and other allied works, including a five year guarantee (defects liability) period, for implementation of MSEDCL sinfrastructure Plan (Infra Plan) on a single point responsibility Turnkey basis. We hereby declare the following: (a) We have examined and have no reservations to the Bidding Document and the Qualification Criteria set forth under Clauses 3 and 5 of the Instructions to Bidders (ITB), including Addenda No(s) issued in accordance with ITB Clause 11. (b) W e, including any subcontractors or suppliers for any part of the contract resulting from this qualification, do not have any conflict of interest in accordance with ITB Clause 6. (c) We, including any subcontractors or suppliers for any part of the contract resulting from this application, have not been declared ineligible by the MSEDCL, World Bank, Asian Development Bank or any State within India in accordance with ITB Sub-Clause 3.3 and 45.1(c). (d) We are a not government-owned entity. [We are a government-owned entity but meet the requirements of ITB Sub-Clause 3.5.] (e) We are submitting only one Bid, either by ourselves or as a partner in a Joint Venture, and we do not have any Conflict of Interest as defined in ITB Clause 6. (f) We certify that the information provided in the accompanying Schedules and the Annexures thereto is complete and accurate, and that we understand that any misrepresentation of facts will be grounds for rejection of our Bid. (g) We understand and accept that, in accordance with ITB Clause 41, you are not bound to accept any bid that you may receive, and that you may reject any or all bids at any time prior to award of Contract without thereby incurring any liability to the affected bidder or any obligation to inform the bidder of the grounds for the Employer s action. In connection with our Bid, we hereby grant MSEDCL the authority to seek references from our Bankers to the extent required to confirm the information that we have provided in Schedule X, Financial Resources. Name... In the capacity of... Signed... Duly authorized to sign the Application for and on behalf of... Date... P AGE 3 OF 35

4 Schedule II Summary of Qualification Information Estimated Cost (Rs. Crores) Basic Data for Financial Evaluation Estimated Cost of the Works, as per Bidding Data Sl. No. ITB SubClause Qualification Requirement Sched. No. Minimum Requirement Application for Qualification (On Bidder s Letterhead), with authorization to seek references from the Bidder s Bankers I Submission Submitted/ Proposed By Bidder Evaluation by Employer [Pass (P) or Fail (F)] General and Legal: 1 5.2(e) 2 -- Summary of Qualification Information (this Form) II Completed 3 5.1(a) 5.5 (c) Constitution and Experience as Prime Contractor (Bidder or Lead Partner in a JV) III 3 years 4 5.5(a) Number of members in a JV, including the lead partner III Not more than four (1+3) 5 5.2(b) 5.5(b) Power of Attorney III IV Submission 6 5.2(a) Copy of Constitution (Bidder and all partners in a JV) IV Doc. Evidence 7 5.5(l) In case of a JV, copy of Joint Venture Agreement IV(a) Submission 8 5.1(e) 5.1(g) 5.2(g) 5.2(h) 5.5(c) Bidder, or Lead Partner in a JV, shall possess a valid Electrical Contractor s License issued under the Act, registration certificates for VAT and Service Tax, and registration certificates under the applicable PF and labor laws. VII Doc. Evidence 9 5.1(f) 5.5(d) Bidder, or all partners in a JV, shall possess ISO accreditation at the time of submission of Bid, or provide an undertaking to obtain the same within six months from issue of the Letter of Award VII Doc. Evidence Construction Experience: (c) 5.5(f) Bidder, or any Partner in a JV, to have executed work in any sector during the last 3 financial years of: a) a single order of at least Rs. 30 crores in value, or b) two orders totaling at least Rs. 40 crores in value, or c) three orders totaling at least Rs. 45 crores in value V 5.1(d) 5.5(f) Bidder, or any Partner in a JV, to have executed a single order in transmission and distribution sectors/ systems with a minimum value of Rs. 10 crores within last three financial years. VI a) b) c) 1 for 30, or 2 for 40, or 3 for 45 Rs. 10 crores P AGE 4 OF 35

5 Sl. No. ITB SubClause Qualification Requirement Financial Capability: Turnover: Bidder, or any partner in a JV, shall have a 5.1(b) cumulative turnover during the last three financial years 12 which is at least equivalent to the Estimated Cost of the 5.5(e) Works Net Worth: Bidder, or all partners of a JV together, shall 5.1(h) have a Net Worth (Total Assets minus Total Liabilities) of 13 not less than 20% of the Estimated Cost of the Contract 5.5(g) Works 5.1(h) For JVs, the Lead Partner shall have a Net Worth which is 14 at least 50% of the total requirement 5.5(g) Sched. No. Minimum Requirement VIII Rs crores IX Rs crores IX Rs crores (i) 5.5(h) 5.3 Working Capital: Bidder, or all partners of a JV together, shall have available Working Capital (Current Assets minus Current Liabilities) plus assess to unencumbered financial resources of not less than 10% of the Estimated Cost of the Contract Works IX Rs crores (i) 5.5(h) 5.3 For JVs, the Lead Partner shall have available Working Capital which is at least 50% of the total requirement. IX Rs crores (c) Audited financial statements/ balance sheets for last three financial years (Bidder and all partners in a JV) IX X Submission (i) 5.3 Bidder shall provide sufficient documentary evidence of access to unencumbered financial resources X Doc. Evidence (d) XI Doc. Evidence XII Statement Up-to-date information on current contract commitments/ work in progress (Bidder and all partners in a JV) Information on Pending Litigation Submitted/ Proposed By Bidder Evaluation by Employer [Pass (P) or Fail (F)] Compliance with Employer s Requirements (f) Statement of Compliance with the Bidding Documents XIII Statement (f) Statement of Deviations from the Technical Speculations XIV Statement (f) Declaration on Eligibility of Plant and Equipment XV Statement (f) Personnel XVI Statement (f) Site Organization XVII Statement (f) Contractor s Plant and Construction Equipment XVIII Statement (f) Method Statement XIX Statement (f) Construction Schedule XX Schedule (f) Procurement Schedule for Plant & Equipment XXI Schedule (f) Procurement Schedule for Major Construction Materials XXII Schedule (f) Subcontracting XXIII Statement (f) Manufacturers, Suppliers and Vendors XXIV Statement (f) Quality Assurance and Quality Control Plan XXV Statement (f) Safety Plan XXVI Statement (f) Environmental Quality Management Plan XXVII Statement P AGE 5 OF 35

6 Schedule III Bidder Information Sheet To be Completed by the Bidder or Lead Partner in a JV Bidder Information Bidder s legal name In case of JV, legal name of each partner Bidder sactual or Intended year of constitution Bidder slegal address Bidder sauthorized representative (name, address, telephone numbers, fax numbers, address) Attached are copies of the following original documents. 1. Articles of incorporation or constitution of the legal entity (Bidder) named above, in accordance with ITB SubClause Authorization to represent the firm or JV named in above, in accordance with ITB Sub-Clause 5.2(b) & 5.5(b). 3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Sub-Clause In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB Sub-Clause 3.5. P AGE 6 OF 35

7 Schedule IV JV Information Sheet (for JV Partners as per ITB Sub-Clause 5.2 & 5.5) Each member of a JV must fill in this form JV Information Bidder slegal name JV Partner s legal name JV Partner s year of constitution JV Partner s legal address JV Partner s authorized representative information (name, address, telephone numbers, fax numbers, address) Attached are copies of the following original documents. 1. Articles of incorporation or constitution of the legal entity (JV member) named above, in accordance with ITB SubClause 5.2(a). 2. Authorization to represent the firm named above, in accordance with ITB Sub-Clause 5.5(b). 3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB Sub-Clause 5.2(a). 4. A copy of the JV agreement in the format appended hereto as Schedule IV(a), or such other format as acceptable to the Employer, which sets forth the respective responsibilities of each partner in respect of planning, design, supply, construction and financing of the Project. P AGE 7 OF 35

8 Schedule IV(a) SAMPLE FORMAT JOINT VENTURE AGREEMENT (On Non-Judicial Stamp Paper of Rs.100/- value) DEED OF JOINT VENTURE AGREEMENT TO BE EXECUTED BY THE MEMBER ALONG WITH MEMBER-IN CHARGE FOR EXECUTION OF PROJECT No. in State. This DEED OF UNDERTAKING executed this day of Two Thousand and Six b y having its Registered office at (hereinafter called the Member which expression shall include its successors, administrators, executors and permitted assigns) and M/s. having its registered office at (hereinafter called the Member-in charge which expression shall include its successors, administrators, executors and permitted assigns)) in favor of The Chief Engineer, Zone, Maharashtra State Electricity Distribution Company Ltd, (hereinafter called the Employer). WHEREAS the Employer has invited Bids as per its Bid No. CE/ Zone - / Circle - / InfraPlan/T-. AND whereas the bid documents stipulate that bidding is open to the Bidder who possesses the requisite eligibility and experience as per instructions to Bidders Clause No. 5 (including Sub-Clauses), Section-1 of Volume-1 forming part of the bid documents. AND WHEREAS the instructions to Bidders forming part of the Conditions of Contract inter-alia stipulate that the Joint Venture Bidder along with its Member must fulfill the qualifying requirements and be jointly and severally bound unto and responsible for the successful performance of the Contract in the event the Bid is accepted by the Employer resulting in a Contract. AND WHEREAS M/s. has submitted the Joint V enture proposal to the Employer vide No. dated on behalf to the joint venture member as per enclosed Power of Attorney signed by legally authorized signatories of both the Members. NOW THEREFORE THIS UNDERTAKING WITNESSETH AS UNDER: 1. In consideration of the Award of contract by the Employer to the Member-In charge, I, the Member of the Joint Venture, do hereby declare and undertake that we shall be jointly and severally responsible and bound unto the Chief Engineer, Zone, Maharashtra State Electricity Distribution Company Ltd, for the successful implementation and performance of the characteristics as specified in the Contract to the satisfaction of the Employer. In case of any breach of the Contract committed by the Member-In charge, I, the M ember, do hereby undertake, declare and confirm that I shall be fully responsible for successful performance of the Contract and undertake to carry out all the obligations and responsibilities under the Contract in order to discharge the obligations of the Member-In charge stipulated in the Contract. 2. Further, if the Employer suffers any loss or damage on account of any breach of the Contract, the Member and the Member-In charge jointly and severally undertake to promptly indemnify and pay such loss or damages to the Employer on its first written demand without any demur, reservation, contest or protest in any manner whatsoever. This is without prejudice to any rights of the Employer against the Member-In charge under the Contract and/or guarantees. It shall not be necessary or obligatory for the Employer to proceed against Member before proceeding against the Member-In charge nor shall any extension of time or any relaxation by the P AGE 8 OF 35

9 Employer to the Member-in charge prejudice any rights of Employer under this Deed of Joint Venture Agreement against the Member/Member-In charge. 3. Without in anyway affecting the generality and total responsibility in terms of this Deed, the Member hereby agrees to depute their technical experts from time to time to the Member/Member-In charge/employer s project site (s) as mutually considered necessary by the Employer/Member-In charge and the Member to ensure proper design, manufacture, erection, testing and successful performance of the equipment under the said Contract in accordance with Contract specifications and if necessary the Member shall advise the Member-In charge suitable measures to discharge the obligations under Contract. 4. The Financial liability of the Members to Employer with respect to any and all claims arising out of the performance or non-performance of the obligations set forth in this Deed read in conjunction with the relevant provisions of the Contract, shall, however, be limited to the extent of 115% value of the entire scope of work of the Member as identified in the Contract. This is, however, without prejudice to various financial liabilities and obligations of the Member-In charge in terms of the Contract and this Deed. 5. The Member-In-charge has been authorized to incur liabilities and receive instructions for and on behalf of the member. Payment shall be made exclusively to the Member In-charge. 6. This Deed shall be construed and interpreted in accordance with the laws of India and the Courts in city shall have exclusive jurisdiction in all matters arising under this Agreement. 7. I, the Member, and the Member-In charge agree that this Agreement shall be irrevocable and shall be an integral part of the Contract and further agree that this agreement shall continue to be enforceable till the successful completion of the Contract and till the Employer discharges it. It shall become operative from the Starting date of the Contract. 8. We, the Member and the Member-In charge will be fully responsible for the quality of all Equipment/Components manufactured/supplied and erected and if necessary, their repairs or replacement for successful completion/performance of The Works in terms of the Contract. A full description of the respective roles, duties and responsibilities of each of the Members of this Joint Venture is attached hereto as Annexure A. I N W I T N E S S W H E R E O F, t h e M e m b e r a n d t h e M e m b e r -In charge through t h e i r Authorized Representatives, have executed these present and affixed Common Seals of their respective Companies, on the day, month and year first mentioned above. For M/s... (Partner 1) 1. Common Seal of... M/s... (Signature of the authorized representative) have been affixed in my/ our presence Name... dated Signature... Designation... For M/s... (Partner 2) 2. Common Seal of... M/s... (Signature of the authorized representative) have been affixed in my/ our presence Name... dated Signature... Designation... P AGE 9 OF 35

10 Schedule V General Construction Experience (For Compliance to ITB Sub-Clause 5.1(c) & 5.5(f)) Bidder s Legal Name: JV Partner Legal Name: Bidder or Any Qualifying Partner of a JV must fill in this form General Construction Experience Starting Ending Month Month Year Year Contract Identification and Name Years Name and Address of Employer Brief Description of the Role of the Bidder and Works Executed by the Bidder Value of Works Executed Bidder shall provide details of his experience in the past 3 years in sufficient detail so as to demonstrate compliance with the requirements if ITB Sub-Clause 5.1(c), i.e., a single order of at least Rs. 30 crores value, or two orders of Rs. 20 crores value each, or three orders of Rs. 15 crores value each. Bidder shall attach copies of Work Orders and Certificates of Satisfactory Completion or Substantial Completion for the contracts for which the Bidder is claiming relevant experience. P AGE 10 OF 35

11 Schedule VI Specific Construction Experience (To Demonstrate Compliance to ITB Sub-Clause 5.1(d) & 5.5(f)) Bidder s Legal Name: JV Partner Legal Name: Bidder or Any Qualifying Partner of a JV must fill in this form Contract of Similar Size and Nature Contract Identification: Award Date Role in Contract Total Contract Amount Completion Date Contractor Management Contractor Subcontractor Final Contract Price at Completion or Substantial Completion: Rs. Crores If partner in a JV or subcontractor, specify participation of total contract amount Percent of Total Amount Employer s Name Address Telephone/Fax Number Description of the similarity in accordance with ITB Sub-Clause 5.1(d) General Requirement: Completion or substantial completion of any contract which includes components similar in nature to those under the proposed contract. A) Description of Scope and Nature of the Work B) Value of Contract (In Rs. Crores) C) Cost of Materials Incorporated into the Permanent Works ( If supplied by others and not included under (B) above) Bidder shall attach copies of Work Orders and Certificates of Satisfactory Completion or Substantial Completion for the contract for which the Bidder is claiming relevant experience. P AGE 11 OF 35

12 Schedule VII Bidder s Certification (To Demonstrate Compliance to ITB Sub-Clauses 5.1(e), (f), (g) and (h) and 5.5(c) and (d)) To: Chief Engineer Kolhapur Zone Maharashtra State Electricity Distribution Company Limited Maharashtra In compliance with the qualification requirements set forth under ITB Sub-Clauses 5.1(e), 5.1(f), 5.2(g), 5.2(h) and 5.5(c) (where applicable) we, the undersigned, hereby certify that: 1) we possess a valid Electrical Contractor s license issued in the State of on [day/month/year], vide license number, a copy of which is herewith attached; and 2) we are registered for VAT and Service Tax under the applicable laws, and copies of the registration certificates are herewith attached; and 3) we are registered with the appropriate authorities under the PF and labor laws, and copies of our registration certificates are herewith attached; and 4) we have ISO accreditation vide Registration/ License No. issued by on [day/month/year], a copy of which is herewith attached. or, alternatively: 4) we do not have ISO accreditation but hereby warrant that, if we are the successful bidder, we will apply for and obtain ISO accreditation within four months from the date of issue of the Letter of Award. We understand and accept that should we fail to obtain ISO accreditation within this period, we will be subject to the levy of penalties and other actions for failure to comply with the accreditation requirement, as described under Clause 26 of the Conditions of Contract. Name... In the capacity of... Signed Duly authorized to sign the Application for and on behalf of... Date P AGE 12 OF 35

13 Schedule VIII Annual Turnover (To Demonstrate Compliance to ITB Sub-Clauses 5.1(b) and 5.5(e )) Bidder s Legal Name: JV Partner (1) Legal Name: JV Partner (2) Legal Name: JV Partner (3) Legal Name: The Bidder and Each member of a JV must fill in this form Annual Turnover Data for the Last 3 Years Year Single Bidder / Lead Firm of JV (Rs. Crores) JV Partner (1) JV Partner (2) JV Partner (3) (Rs. Crores) (Rs. Crores) (Rs. Crores) FY FY FY Three Year Turnover (Each Firm) Total Turnover (All Firms Together) The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for work in progress or completed. The Bidder and each member of a JV shall submit audited financial statements/ balance sheets in support of its claims. P AGE 13 OF 35

14 Schedule IX Financial Situation (To Demonstrate Compliance to ITB Sub-Clauses 5.1(h) and (i) and 5.5(g) and (h)) Bidder s Legal Name: JV Partner Legal Name: Each Bidder or member of a JV must fill in this form Year 1: FY (Rs. Crores) Financial Data for Previous 3 Years Year 2: FY (Rs. Crores) Year 3: FY (Rs. Crores) 1. Total Assets 2. Current Assets 3. Total Liabilities 4. Current Liabilities 5. Profits Before Taxes 6. Profits After Taxes 7. Unutilized Lines of Credit ** Information Not Required Information Not Required Information Not Required Information Not Required 8. Net Worth [= 1 3] 9. Available Working Capital ** [= 2 4] + [7] ** Attached are copies of the audited financial statements/ balance sheets, including all related notes, and income statements for the last three years, as indicated above, complying with the following conditions. All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies. Historic financial statements must be audited by a certified Chartered Accountant. Historic financial statements must be complete, including all notes to the financial statements. Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted). Auditor shall provide full details which illustrate how the Current Liabilities have been calculated, using the International Accounting Standards as a basis for such calculations. ** In order for the Employer to take the Bidder s available lines of credit into consideration for assessing the Available Working Capital, the Bidder is required to complete Schedule X and provide satisfactorily documentation in support of its claim. If applicable, the Bidder may provide a letter of guarantee from a recognized Bank which states that it is willing to provide a dedicated revolving line of credit to the Bidder for exclusive use for the Project if the Bidder is successful in its bid and selected for award of contract, on the understanding that the Employer is not obligated to take this into consideration during evaluation. This Schedule IX and all supporting documents shall be certified by an independent Auditor/ Chartered Accountant. P AGE 14 OF 35

15 Schedule X Financial Resources (To Demonstrate Compliance to ITB Sub-Clauses 5.1(i) and 5.3) Bidders, and each partner in a Joint Venture, shall specify proposed sources of financing such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract as indicated in Sub-Clause 5.1(h) and 5.3 of Section 1, Instructions to Bidders. Bidder shall provide documentary evidence of the availability of such financing as may be necessary to support its claims. Bidder s Legal Name: JV Partner Legal Name: Each Bidder or member of a JV must fill in this form No. Source of Financing Approved Line of Credit (Rs. Crores) Amount Utilized and/ or Committed (Rs. Crores Balance Available for the Project (Rs. Crores) Total, All Sources This Schedule X and all supporting documents shall be certified by an independent Auditor/ Chartered Accountant. P AGE 15 OF 35

16 Schedule XI Current Contract Commitments / Works in Progress (To Demonstrate Compliance to ITB Sub-Clause 5.2(d)) Bidders, and each partner in a Joint Venture, should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion but for which an unqualified, full completion certificate has yet to be issued. Bidder s Legal Name: JV Partner Legal Name: Each Bidder or member of a JV must fill in this form No. Name of Contract Employer s Contact Address, Tel, Fax Value of Outstanding Work [Rs. Crores] Estimated Completion Date Average Monthly Invoicing Over Last Six Months [Rs. Crores/month)] Total, All Contractual Commitments This Schedule XI and all supporting documents shall be certified by an independent Auditor/ Chartered Accountant. P AGE 16 OF 35

17 Schedule XII Pending Litigation Bidder s Legal Name: JV Partner Legal Name: Each Bidder or member of a JV must fill in this form Pending Litigation No pending litigation Pending litigation as indicated below Year Matter in Dispute Value of Pending Claim in US$ Equivalent Value of Pending Claim as a Percentage of Net Worth This Schedule XII shall be certified by an independent Auditor/ Chartered Accountant. P AGE 17 OF 35

18 Schedule X III Statement of Compliance with the Bidding Documents Bidder shall provide a complete statement of any proposed deviations from the Conditions of Contract that are stipulated in the various S ections in Volume II, Conditions of Contract, along with the related Appendix to Technical Proposal in Section 4 and Appendix to Price Proposal in Section 12, giving reference to the Section Number and Clause Number, along with a description of the proposed deviation and the reason for proposing such deviation. Section & Clause Number As Stated in Bid Document As Proposed by the Bidder Reasons for Deviation The Bidder hereby certifies that the above mentioned deviations are the only deviations proposed to the various Sections of Volume II, Conditions of Contract, and its related Appendices. The Bidder further certifies that these are given in the nature of a proposal only, and not as a Condition for acceptance of the Bid, and that he accepts all remaining conditions. P AGE 18 OF 35

19 Schedule X IV Statement of Deviations from the Technical Specifications The Bidder shall describe al l proposed deviations from the technical specifications set out under Volume IV, Specifications and Drawings, clause by clause, in this Schedule. The Bidder should note that the specifications given in the Bid Document are the minimum acceptable, and that it is free to quote standards that are better / higher than the ones referred to in the Bid Document. SubSection Number Title of Sub-section Clause No. Specification as per Bid Document Deviation & Specifications Proposed Reasons for Deviation Section 10: Technical Specifications Section 11: Drawings The Bidder hereby certifies that the above mentioned deviations are the only deviations from the technical specifications set forth under Section 10, Technical Specifications, and from the standard drawings set forth under Section 11, Drawings. The Bidder further certifies that these are given in the nature of a proposal only, and not as a Condition for acceptance of the Bid, and that h e accepts all the remaining technical requirements of the Bid Document. P AGE 19 OF 35

20 Schedule XV Declaration on Eligibility of Plant & Equipment We hereby declare that the goods to be supplied under this Contract, including but not limited to the Plant and Equipment listed in the following table, are proposed to be supplied and manufactured by the manufacturer/ company listed in the following table and that all items to be supplied shall conform to the Technical Specifications of this Bid. We hereby certify that all manufacturers/ companies that are proposed in the following list are included in the list of Approved Vendors provided in Volume III, have been incorporated and registered in the State of, have the required facilities for producing or providing the required goods and services, and have representative offices established in Maharashtra. We also declare that all Plant and Equipment supplied under the Contract will be new and free from defects in materials and workmanship and suited for its normal operating conditions. We understand and accept that changes in the approved manufacturer/ vendor by the successful Bidder after award of Contract will not be considered unless the successful bidder can satisfactorily demonstrate, to the full satisfaction of the Employer s Representative, that the proposed Plant and Materials are equivalent to or better than the approved plant and Materials. We certify that we will not claim for any additional payments during the course of the approval process or thereafter on this account. Sl. No. Major Equipment / Item 1 Isolators 2 Insulators 3 RSJ / PSC Poles 4 Conductors 5 Capacitors 6 Energy Meters 7 Distribution Transformers 8 Power Transformers 9 XLPE Cables (HT, LT) 10 Switchgear 11 PV Cables (HT, LT) 12 Circuit Breakers 13 Distribution Boxes 14 Battery and Battery Charger 15 Other Items (Describe): Proposed Manufacturer/ Supplier P AGE 20 OF 35

21 Schedule XVI Personnel Bidders shall provide the names of suitably qualified k e y personnel who are proposed by the Contractor for this Contract, in the following Form PER-1. Data on the experience of each candidate should be supplied using the Resume format (Form PER-2) provided on the following page. The proposed Mobilization/ Deployment Schedule for all such key personnel shall be provided in the format provided in Form PER-3, indicating the proposed date of mobilization/ deployment and the total duration of their respective services. Form PER-1 1. Title of position Name 2. Title of position Name 3. Title of position Name 4. Title of position Name 5. Title of position Name 6. Title of position Name Title of position Name Title of position Name P AGE 21 OF 35

22 Resume of Proposed Personnel Form PER-2 Position: Responsibilities: Personnel information Name Date of birth Nationality Professional qualifications Present employment Name of employer Address of employer Telephone Contact (manager / personnel officer) Fax Job title Years with present employer Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From To Company / Project / Position / Relevant Technical and Management Experience P AGE 22 OF 35

23 Mobilization/Deployment of Proposed Personnel Bidder shall provide the proposed mobilization schedule for each of the key personnel in a bar-chart form, clearly showing the proposed date of mobilization, duration of services, and date of demobilization. Form PER-3 Sl. No. Deployment Schedule (in Months from the Commencement Date) Position/Designation (Note: Bidders should provide the above schedule on a separate sheet showing all months from M onth 1 to Month 24) inclusive for the Works Period.) P AGE 23 OF 35

24 Schedule XVII Site Organization Bidder shall describe the roles and responsibilities of each of the personnel proposed under the preceding Schedule XVI, and shall describe the roles, relationships and division of responsibilities between the site management and the representative head/ branch office that will be responsible for the Project. In particular, the Bidder shall provide details of the technical and financial responsibility and authority of the Project Manager who will be responsible for the day-to-day operations at the Site. The Bidder shall provide a preliminary organization chart which indicates the relationship between the site management and the representative head/ branch office, the direct on-site works operations, the sub-contractors and suppliers, and the Employer s Representative and supervising Engineers. P AGE 24 OF 35

25 Schedule XVIII Contractor s Plant andconstruction Equipment The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key plant and construction equipment that will be required to undertake the Works within the Time for Completion. A separate Form (Form EQP-1) shall be prepared for each item of plant and/ or equipment proposed by the Bidder. The overall requirements and mobilization/deployment schedule for each major item of plant and equipment (such as Plant & Equipment to be used for the substations, DTCs, power lines, civil works, etc.) shall be summarized in the format (Form EQP-2) provided on the following page. Form EQP-1 Item of Plant/Equipment Equipment Information Current Status Name of manufacturer Model and power rating Capacity Year of manufacture Current location Details of current commitments Source Indicate source of the equipment Owned Rented Leased Specially manufactured The following information is not required to be provided for the above plant/equipment owned by the Bidder. Owner Name of owner Address of owner Agreements Telephone Contact name and title Fax Telex Details of rental / lease / manufacture agreements specific to the project P AGE 25 OF 35

26 Deployment Schedule of Major Items of Constructional Plant and Equipment Bidder shall provide the proposed mobilization/deployment schedule for each major item of constructional plant and equipment described in Form EQP-1 in a bar-chart form, clearly showing the proposed date of mobilization to the Site, duration of deployment, and date of removal from the Site. Form EQP-2 Sl. No. Name of Plant/Equipment (Type, Make, Model) No. of Items Deployment Schedule (in Months from the Commencement Date) (Note: Bidders should provide the above schedule on a separate sheet showing all months from Month 1 to Month 24 inclusive for the Works Period.) P AGE 26 OF 35

27 Schedule X IX Method Statement The Bidder shall provide a comprehensive statement of the methods that it proposes to adopt for completing the Works under this Project, including descriptions of its proposed work methods, scheduling, mobilization of labor force and resources, quality assurance and quality control programs, etc., in order to demonstrate its overall understanding of requirements for successful completion of the Contract within the stipulated time period, and to demonstrate the Bidder s capability with respect to its construction methodology, p roper planning of activities, procurement and deployment of necessary resources. The Bidder should provide full details on his proposed procurement methods for major items of plant, equipment and materials proposed to be incorporated into the Permanent Works, including design of the plant and equipment, sources of materials, placing of orders, times required for manufacture, tests to be conducted at the supplier s/manufacturer s plant, pre - delivery inspections and testing, delivery, storage, installation, etc. The Bidder s attention is drawn to the requirements set out inthe Conditions of Contract, and the Bidder is requested to describe how it proposes to achieve t h e broad Milestone Targets that have been established to ensure that pro-rata progress is maintained on all sub-components of the Works throughout the execution period. P AGE 27 OF 35

28 Schedule XX Construction Schedule The Bidder shall submit his proposed construction program in sufficient detail so as to demonstrate: the order in which he proposes to carry out the Works (including each stage of design, procurement, manufacture, pre-delivery inspection and testing, delivery to Site, construction, erection, testing and commissioning); all major events and activities in the production of Construction Documents; the periods for the design reviews and approvals and for any other submissions, approvals and consents specified in the Employer's Requirements; the sequence of all tests specified in the Contract; etc. The Bidder should pay particular attention to demonstrating how his proposed program for supply of major items of plant and equipment to be incorporated into the Permanent Works (Schedule XXI) is to be managed to satisfy the requirements of the Contract, including the time required for design, placing of confirmed orders, manufacturing, pre-delivery inspections and tests, delivery to the Site, storage, installation, etc. Such construction program shall be developed on a commercially available project management software (such as Primavera, MS Project or equivalent) showing level-3 activities, together with bar charts and CPM diagrams which clearly illustrate the critical path, and the resources required to be provided by the Contractor to achieve the desired results. The Bidder s attention is drawn to the requirements set out in the Conditions of Contract, and the Bidder is required to clearly demonstrate how he proposes to meet the broad Milestone Targets that have been established to ensure that pro-rata progress is maintained on all sub-components of the Works throughout the execution period. P AGE 28 OF 35

29 Schedule XXI Procurement Schedule for Plant and Equipment to be Incorporated into the Permanent Works Bidder shall provide the proposed procurement schedule for the major plant and equipment which is required to be incorporated into the Permanent Works in the following Form PEQ-1, clearly showing the total estimated quantities and the proposed quantities to be procured and delivered to the site each month. Bidders should ensure that the proposed procurement schedule is integrated with the requirements of the bidding documents, and matches with proposals described in the preceding Method Statement (Schedule XIX) and Construction Schedule (Schedule XX). The Bidder should pay particular attention to ensuring that the times required for design, placing of orders, manufacturer and testing, delivery, etc., are properly allowed for while preparing their procurement schedules. Form PEQ-1 Sl. No. Type of Plant and Equipment Total Qty. Req d. Procurement Schedule (in Months from the Commencement Date) (Note: Bidders should provide the above schedule on a separate sheet showing all months from Month 1 to Month 24 inclusive for the Works Period.) P AGE 29 OF 35

30 Schedule XXII Procurement Schedule for Major Construction Materials Bidder shall provide the proposed procurement schedule for the major construction materials (such as cement, steel reinforcement, shuttering, etc.) required for the Works in the following Form MTL-1, clearly showing the total estimated quantities and the proposed quantities to be procured and delivered to the site each month. Bidders should ensure that the proposed procurement schedule is integrated with the requirements of the bidding documents, and matches with proposals described in the preceding Method Statement (Schedule XIX) and Construction Schedule (Schedule XX). Form MTL-1 Sl. No. Type of Construction Material Total Qty. Req d. Procurement Schedule (in Months from the Commencement Date) (Note: Bidders should provide the above schedule on a separate sheet showing all months from Month 1 to Month 24 inclusive for the Works Period.) P AGE 30 OF 35

31 Schedule XXIII Subcontracting Schedule of Subcontractors The Bidder shall enter in this Schedule a list of the sub-components and approximate value (in terms of percentage) of the work for which he proposes to use subcontractors, together with the names and addresses of the proposed subcontractors including specialist subcontractors. The Bidder shall also enter a statement of similar works previously executed by the proposed subcontractors, including description, location and value of work, year completed, and name and address of the Employer/ Employer s Representative. Notwithstanding such information the Bidder, if awarded the contract, shall remain entirely and solely responsible for the satisfactory completion of the Works. Components Proposed to be Executed through Subcontracts Approximate Value (% only) Name and Address of Proposed Subcontractor Whether Specialist Subcontractor or Not Statement of Similar Works Executed within last 10 years (Documentary Proof to be Enclosed) P AGE 31 OF 35

32 Schedule XXIV Manufacturers, Suppliers and Vendors With reference to Schedule XV, the Bidder shall provide details on the proposed manufacturers / vendors / suppliers of major items of materials, plant and equipment that are to be incorporated into the Permanent Works. Sl. No. Description of Item Name and Address of (Material / Plant / Equipment) Manufacturer/Supplier/Vendor Year of Establishment/ Incorporation ISO Certified Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No P AGE 32 OF 35

33 Schedule XXV Quality Assurance and Quality Control Plan The Bidder shall provide his proposed Quality Assurance and Quality Control (QAQC) Plan which describes the type, frequency and procedure of tests to be done on sites; type, frequency and procedure of tests to be done at manufacturers locations outside the sites; all parameters to be measured in these tests; permissible limits of such parameters; details of laboratories to be established at sites; details of testing equipments & machines and their calibration schedules; details of the Bidder s internal systems for assuring quality control at t h e manufacturers outside the sites; details of qualifications and experience of the Quality Control professionals to be deployed for the entire project; and the systems of Quality Audit to be instituted for systematic and professional management as well as adherence with the highest standards of quality of all construction works. The Bidder shall provide separate descriptions of its proposed QA/QC plan during the design and construction phase. The Bidder shall also provide copies of the company s standard rules and regulations regarding quality assurance and quality control procedures for works in general and works of a similar nature. P AGE 33 OF 35

34 Schedule XXVI Safety Plan The Bidder shall describe his proposed Safety Plan which shall be developed to ensure zero fatal accidents and zero hazardous incidents/ occurrences in all construction works, including descriptions of the company s standard policies and procedures regarding its site organization and procedures, methods and frequency of conducting safety audits at the Site(s), record keeping and reporting, providing safety training for its personnel, issue and mandatory use of safety equipment, details of the qualifications and experience of the Bidder s safety officers tobe deployed at the Site(s), etc. The Bidder shall provide separate descriptions of its proposed safety plan during the design and construction phase. The Bidder shall also provide copies of the company s standard rules and regulations regarding safety procedures. P AGE 34 OF 35

35 Schedule XXVII Environmental Quality Management Plan The Bidder shall provide details of its proposed environmental management plan in sufficient detail so as to demonstrate the procedures that will be used to ensure that the environmental concerns and requirements as set forth in the Conditions of Contract are satisfactorily met. T h e Bidder s h a l l p r o v i d e s e parate descriptions of its proposals for minimizing any adverse environmental impacts/effects during the design and construction phase. P AGE 35 OF 35

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

3. BIDDERS QUALIFICATION CRITERIA

3. BIDDERS QUALIFICATION CRITERIA 3. BIDDERS QUALIFICATION CRITERIA Section VII Forms and Procedures Page 1 of 25 3. BIDDERS QUALIFICATION CRITERIA 1. QUALIFICATION CRITERIA 1.1 Prequalification will be based on meeting all the following

More information

SECTION -2 QUALIFICATION INFORMATION, FORMS OF BID AND CONTRACT

SECTION -2 QUALIFICATION INFORMATION, FORMS OF BID AND CONTRACT SECTION -2 QUALIFICATION INFORMATION, FORMS OF BID AND CONTRACT 30 INFORMATION REGARDING QUALIFICATION OF BIDDERS The following information shall be furnished by duly filled in prescribed forms by the

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

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

Section 4 - Bidding Forms

Section 4 - Bidding Forms Section 4 - Bidding Forms 4-1 Section 4 - Bidding Forms This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid. Table of Forms Letter of Bid... 2 Schedules...

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

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF HVAC WORKS AT OFFICE BUILDING FOR PAKISTAN INSTITUTE OF TRADE AND DEVELOPMENT, SECTOR H-8/4, ISLAMABAD PRE-QUALIFICATION

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

ANNEX III - BID FORMS

ANNEX III - BID FORMS ANNEX III - BID FORMS The forms below must be completed and returned with your Bid: III (A): III (B): III (C): III (D): III (E): III (F): III (G) Bid Submission Form Bill of Quantity (BoQ) (financial bid,

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

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

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

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

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

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

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

Section 6: Returnable Bidding Forms / Checklist

Section 6: Returnable Bidding Forms / Checklist Section 6: Returnable Bidding Forms / Checklist This form serves as a checklist for preparation of your Proposal. Please complete the Returnable Bidding Forms in accordance with the instructions in the

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

Section - III Evaluation and Qualification Criteria

Section - III Evaluation and Qualification Criteria Section - III Evaluation and Qualification Criteria 1-2 Table of Clauses TABLE OF CLAUSES... 2 1. EVALUATION... 4 1.1 TECHNICAL EVALUATION... 4 1.2 ECONOMIC EVALUATION... 5 2. QUALIFICATION... 6 2.1 ELIGIBILITY...

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

Table of Contents. Project Agreement Schedule 14

Table of Contents. Project Agreement Schedule 14 Table of Contents PART 1 DEFINITIONS... 3 PART 2 INTEGRATED MANAGEMENT SYSTEM REQUIREMENTS... 6 2.1. Introduction... 6 2.2. Overview... 6 2.2.1 Management System Requirements... 7 2.2.2 Certification...

More information

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS For Removal of Asbestos Roof Sheets and Replace with Galvalume At Garden of Eden and Canefield Contract No. GPL-PI-082-2013 June 2013 Contents

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

Pre-Qualification of Contractors (Prequalification Document) October 2017

Pre-Qualification of Contractors (Prequalification Document) October 2017 Supply, Installation & Operation and maintenance of autoclave based healthcare waste treatment facility for Infectious hospital waste in Lahore, Pakistan Pre-Qualification of Contractors (Prequalification

More information

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PGCL/SYS/PRO/FLR-02 STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS PROCUREMENT DEPARTMENT PAK GULF Construction (Pvt) Ltd ISLAMABAD TABLE OF CONTENTS DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...

More information

PONDICHERRY UNIVERSITY SCHOOL OF LIFE SCIENCES DEPARTMENT OF BIOCHEMISTRY & MOLECULAR BIOLOGY (R.V.NAGAR, KALAPET, PUDUCHERRY

PONDICHERRY UNIVERSITY SCHOOL OF LIFE SCIENCES DEPARTMENT OF BIOCHEMISTRY & MOLECULAR BIOLOGY (R.V.NAGAR, KALAPET, PUDUCHERRY Tender Document PONDICHERRY UNIVERSITY SCHOOL OF LIFE SCIENCES DEPARTMENT OF BIOCHEMISTRY & MOLECULAR BIOLOGY (R.V.NAGAR, KALAPET, PUDUCHERRY 605 014) Ref: DST sanction order no. SB/SO/HS/002/2014/dt.

More information

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS Title: 530 and 531 KOS 4000 restoration of wall paintings of Bogorodica Ljeviska Church in Prizren Safeguard of Cultural Page 1 of 24 INVITATION

More information

Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI

Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI TENDER Metro DOCUMENT Stations VOLUME-I

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

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

CONSTRUCTION OF NEW 132/33 KV GIS SUBSTATION AT KULI, DISTRICT - MURSHIDABAD. (Package-12)

CONSTRUCTION OF NEW 132/33 KV GIS SUBSTATION AT KULI, DISTRICT - MURSHIDABAD. (Package-12) Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION OF NEW

More information

Punjab Thermal Power (Pvt) Limited

Punjab Thermal Power (Pvt) Limited Punjab Thermal Power (Pvt) Limited REQUEST FOR EXPRESSION OF INTEREST Services required for External Audit, Half yearly review, Code of Corporate Governance (CCG) Compliance and Generation License (GL)

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

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

Title: Supply & Laying of Waterproofing to Factories & Offices at Various industrial estates Reference: MIP/TQF/GEN/D34/12

Title: Supply & Laying of Waterproofing to Factories & Offices at Various industrial estates Reference: MIP/TQF/GEN/D34/12 Title: Supply & Laying of Waterproofing to Factories & Offices at Various industrial estates Reference: MIP/TQF/GEN/D34/12 Clarification Notes 1 Please find hereunder notes which are construed to form

More information

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26)

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17) NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17) Web Site : www.delhimetrorail.com 1.1.1 Name of Work: NOTICE INVITING TENDER (e-tender)

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

BHARAT HEAVY ELECTRICALS LIMITED CORPORATE ( HR-GAX ) BHEL House, SIRI FORT NEW DELHI TENDER DOCUMENTS

BHARAT HEAVY ELECTRICALS LIMITED CORPORATE ( HR-GAX ) BHEL House, SIRI FORT NEW DELHI TENDER DOCUMENTS BHARAT HEAVY ELECTRICALS LIMITED CORPORATE ( HR-GAX ) BHEL House, SIRI FORT NEW DELHI - 110049 TENDER DOCUMENTS FOR SUPPLY OF NEW YEAR GIFT FOR BHEL EMPLOYEES (Items category:- Kitchen appliances / Crockery

More information

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent)

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent) PREQUALIFICATION DOCUMENT Development and Implementation of ERP (Oracle / SAP or Equivalent) June, 2016 First Floor 7 C-1, Gulberg-III, Lahore-Pakistan Phone: +92 (42) 35750936-8 Fax: +92 (42) 35750939

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

COUNTY ASSEMBLY OF KILIFI

COUNTY ASSEMBLY OF KILIFI COUNTY ASSEMBLY OF KILIFI PREQUALIFICATION DOCUMENT PROVISION OF ELECTRICAL WORKS AND MAINTENANACE CAK/030/2015-16 COUNTY ASSEMBLY OF KILIFI F/Y 2015-2016 Table of Contents Page INTRODUCTION 3 SECTION

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

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

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

Pre Qualification Document

Pre Qualification Document Pre Qualification Document PREPARATION OF MASTER PLAN OF WATER SUPPLY, SEWERAGE, DRAINAGE AND GROUNDWATER MANAGEMENT SYSTEM FOR SHEIKHUPURA, KASUR & NANKANA SAHIB DISTRICTS Lahore Development Authority

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

TENDER DOCUMENT FOR SUPPLY INSTALLATION COMISSIONING AND MAINTENANCE OF BIOMETRIC DEVICE FOR FINGER PRINT BASED ATTENDANCE SYSTEM at IIT Kanpur

TENDER DOCUMENT FOR SUPPLY INSTALLATION COMISSIONING AND MAINTENANCE OF BIOMETRIC DEVICE FOR FINGER PRINT BASED ATTENDANCE SYSTEM at IIT Kanpur Ref No. IIT K/DOAA/Biometric/08/01/16 TENDER DOCUMENT FOR SUPPLY INSTALLATION COMISSIONING AND MAINTENANCE OF BIOMETRIC DEVICE FOR FINGER PRINT BASED ATTENDANCE SYSTEM at IIT Kanpur Page 1 of 6 Indian

More information

ADVERTISEMENTS RELEASED IN NEWS PAPERS TIMES OF INDIA & NAVBHARAT TIMES ON FEBRUARY 14, 2018 AND HOSTED IN BANK S WEBSITE

ADVERTISEMENTS RELEASED IN NEWS PAPERS TIMES OF INDIA & NAVBHARAT TIMES ON FEBRUARY 14, 2018 AND HOSTED IN BANK S WEBSITE ADVERTISEMENTS RELEASED IN NEWS PAPERS TIMES OF INDIA & NAVBHARAT TIMES ON FEBRUARY 14, 2018 AND HOSTED IN BANK S WEBSITE 0 TENDER NO: 05/2017-2018/DELHI ZONE/ Kidwai Nagar Project Notice for Inviting

More information

POLICY & PROCEDURES MEMORANDUM

POLICY & PROCEDURES MEMORANDUM Policy No. BA-1260.1 POLICY & PROCEDURES MEMORANDUM TITLE: INTERNAL CONTROL SYSTEM EFFECTIVE DATE: February 13, 1996* (*Procedural/Title Updates 1/12/16, 1/27/15; CANCELLATION: CATEGORY: none Business

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

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

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

Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited INFORMATION DOCUMENT Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL FOR CONSTRUCTING A MOCKUP FACILITY WHICH INCLUDES CIVIL, STRUCTURAL, BAMBOO CEILING AND FINISHING WORKS FOR PROPOSED

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

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

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

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

EXPRESSION OF INTEREST (EOI)

EXPRESSION OF INTEREST (EOI) EXPRESSION OF INTEREST (EOI) Shortlisting of Agencies for selection as Parking Managers for operation and management of Parking Areas in the city of Bhubaneswar Issued by Bhubaneswar Smart City Limited,

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

HNL/EMCC/19/3486/T /03/2019 NOTICE INVITING TENDER

HNL/EMCC/19/3486/T /03/2019 NOTICE INVITING TENDER HNL/EMCC/19/3486/T-2471 26/03/2019 NOTICE INVITING TENDER Sealed and superscribed (Tender No & Name of work) ITEM RATE tenders are invited for executing the following work in accordance with the terms

More information

Environmental Planning & Coordination Organization

Environmental Planning & Coordination Organization Environmental Planning & Coordination Organization Paryavaran Parisar, E-5 Arera Colony, Bhopal 462016 (M.P.) Tel.: 755-2466970, 2464318, 2465686, Fax: +91-755-2462136 E-mail.: epco.in, Website: www.epco.in

More information

EXPRESSION OF INTEREST. for. Business Intelligence & Data Warehouse

EXPRESSION OF INTEREST. for. Business Intelligence & Data Warehouse EXPRESSION OF INTEREST for Business Intelligence & Data Warehouse May 2015 (K-REP Bank reserves the right to cancel this request for EOI and / or invite afresh with or without amendments to this request

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

OFFICE OF THE ASSAM HIGHER SECONDARY EDUCATION COUNCIL BAMUNIMAIDAM, GUWAHATI-21. Notice Inviting Quotation for Annual Maintenance Contract of IT

OFFICE OF THE ASSAM HIGHER SECONDARY EDUCATION COUNCIL BAMUNIMAIDAM, GUWAHATI-21. Notice Inviting Quotation for Annual Maintenance Contract of IT OFFICE OF THE ASSAM HIGHER SECONDARY EDUCATION COUNCIL BAMUNIMAIDAM, GUWAHATI-21 No: AHSEC/EST/S/W/HW/435/15/1787 Date:- 04/01/2017 Notice Inviting Quotation for Annual Maintenance Contract of IT Equipments

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2018/2019/2020 NMK/T/9/2018/2019/2020

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2018/2019/2020 NMK/T/9/2018/2019/2020 PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2018/2019/2020 NMK/T/9/2018/2019/2020 MAY 2018 Table of Contents Page INTRODUCTION 3 SECTION I - Invitation for prequalification... 4 SECTION

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

Appendix D Minimum Requirements For Developmental Resources For

Appendix D Minimum Requirements For Developmental Resources For Minimum For Developmental Resources For 2016 Request For Proposals For Long-Term Renewable Generation Resources For Entergy New Orleans, Inc. Entergy Services, Inc. July 13, 2016 MINIMUM REQUIREMENTS FOR

More information

Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan. Tender Document

Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan. Tender Document Khwaja Fareed University of Engineering & Information Technology, Rahim Yar Khan Tender Document Tender No. Misc-048 Supply & Installation of Car Parking Solar Canopy Shed for Civil Engineering Department

More information

Ref: CO/IT/BPR/eSign-GW Dated: NOTICE INVITING QUOTATIONS/RATES

Ref: CO/IT/BPR/eSign-GW Dated: NOTICE INVITING QUOTATIONS/RATES Central Office, IT/BPR Dept., 2nd Floor, Jeevan-Seva Annexe, Santacruz (W), Mumbai- 400054 Ref: CO/IT/BPR/eSign-GW Dated: 30.09.2016 NOTICE INVITING QUOTATIONS/RATES I. LIC intends to procure ready to

More information

Jawaharlal Nehru Institute of Banking & Finance (JNIBF) Gachibowli,Hyderabad Pre-Qualification of Interior Contractors

Jawaharlal Nehru Institute of Banking & Finance (JNIBF) Gachibowli,Hyderabad Pre-Qualification of Interior Contractors Jawaharlal Nehru Institute of Banking & Finance (JNIBF) Gachibowli,Hyderabad-500032 Pre-Qualification of Interior Contractors JNIBF invites applications for pre-qualification of contractors for interior

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

LIGNO-CELLULOSIC BIOMASS TO ETHANOL

LIGNO-CELLULOSIC BIOMASS TO ETHANOL MANGALORE REFINERY & PETROCHEMICALS LIMITED MANGALORE, KARNATAKA (INDIA) (EOI. No. MRPL/2016/Projects/EOI/01) EXPRESSION OF INTEREST FOR TECHNOLOGY PROVIDERS / LICENSORS FOR SETTING UP AND OPERATION &

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

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

BID DOCUMENT IFB: GAPL/TENDER/PM/001/ / DT TENDER FOR SUPPLY AND DELIVERY OF PACKAGING MATERIAL (FOILS AND FILMS)

BID DOCUMENT IFB: GAPL/TENDER/PM/001/ / DT TENDER FOR SUPPLY AND DELIVERY OF PACKAGING MATERIAL (FOILS AND FILMS) GOA ANTIBIOTICS & PHARMACEUTICALS LTD (SUBSIDIARY OF HLL LIFECARE LIMITED A GOVERNMENT OF INDIA ENTERPRISE) NEAR TUEM INDUSTRIAL ESTATE TUEM, PERNEM-GOA. 403512 PH NO. 0832 2201416/7 FAX NO. 0832 2201278

More information

PONDICHERRY UNIVERSITY CENTRAL ANIMAL HOUSE FACILITY

PONDICHERRY UNIVERSITY CENTRAL ANIMAL HOUSE FACILITY PONDICHERRY UNIVERSITY CENTRAL ANIMAL HOUSE FACILITY Sealed quotations under Two bid systems are invited for the purchase of Horizontal Autoclave Sterilizer (Indigenous) for Central Animal House Facility.

More information

Facilities & Infrastructure Management Department

Facilities & Infrastructure Management Department Dear Sir / Madam, Pre-qualification for Empanelment of Modular Furniture IDBI Bank Ltd. proposes to empanel Modular Furniture manufacturers for supply and installation of modular furniture for its new

More information

Project Agreement CREDIT NUMBER 3727 NEP. (Financial Sector Technical Assistance Project) between INTERNATIONAL DEVELOPMENT ASSOCIATION.

Project Agreement CREDIT NUMBER 3727 NEP. (Financial Sector Technical Assistance Project) between INTERNATIONAL DEVELOPMENT ASSOCIATION. Public Disclosure Authorized CONFORMED COPY CREDIT NUMBER 3727 NEP Public Disclosure Authorized Project Agreement Public Disclosure Authorized (Financial Sector Technical Assistance Project) between INTERNATIONAL

More information

Bangalore Airport. No: AAI/BG/LEGAL/DATA PROCESSING/2017 Date: NOTICE INVITING QUOTAION

Bangalore Airport. No: AAI/BG/LEGAL/DATA PROCESSING/2017 Date: NOTICE INVITING QUOTAION Bangalore Airport. No: AAI/BG/LEGAL/DATA PROCESSING/2017 Date: 16.10.2017 NOTICE INVITING QUOTAION Sealed Item rate Quotations are invited by General Manager (CIC), Airports Authority of India, Bangalore

More information

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

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

The Director Department of Skill Development & Entrepreneurship Govt. Of Arunachal Pradesh Udyog Sadan, 'C' Sector Itanagar

The Director Department of Skill Development & Entrepreneurship Govt. Of Arunachal Pradesh Udyog Sadan, 'C' Sector Itanagar 7. Appendices Appendix - I Format - Covering Letter To, The Director Department of Skill Development & Entrepreneurship Govt. Of Arunachal Pradesh Udyog Sadan, 'C' Sector Itanagar-791111 Dear Sir, Subject:

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

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

MEDICAL PRACTITIONERS AND DENTISTS BOARD

MEDICAL PRACTITIONERS AND DENTISTS BOARD MEDICAL PRACTITIONERS AND DENTISTS BOARD PREQUALIFICATION DOCUMENT PRE-QUALIFICATION OF SUPPLIERS FOR THE SUPPLY AND DELIVERY OF COMPUTER CONSUMABLES & ACCESSORIES TENDER NUMBER: MPDB/02/2014-2015 NOTICE

More information

TERMS AND CONDITIONS Annexure "B" Major terms and conditions for concurrent audit assignment are stated as under. However, the Bank reserves its

TERMS AND CONDITIONS Annexure B Major terms and conditions for concurrent audit assignment are stated as under. However, the Bank reserves its TERMS AND CONDITIONS Annexure "B" Major terms and conditions for concurrent audit assignment are stated as under. However, the Bank reserves its right to amend / modify any condition and Bank s decision

More information

Chhattisgarh State Renewable Energy Development Agency (CREDA) (Dept. of Energy, Govt. of Chhattisgarh)

Chhattisgarh State Renewable Energy Development Agency (CREDA) (Dept. of Energy, Govt. of Chhattisgarh) Chhattisgarh State Renewable Energy Development Agency (CREDA) (Dept. of Energy, Govt. of Chhattisgarh) Near Energy Education Park, Village Fundhar VIP (Air Port Road) Raipur 492015 (C.G.)Ph.: 91-7717112459

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 PROPOSAL/ EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR AMC OF COMPUTER HARDWARE & PERIPHERALS IN THE BRANCHES/OFFICES IN CHANDIGARH

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

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

F.No.5-409/ /P&S/IISS Dated:

F.No.5-409/ /P&S/IISS Dated: BY SPEED POST/FAX Hkkjrh; e`nk fokku lalfkku ¼Hkk0d`0vuq0i0½ uchckx] csjfl;k jksm] Hkksiky & 462038 Indian Institute of Soil Science(ICAR) Nabibagh, Berasia Road, Bhopal 462038 (M.P.) Tel. No. (0755)2747375

More information

File No.: 104/3/Dusting, Clean, Pest/2007/Gen. Date: 10/05/2007. Subject: Tender for Dusting, Cleaning & Pest control for the Years 2007, 2008 & 2009.

File No.: 104/3/Dusting, Clean, Pest/2007/Gen. Date: 10/05/2007. Subject: Tender for Dusting, Cleaning & Pest control for the Years 2007, 2008 & 2009. GOVERNMENT OF INDIA DEPARTMENT OF PUBLICATION CIVIL LINES, DELHI 110 054. Website: www.deptpub.gov.in Email: acop-dep@nic.in (&) pub.dep@nic.in TEL.: 2381 7823 / 9689 / 3761 / 3762 / 3764 / 3765. Fax:

More information

CONSTRUCTION OF 220/33 KV GIS SUB-STATION AT MONGALPUR, DISTRICT PASCHIM BURDWAN [Package-54]

CONSTRUCTION OF 220/33 KV GIS SUB-STATION AT MONGALPUR, DISTRICT PASCHIM BURDWAN [Package-54] Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION OF 220/33

More information

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED Reg: No. 1998/009584/06 THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED INVITATION TO PREQUALIFY FOR THE PROCUREMENT OF AN OPEN ROAD TOLLING SYSTEM IN THE GAUTENG PROVINCE, SOUTH AFRICA AND A NATIONAL

More information

- I GENERAL TERMS & CONDITIONS

- I GENERAL TERMS & CONDITIONS Annexure - I GENERAL TERMS & CONDITIONS (Whichever is applicable pertaining to the work) 1. Scope of work: 1.1 The selected organization will be expected to plan, design, estimate and execute the work

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

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