Uttar Pradesh Power Transmission Corporation Ltd.

Size: px
Start display at page:

Download "Uttar Pradesh Power Transmission Corporation Ltd."

Transcription

1 Uttar Pradesh Power Transmission Corporation Ltd. Construction 400 KV Substation, Jaunpur Tender Specification No. ESD 8/77 Tender Document for EPC Turnkey Bid Electricity 400 KV Substation Design Circle Uttar Pradesh Power Transmission Corporation Limited, 11 TH, Floor, Shakti Bhawan Extension, 14-Ashok Marg, Lucknow

2 U.P. POWER TRANSMISSION CORPORATION LIMITED TENDER NOTICE E-Tenders in two parts, Part-I (Earnest Money, Technical and Commercial details etc.), Part-II(A) -(Prices for Civil works) & Part-II(B)- (Prices for Electrical/Mechanical works including supply, covering all works other than civil works) valid for six months are invited for the work mentioned here under. The scheduled date and time of opening of the bid shall be as shown in the table below. In case of Government holiday the bid shall be opened on the next working day. Construction and commissioning 400/220/132kV Substation, Jaunpur with SAS on turnkey basis including supply, erection, testing & commissioning of all equipments/material shall be as per details mentioned below:- Sl. No. Specn. No. Description of work 1. ESD-8/77 Construction of 400KV Substation Jaunpur Transformation Capacity MVA 2x315 (400/220/132kV) Earnest Money (Rs.) 3,60,00, (Three Crore Sixty Lacs Only) Schedule date of submission & time 18/04/ :00 hrs Schedule date of opening & time 20/04/ :00 hrs The Tender in general includes but not limited to design, engineering, manufacturing, handling, safe storage and supply & erection of auto-transformers, reactors, breakers, isolators, LAs, CVTs, CTs, control and protection panels, SAS system equipments, panels based on IEC protocol, metering system main and auxiliary structures, control and power cables, equipments/structures grounding with existing main earthmat, lighting system and all associated essential electrical and civil works including earth filling, foundations, anchor bolts, cable trenches, drainage, water supply, kiosks fencing, roads etc. as per latest national/ international standards and terms and conditions of Form A. The package also includes testing and commissioning of the above substation in a time bound schedule and all items & accessories required for completion and commissioning. Tender documents against this bid specification can be downloaded from UPPTCL website at as well as e-procurement website etender.up.nic.in and will require to pay a non-refundable fee of Rs.10,500/- (inclusive of the rate of 5%) at the time of opening of tender in the form of bank draft only in favour of UPPTCL SBI A/C No , payable at Lucknow (IFS Code SBIN ). The Earnest Money Deposit of amount as mentioned above is to be submitted, in the form of Bank Guarantee should be executed on a non-judicial stamp paper of Rs.10,000/- in favour of Superintending Engineer, Electricity 400 KV Substation Design Circle, U.P. Power Transmission Corporation Ltd., 11 th Floor, Shakti Bhawan Extension, Lucknow, in the prescribed proforma given in the bid document Tender document can be submitted only on e-procurement website etender.up.nic.in upto schedule date & time. Tenderers are requested to get themselves registered with U.P. Electronics Corporation, Ltd. so as to obtain digital signatures for participation. The bid of the firm without Demand Draft, towards the cost of tender document and without the Earnest Money Deposit (EMD) will not be opened. Scanned copies of the Demand Draft and EMD shall have to be submitted with the e-tender document. The original Bank draft, EMD and one hard copy of the tender shall have to be submitted in the office of Superintending Engineer, Electricity 400 KV Substation Design Circle, U.P. Power Transmission Corporation Ltd., 11 th Floor, Shakti Bhawan Extension, Lucknow, on tender opening date. Part-I of the tender shall be opened publicly on the scheduled date & time as specified, whereas Part-II (A) & Part-II (B) containing prices of Civil & Electrical/Mechanical works respectively shall be opened separately at a later date to be informed accordingly. Undersigned reserves the right to accept or reject any offer without assigning any reasons thereof. Please visit e-procurement website and UPPTCL website regularly for any other corrections/ amendments/ modification/ extensions till the date of submission of tenders. Superintending Engineer Electricity 400 KV Substation Design Circle U.P. Power Transmission Corporation Ltd., 11 th Floor, Shakti Bhawan Extension, 14-Ashok Marg, Lucknow (Uttar Pradesh) UPPTCL website - e-procurement website- etender.up.nic.in SAVE ENERGY IN THE INTEREST OF NATION

3 Annexure -1 Substation Details: /220/132KV Substation Jaunpur, (SAS based):

4 TABLE OF CONTENTS SECTION I INVITATION FOR PREQUALIFICATION 1. GENERAL 2. PACKAGE DESCRIPTION 3. SCOPE OF WORKS 4. QUALIFICATION OF THE BIDDER 5. COMPLETION PERIOD 6. LIQUIDATED DAMAGES FOR DELAYS IN SUPPLY / COMPLETION PERIOD 7. TERMS & CONDITIONS 8. ELIGIBLE APPLICANTS SECTION - II INSTRUCTIONS TO APPLICANTS 1. GENERAL 2. ELIGIBILITY AND QUALIFICATION CRITERIA 3. PREQUALIFICATION AND TENDERING 4. CLARIFICATION REGARDING APPLICATION SECTION - III PREQUALIFICATION DATA 1. GENERAL 2. PACKAGE COMPLETION PERIOD 3. CONTRACT TYPE AND CONDITIONS 4. SUBMISSION OF APPLICATION 5. QUALIFICATION CRITERIA 6. JOINT VENTURES 7. CONFLICT OF INTEREST 8. UPDATING PREQUALIFICATION INFORMATION

5 9. GENERAL CONDITION APPENDIX A APPLICATION PROFORMA (FORMS 0 TO 10) DRAWINGS SECTION-IV GENERAL 1. PARTICULARS OF SUBSTATION 2. BILL OF MATERIAL(BAY WISE MAJOR EQUIPMENTS) 3. SINGLE LINE DIAGRAM SECTION V TERMS AND CONDITIONS 1. INSTRUCTIONS TO BIDDERS 2. SPECIAL CONDITIONS OF SPECIFICATIONS 3. SPECIFICATIONS FOR HANDLING, ERECTION,TESTING & COMMISSIONING 4. GENERAL TECHNICAL REQUIREMENTS OF SPECIFICATIONS 5. GENERAL CONDITIONS FOR SUPPLY OF PLANT AND THE EXECUTION OF WORKS - FORM A SECTION- VI TECHNICAL SPECIFICATIONS 1. CIRCUIT BREAKERS 2. INSTRUMENT TRANSFORMERS 3. ISOLATOR INCLUDING INSULATORS 4. SURGE ARRESTORS 5. CONTROL & RELAY PANELS 6. SUBSTATION AUTOMATION SYSTEM 7. POWER AND CONTROLCABLES 8. STRUCTURES 9. LIGHTING 10. AIR CONDITIONING SYSTEM SECTION- VII TENDER SCHEDULES

6 1. Schedule A : BID Form 2. Schedule B : Pre-qualifying details in following schedules: B-1 : Experience details of Equipments of manufactures on whom the order have been placed by UPPTCL B-2: Experience details of Equipments of manufactures on whom the order have not been placed by UPPTCL 3. Schedule C : Declaration 4. Schedule D : Proforma for joint undertaking by the collaborator /associates with Bidder 5. Schedule E : Schedule of General particulars E-1 : For Bidder E-2 : For Manufacturers 6. Schedule F : Schedule of deviations from Special Conditions of Specification 7. Schedule G : Schedule of deviations from Technical Specifications 8. Schedule H : Schedule of deviations from Instructions to Bidders 9. Schedule I : Schedule of deviations from General requirements of Specifications 10. Schedule J : Schedule of deviations from General Condition of Contract Form -A 11. Schedule K : Deviation from Tech. Specn. For handling, testing & commissioning. 12. Schedule L : List of Recommended spare tools & tackles 13. Schedule M : List of recommended test sets & testing instruments 14. Schedule N : List of Recommended spare parts for five years & prices. 15. Schedule O: List of drawing /literatures enclosed with the Bid.

7 16. Schedule P : Schedule of quoted guaranteed deliveries/ completion period 17. Schedule Q : Schedule of offered quantities. 18. Schedule R : Schedule of Guaranteed technical Particulars SECTION- VIII CIVIL WORKS Bill of Quantity

8 SECTION I INVITATION FOR PREQUALIFICATION 1.0 GENERAL 2.0 PACKAGE DESCRIPTION 3.0 SCOPE OF WORKS 4.0 QUALIFICATION OF THE BIDDER 5.0 COMPLETION PERIOD 6.0 LIQUIDATED DAMAGES FOR DELAYS IN SUPPLY / COMPLETION PERIOD 7.0 TERMS AND CONDITIONS 8.0 ELIGIBLE APPLICANTS

9 1.0 GENERAL Uttar Pradesh Power Transmission Corporation Ltd. (UPPTCL) intends to construct and commission 400/220/132 KV substation at Jaunpur. All the attached drawings of the Single Line Diagrams are preliminary and for information only. 2.0 PACKAGE DESCRIPTION The above package consists of following works:- i) Design and Engineering, supply, erection testing and commissioning of electrical equipments. ii) iii) Design and Engineering, supply, erection, testing and commissioning of 400kV Substation Jaunpur based on Substation Automation System (SAS). Design and Engineering of Civil Works for above works including supply of materials. The 400/220/132 kv substation, Jaunpur shall be outdoor type Air Insulated Substation (AIS), complete with Substation Automation System (SAS) and shall consist of three switchyards (400 kv side is one and half breaker scheme configuration and 220 & 132 kv side will be Double Main and Transfer configuration). 3.0 SCOPE OF WORKS The overall scope of works covers all activities related to design, engineering, manufacture, testing at works, supply of all required equipments and materials with accessories and auxiliaries to site, storage at site, insurance, construction including all civil works, handling, erection, testing, commissioning of 400 kv Jaunpur and putting into successful operation & handing over as single source responsibility on turnkey basis, particulars of which are specified at annexure THE BIDDER S SCOPE OF WORK SHALL INCLUDE BUT NOT BE LIMITED TO THE FOLLOWING: (a) (b) (c) Design & engineering of all systems, subsystems, equipments, materials and services etc. required for completion and commissioning of the substation bays. This includes design & engineering of operation and protection system, indoor lighting system inside and outside of Kiosk building as well as outdoor lighting for above bays, air conditioning system inside Kiosk, Substation Automation System (SAS), equipments/material earthing of the substation, cable schedule and layout etc. Manufacturing, assembly, inspection, testing, packing, forwarding, loading, unloading, transportation, transit insurance & supply of all required structures, equipments & materials at site including port & custom clearance if required. Receipt, storage, insurance, preservation & conservation of all structures, equipments & materials at site. Proper storage arrangement shall be made by the

10 contractor at site before accepting deliveries of equipments at site. (d) (e) (f) (g) (h) (i) (j) Fabrication & re-assembly (if any), erection, testing & commissioning of individual equipments, sub-systems / systems. Commissioning, putting into successful operation & handing over after successful operation. Providing engineering data, drawings and O & M manuals for purchaser s reference & records. Furnishing T&P and spares on F.O.R. site basis. Training to Purchaser s personnel. All Civil works including levelling, developing & dressing of land, security fencing (if any), civil work for bay kiosk, breaker foundation, main & auxiliary foundations, cable trenches with racks & covers, roads (if any), drainage system and other required works specified under detailed civil specifications hereinafter. The land for substation bays shall be made available to the Bidder. However EHV/HV & LT lines and trees obstructing the construction activities shall be diverted/ removed by the department. Dismantling of temporary/ permanent structures, if any, shall be included in the scope of works of tenderer. Over all co-ordination with internal/ external agencies, obtaining approval of the electrical inspector/ labour inspector and other concerned authorities in respect of works to be carried out under the contract. 3.2 Project Management The Contractor shall be responsible for the overall management and supervision of the Works. The Contractor shall establish a suitable project office and facilities at the sites and shall be responsible for the following:- a) To act with full authority, in respect of the Works; b) To receive and respond to notices, instructions and directions from the Engineer to the Contractor; c) To manage, control and implement the execution of the Works in accordance with the key Dates set forth in the Contract; d) To facilitate the provision and exchange of information, data and other communications with the Engineer; e) To provide, as may be required by the Engineer, explanations of the detailed design of the various parts and stages of the Works and keep the Engineer informed as to the progress of the engineering and other work being performed by the Contractor; f) To provide documentation or information required by Engineer and to comply with the instructions of the Engineer in accordance with the provisions of the Specification to complete the proper execution of the Work;

11 g) To organize regular project review meetings with the Engineer during the period of the Contract. The Contractor shall make arrangements and attend such meetings at site or at mutually agreed venue as and when required and fully co-operate with such persons and agencies involved during these meetings; and h) To organize the training program for engineering, operation and maintenance personnel of the Employer during execution of the project at sites and in the factories. 3.3 Engineering and Detailed Design The Contractor shall be responsible for the engineering and detailed designing of associated works. The detailed design shall include, but not limited to, the following main items in accordance with requirements of the Specifications: a) Design and specification of all systems and sub-systems in the Substation; b) Sub-Station design including but not limited to all electrical, mechanical, architectural and civil engineering and construction and installation specifications; and c) Design of all temporary construction facilities. The Contractor shall provide the engineering relating to interfaces between the present scope & existing installations and future extensions. The Contractor shall do this co-ordination work based on the knowledge and information available to him. The result of this work shall be submitted to the Engineer as proposed. After the Engineer s (or his delegated Consultant) assessment the Contractor shall execute it and check it in order to keep his full responsibility on such work. The Engineer or the Contractor may propose changes in the specifications of the equipment or quality thereof and such changes in the specifications shall be modified accordingly by the Contractor. 3.4 Manufacture and Supply of Equipment The Contractor shall provide only equipment of design proven for similar service conditions and similar duties for at least two years of successful operation and have been type tested as per relevant standards. The equipment on which the Employer intends to have type testing repeated are listed in the Technical Data Schedules that will be part of the Tender Documents. For all other equipment, the Contractor shall furnish the type test reports to the Employer for approval and in cases when such reports are not available, the Contractor shall conduct the type tests without any extra cost to the Employer. These tests may be witnessed by the representative of the Engineer.

12 3.5 Site Civil Works The civil works to be executed by the Contractor in accordance with the Specification shall comprise the entire requirement of the substation and shall include and be not limited to the following major items: a) Site surveying and soil investigation; b) Site preparation and development; c) Rain water drainage; d) The external perimeter fence; e) Substation embedded grounding grid; f) Transformer and shunt reactor foundations, oil recuperation basins and oil pits; g) HV equipment and bus work support structures and their foundations; h) Internal roads, drainage ditches in the substation area and paved areas; i) Site landscaping to ensure the proper operation of all the equipment in the switchyard; j) Cable trenches and subsurface duct systems service roads, road crossings, sump pits and sump pumps for cable trenches, in the substation area; k) Fire protection walls; l) Site clearance; and m) Arrangement of drinking water system including pump house and overhead tank as required Buildings The construction of the substation includes the design and construction of Substation control buildings, relay buildings etc complete in all respects, including civil and architectural works, Heating Ventilation and Air Conditioning (HVAC), electrical and mechanical systems and fire protection equipment. The buildings shall be complete, including electrical and mechanical installations (power outlets, normal and emergency lighting, HVAC, fire protection and detection system, lighting fixtures, furniture, finishing of walls, ceiling and floors, doors, windows, security access system, etc Temporary Construction Facilities a) Temporary storage; b) Arrangement of construction power and auxiliary power supplies to temporary

13 facilities; c) Security; d) Utility facilities: communication, water and electricity supply, etc; and e) Site Office and workforce accommodation Commissioning and Experimental Operation Elaborate and provide the procedures for testing and commissioning of all equipment and systems carried-out by his specialists or manufacturer s technical representatives or specialists. Obtain from the Engineer and other competent authorities the approval of the installation and readiness for energisation and commercial operation and integrate to the interconnection networks. 4.0 QUALIFICATION OF THE BIDDER Qualification of bidder will be based on meeting the minimum pass/fail criteria specified below regarding the Bidder s technical experience and financial position as demonstrated by the Bidder s responses in the corresponding Bid Schedules. The bidder shall also be required to furnish the information specified under para 4.4 below. Technical experience and financial resources of any proposed sub-contractor shall not be taken into account in determining the Bidder s compliance with the qualifying criteria except for the requirement stipulated herein below for Power Transformer, Shunt Reactor and Circuit Breaker. The bid can be submitted by an individual firm or a Joint Venture of two or more Firms (Specific requirements for Joint Ventures are given under Para 4.3 below). UPPTCL may assess the capacity and capability of the bidder, to successfully execute the scope of work covered under the package within stipulated completion period. This assessment shall inter-alia include (i) document verification; (ii) bidder s work/manufacturing facilities visit; (iii) manufacturing capacity, details of works executed, works in hand, anticipated in future & the balance capacity available for the present scope of work; (iv) details of plant and machinery, manufacturing and testing facilities, manpower and financial resources; (v) details of quality systems in place; (vi) past experience and performance; (vii) customer feedback; (viii) banker s feedback etc. UPPTCL reserves the right to waive minor deviations if they do not materially affect the capability of the Bidder to perform the contract.

14 4.1. Technical Experience The bidder must have successfully executed one sub-station of 400 kv class or above having atleast 2(two) circuit breaker bays during last 10 years as on the date of bid opening and which must be in satisfactory operation for atleast 2(two) years as on the date of bid opening, provided : (i) (ii) The 400 kv class Power Transformer, Shunt Reactor and Circuit Breaker being offered are from manufacturer(s) who have designed, manufactured, type tested and supplied the respective equipment(s) of 400 kv or above class which must be in satisfactory operation for at least 2(two) years as on the date of bid opening. OR The 400 kv class Power Transformer, Shunt Reactor and Circuit breaker being offered are from manufacturer(s) who have established production line in India for these equipments, based on technological support of a parent company or collaborator for the respective equipment(s) can also be considered provided i) Such manufacturer(s) has/have designed, manufactured, type tested and supplied the 400 kv or above class respective equipment(s). ii) iii) the parent company (Principals) or collaborator meets qualifying requirements stipulated under clause 4.1.1(i) mentioned above; and the 400 kv class Power Transformers, Shunt Reactor and Circuit breaker manufacturer(s) furnishes: (a) a legally enforceable undertaking (jointly with the parent company or collaborator) to guarantee quality, timely supply, performance and warranty obligations as specified for the equipment(s); and (b) a confirmation letter from the parent company or collaborator alongwith the bid stating that parent company or collaborator shall furnish performance guarantee for an amount of 10 % of the cost of such equipment(s). This performance guarantee shall be in addition to Contract Performance Guarantee to be submitted by the Bidder For the purpose of qualifying requirement, one no. of circuit breaker bay shall be considered as a bay used for controlling a line or a transformer or a reactor or a bus section or a bus coupler and comprising of at least one circuit breaker, two disconnectors and three nos. of single phase CTs / Bushing CTs. 4.2 Financial Position

15 (a) MAAT: Minimum Average Annual Turnover *(MAAT) for best three years i.e. 36 months out of last five financial years of the bidder should be Rs. 135 Crores. * Annual total income as incorporated in the profit & loss account except non- recovery income e.g. sale of fixed assets. (b) LIQUID ASSETS : Bidder shall have Liquid Assets (LA) or/and evidence of access to or availability of credit facilities should be Rs Crores. (c) NET WORTH: The Net Worth of the bidder should be POSITIVE for last three Financial years.. In case bidder is a holding company, MAAT, Net Worth & LA referred to in clause 4.2 (a), (b) & (c) above shall be that of holding company only (i.e. excluding its subsidiary / group companies). In case bidder is a subsidiary of a holding company, MAAT, Net Worth & LA referred to in clause 4.2 (a),(b) & (c) above shall be that of subsidiary company only (i.e. excluding its holding company). 4.3 Joint Venture Firms In case a bid is submitted by a Joint Venture (JV) of two or more firms as partners, joint venture must comply the following minimum criteria i) The lead partner shall meet, not less than 25% of the minimum criteria given at Para 4.2 and 100% of criteria given at above. ii) Each of the other partner(s) shall meet, not less than 25% of the minimum criteria given at Para 4.2 above The joint Venture must satisfy collectively the Criteria of clause 4.2 above for which purpose the relevant figure of average annual turnover and liquid assets / credit facilities for each of the partners of the JV shall be added together to arrive at Joint Venture total capacity One of the partners shall be nominated as Lead Partner, and the Lead Partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture, and the entire execution of the Contract shall be done with the Lead Partner and payment under the contract shall be received by the Lead Partner on behalf of the Joint Venture as per power conferred to him in the Power of

16 Attorney. The authorization shall be evidenced by submitting a Power of Attorney signed by legally authorized signatory of all the partners as per Performa enclosed in bidding document. The payment under the Contract can also be received by other partner(s) based on authorization of Lead Partner All partners of the Joint Venture shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a copy of agreement entered into by the Joint Venture partners having such provision shall be submitted with the bid The Bidder shall also furnish following documents / details with its bid: (i) (ii) A certificate from banker (as per format) indicating various fund based / non fund based limits sanctioned to the bidder and the extent of utilization as on date. Such certificate should have been issued not earlier than three months prior to the date of bid opening. Whenever necessary UPPTCL may make queries with the bidder s bankers. The complete annual reports together with Audited statement of accounts of the company for last five years of its own (separate) immediately preceding the date of submission of bid. [Note: I. In the event the bidder is not able to furnish the information of its own (i.e. separate), being a subsidiary company and its accounts are being consolidated with its group/holding/parent company, the bidder should submit the audited balance sheets, income statements, other information pertaining to it only (not of with its group/holding/parent company) duly certified by any one of the authority [(i) Statutory Auditor of the bidder / (ii) Company Secretary of the bidder or (iii) A certified Public Accountant] certifying that such information / documents are based on the audited accounts as the case may be. II. Similarly, if the bidder happens to be a Group/Holding/Parent Company, the bidder should submit the above documents/information of its own (i.e. exclusive of its subsidiary) duly certified by any one of the authority mentioned in Note-I above certifying that these information/ documents are based on the audited accounts, as the case may be.] (iii) (iv) Bidder shall have adequate sub-station design infrastructure and erection facilities and capacity and procedures including quality control. The bidder shall have a project manager with 15 years experience in executing such contract of comparable nature including not less than five years as manager COMPLETION PERIOD

17 The entire work of erection, testing and commissioning of above 400 KV substation Jaunpur is to be completed within 02(two) years from the date of issue of letter of intent or date of handing over of land whichever is earlier. The progress shall be monitored as per approved project implementation schedule and PERT. In case individual equipment/ material the date of receipt of goods at UPPTCL site shall be treated as the date of delivery. In case of part dispatches the delivery shall be deemed to have been affected when last component/ part of that equipment/ material of the serviceable lot / set has been delivered. 6.0 LIQUIDATED DAMAGES FOR DELAYS IN SUPPLY / COMPLETION PERIOD In case of delay in completion period/ handing over of bays after successful operation, beyond agreed schedule, liquidated 0.5 % per week, subject to maximum of 10% of aggregate contract value shall be deducted from the bidder bills. However, the liquidated damages, if any, shall be adjusted, against the balance amount of 20% & 10% available for electrical & civil works respectively, which are to be released after successful commissioning. 7.0 TERMS AND CONDITIONS The terms & conditions of the contract shall be governed by the General Conditions for Supply of Plant and Execution of Works FORM A. 8.0 ELIGIBLE APPLICANTS 1) The Applications of the contractors/ firms, who had been debarred to trade by any other board or corporation of energy sector of any Indian state or any foreign country, shall not be considered. The Applicants have to declare that they have not been debarred as detailed above through their own statement duly supported by a notarized affidavit on a Non Judicial stamp paper of Rs. 100/- in this regard alongwith their application. 2) If it comes to the notice of Corporation, that the Applicant has given any fictitious information/ performa or he is involved in mafia activities or he has terrorized the prospective Applicants or he has tried to stop them in participating the tender process then the tender process can be cancelled and under such circumstances the losses to the corporation shall be recovered from the concerned Applicant. 3) For agreement with successful bidder, the photo of proprietor in case of proprietorship firm, the photo of all the partners in case of partnership firm along with their partnership deed and photo of authorized person alongwith authority letter by board of Director of company, in case of company, registered under company Act 1956 shall be required. 4) The Documents can be downloaded from UPPTCL website at as well as e-procurement website etender.up.nic.in and will require to pay a

18 non-refundable fee of Rs. 10,500/- (inclusive of the rate of 5%) in the form of a demand draft in favour of UPPTCL SBI A/C No payable at Lucknow, at the time of submission of application. The documents can also be collected from the office of the Superintending Engineer, Electricity 400 KV Substation Design Circle, U.P. Power Transmission Corporation Ltd., 11th floor, Shakti Bhawan Extension, 14-Ashok Marg, Lucknow , UP, India, on payment of a non-refundable fee of Rs. 10,500/- (inclusive of the rate of 5%) in the form of a demand draft in favour of UPPTCL SBI A/C No payable at Lucknow. 5) The Applicant shall also provide an Earnest Money Deposit to the amount of Rs. 3,60,00, (Rupees Three Crore Sixty Lacs Only) in the form of bank guarantee on a non-judicial stamp paper of Rs. 10, as per U.P. stamp act, for the package valid for one (1) year as per the attached format in favour of Superintending Engineer, Electricity 400kV Substation Design Circle, U.P. Power Transmission Corporation Ltd.,11th floor, Shakti Bhawan Extension, 14- Ashok Marg, Lucknow , UP. The Earnest Money Deposit will be refunded to the unqualified applicants immediately and to the qualified applicants after award of the contract. 6) Offers without proper earnest money and tender fee shall not be considered under any circumstances.

19 SECTION II INSTRUCTIONS TO APPLICANTS 1. GENERAL 2. ELIGIBILITY AND QUALIFICATION CRITERIA 3. PREQUALIFICATION AND TENDERING 4. CLARIFIACTION REGARDING TENDER

20 1.0 GENERAL 1.1 The Employer, Uttar Pradesh Power Transmission Corporation Ltd. (UPPTCL) intends to proceed with this tender for which this Invitation for Prequalification is issued. 1.2 The Employer intends to prequalify firms or joint ventures to tender for the work outlined in the Prequalification Detail. 1.3 Work completion period is outlined in the Prequalification Detail. 1.4 General information on the location and scope of the works to be covered by the tender is outlined in annexure-i. 2.0 ELIGIBILITY AND QUALIFICATION CRITERIA 2.1 Prequalification will be based on the applicant meeting the minimum pass/fail criteria regarding the applicant s general and particular experience, personnel and equipment capabilities, and financial position, specified in the Prequalification Data, as demonstrated by the applicant s responses in the forms attached to the Letter of Application and other requested documentation. Specific requirements for joint ventures are also set forth in minimum qualification. 2.2 When the applicant intends obtaining highly specialized inputs (essential for execution of the contract) from specialized sub-contractors, application forms shall be completed for such subcontractors and their inputs. 2.3 Experience of subsidiary companies or holding companies of bidder shall not be considered as experience of the bidder. 3.0 PREQUALIFICATION AND TENDERING 3.1 The employer reserves the right to: a) amend the scope and value of contract to be tendered, in which event only those prequalified applicants who meet the amended requirements will be invited to tender for the contract. b) reject or accept any application without assigning any reason thereof; and c) cancel the prequalification process and reject all applicants. The Employer shall neither be liable nor be under any obligation to inform the applicant of the grounds for such action. 3.2 Applicants will be advised in writing by fax or electronic mail, of the result of their application and of the names of the prequalified applicants, without giving any reason for the Employer s decision. 3.3 Only firms and joint ventures that have been prequalified under this procedure will be invited to tender. A firm may apply for prequalification either individually and as part of a joint venture. However, a prequalified firm or a member of a prequalified joint venture may participate as a tenderer in only one tender, either individually or as a partner in a joint venture, for the contract. 3.4 Joint ventures must comply with the following requirements: a) The formation of a joint venture after prequalification, and any change in a prequalified joint venture, will lead to disqualification. b) Any tender shall be signed so as to legally bind all joint venture partners, jointly and severally, and any tender shall be submitted with a copy of the joint venture agreement mentioning details for joint and several liabilities with respect to the contract. 3.5 The prequalification of a joint venture does not necessarily prequalify any of its partners individually or as a partner in any other joint venture or association. 3.6 Delivery of the prequalification application: Successful tenderer will be required to provide performance security bank guarantee. Details of these guarantees will be specified in the tender documents.

21 3.6.2 Submissions of Applications in one hard copy duly enclosed in sealed envelopes must be delivered either by hand or by registered mail or courier to: Superintending Engineer, Electricity 400 KV Substation Design Circle, U.P. Power Transmission Corporation Ltd., 11 th Floor, Shakti Bhawan Extension, 14-Ashok Marg, Lucknow (Uttar Pradesh) not later than 16:00 hrs, Indian time, on tender opening date mentioned in the tender notice or on the next working day in case of public holiday and clearly marked Application for Construction of 400KV Substation Jaunpur.The bid will be opened at specified date and time or on the next working day in case of public holiday. 3.7 The name and mailing address of the applicant shall be clearly marked on the envelope. 3.8 Applicants will be intimated, in due course, of the results of their applications. Only firms or joint ventures prequalified under this procedure will be called for opening of price part. 4.0 CLARIFIACTION REGARDING TENDER 4.1 Prospective applicants may request in writing clarification of the tender documents requirements and the criteria for qualification at any time up to five (5) days prior to the deadline set for the submission of applications. The written responses will be sent (by / post) to all prospective applicants that have received the prequalification documents. Postal address: All queries should be sent to the following / postal addresses: . : se400sdc@upptcl.org Superintending Engineer, Electricity 400KV Substation Design Circle, U.P. Power Transmission Corporation Limited, 11th Floor, Shakti Bhawan Extension, 14-Ashok Marg, Lucknow , U.P. 4.2 All information requested for prequalification shall be provided in English. Information should be submitted in the formats specified in the application forms in these prequalification documents 4.3 The application for prequalification shall consist of the following: a) The letter of Application b) The forms and documentation specified in the Prequalification Data c) Earnest money deposit as specified in Section I Clause 8(4) d) Proof of deposit of non-refundable fee as specified in Section I Clause 8(3). 4.4 Failure to provide information which is essential to evaluate the applicant s qualifications or to timely provide clarification or to substantiate the information supplied will result in disqualification of the applicant. 4.5 Submission of applications for prequalification must be received in sealed envelopes, which shall be delivered either by hand or by registered mail, to the address specified in the

22 Prequalification Data not later than the date and time specified in the Prequalification Data, and shall bear the identification specified in the Prequalification Data. 4.6 The tender shall be valid for not less than six (6) months from the last date of opening of tender.

23 SECTION III PREQUALIFICATION DATA 1.0 GENERAL The Employer intends to award the contract package described in Section I. 2.0 PACKAGE COMPLETION PERIOD Completion of the 400kV Substation withinin 02 (Two) years from the date of LOI or date of land handing over land which ever is earlier. 3.0 CONTRACT TYPE AND CONDITIONS 3.1 The contract will be a fixed price lump sum turnkey contract. UPPTCL Conditions of Contract will generally be used as basis of contract. 3.2 The contractor will be required to provide irrevocable performance bank guarantees from an approved scheduled bank in India in favour of the Employer. 4.0 SUBMISSION OF APPLICATIONS 4.1 As elaborated in Clause of Section-II (Instructions to Applicants). 4.2 The name and mailing address of the Applicant will be clearly marked on the envelope. 4.3 All the information requested for prequalification will be answered in the English language by all applicants and joint ventures. 4.4 Failure to provide information that is considered essential to evaluate the Applicant s qualifications, or to provide timely clarification or substantiation of the information supplied, will result in disqualification of the Applicant. 5.0 QUALIFICATION CRITERION 5.1 Prequalification will be based on meeting all the following minimum pass/fail criteria regarding the Applicant s general and particular experience, personnel and equipment capabilities, and financial position, as established by the Applicant s responses in the forms attached to the Letter of Application (specific requirements for joint ventures are given under Clauses 6.1 and 6.2 below). 5.2 General Experience: The Applicant shall meet the minimum criteria outlined in Section I of the Invitation for Prequalification, for the contract package. 5.3 Personnel Capabilities: The Applicant must have suitably qualified personnel to fill the following positions. The Applicant will supply information on a prime candidate and an alternate for each position, each of whom should meet the experience requirements as specified below: Position Total experience (years) In similar works and financial magnitude (years) As manager of similar works and financial magnitude (years) Project manager Site project Manager

24 5.4. Financial Position: The Applicant shall establish that he has access to, or has available, liquid assets, unencumbered real assets, line of credit, and other financial means sufficient to meet the contract cash flow for a period of three months, net of the applicant s commitments for other contracts, 5.5 The audited balance sheets for the last five fiscal years (of the bidder) shall be submitted and must establish the soundness of the Applicant s (each member of Joint Venture) financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the Applicant s bankers. 5.6 Quality Assurance: The Applicant (each member of Joint Venture) must have an ISO standard Quality Assurance System. For main components to be subcontracted if the Subcontractors are not ISO certified, the Applicant shall implement his own Quality Assurance System in the Subcontractor s Workshops. 5.7 Litigation History: The Applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five fiscal years. A consistent history of awards against the Applicant or any partner of a joint venture may result in failure of the application. 5.8 Restriction to trade or black listing History: The Applicant should provide accurate information on any restriction to trade or his black listing resulting from contracts completed or under execution by him over the last five fiscal years. A consistent history of restriction or black listing against the Applicant or any partner of a joint venture may result in failure of the application. An affidavit should be submitted to this effect stating clearly the blacklisting history if any. 6.0 Joint ventures 6.1 If the Applicant comprises a number of firms combining their resources in a joint venture, the legal entity constituting the joint venture and the individual partners in the joint venture shall be registered in eligible source countries and shall otherwise meet the requirements of Clause 4.3 of Section-I (Invitation for Pre-Qualification). The leader of the joint venture and all other partners shall definitely be as per clause no. 4 (Qualification of the bidder) of section I. The joint venture must satisfy the criteria of Clause 4.3 of Section-I. For this purpose the following data of the joint venture to meet the qualifying criteria must be given with the bid: a) particular experience (Sub-Clause 4.4.2); b) personnel capabilities (Sub-Clause 4.4.3). c) adequate resources to meet financial commitments on other contracts (Sub- Clause 4.4.4); d) financial soundness (Sub-Clause 4.4.5); e) quality assurance (Sub-Clause 4.4.6); f) litigation history (Sub-Clause 4.4.7) ; and g) restriction and black listing history (Sub-Clause 4.4.8). Any bid shall be signed so as to legally bind all partners, jointly and severally, and any bid shall be submitted with a copy of the joint venture agreement providing the joint and several liability with respect to the contract. 6.2 The prequalification of a joint venture does not necessarily prequalify any of its partners individually or as a partner in any other joint venture or association. 7.0 CONFLICT OF INTEREST 7.1 Any Applicant (including any of the members of a joint venture) availingconsultancy from the Employer s consultant for this package shall not be eligible to tender or participate in a tender in any capacity whatsoever.

25 8.0 UPDATING PREQUALIFICATION INFORMATION 8.1 Bidders are required to update the financial information used for prequalification at the time of submitting their bids, to confirm their continued compliance with the qualification criteria and verification of the information provided. A bid will be rejected if the Applicant s qualification thresholds are no longer met at the time of bidding GENERAL CONDITION 9.1 Only firms and joint ventures that have been prequalified will be called for opening of price part. 9.2 Bidder will be required to provide bid security in the form of a bank guarantee froman approved scheduled bank in India acceptable to the Employer and the successful bidder will be required to provide performance security. Formats of acceptable forms and also that of bank guarantees will be supplied with the bidding documents. 9.2 The Employer reserves the right to: a) amend the scope of the package that will be bid only among those prequalified bidders that meet the requirements of the amended scope b) reject or accept any application without assigning any reason thereof; and c) cancel the prequalification process and reject all applications without assigning any reason thereof.

26 APPENDIX A APPLICATION PROFORMA

27 1.0 GENERAL The Application Proforma contains the following forms which must be essentially submitted along with bid, duly filled: Application Form (0) Letter of Application Application Form (1) General Information Application Form (2) General Experience Record Application Form (2A) Joint Venture Summary Application Form (3) Particular Experience Record Application Form (3A) Details of Contracts of Similar Nature and Complexity Substations Application Form (4) Summary Sheet: Current Contract Commitments/Works in Progress Application Form (5) Personnel Capabilities Application Form (5A) Candidate Summary Application Form (6) Equipment / System Requirements Application Form (7) Financial Capabilities Application Form (8) Litigation History Application Form (9) Restriction and black listing History Application Form (10) Bank Guarantee format for Earnest Money Deposit

28 APPENDIX A APPLICATION FORM (0) LETTER OF APPLICATION

29 APPLICATION FORM (0) Letter of Application (Letterhead paper of the Applicant, or partner responsible for a joint venture, including full postal addresses, telephone no., facsimile no., and address) Date: To: Superintending Engineer, Electricity 400 KVSubstation Design Circle, U P Power Transmission Corporation Ltd., 11 th floor Shakti Bhawan Extension, 14- Ashok Marg, Lucknow , Uttar Pradesh Dear Sirs, 1. Being duly authorized to represent and act on behalf of Hereinafter the Applicant, and having reviewed and fully understood all the prequalification information provided, the undersigned hereby applies to be prequalified by yourselves as a bidder for the contract: 2. Attached to this letter are copies of original documents defining 1 : a) The Applicant s legal status; b) The principal place of business; and c) The place of incorporation (for applicants that are corporations), or the place of registration and the nationality of the owners (for applicants that are partnerships or individually owned firms). d) Power of Attorney 3. UPPTCL and its authorized representatives are hereby authorized to conduct any inquires or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This Letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and requested by yourselves to verify statements and information provided in this application, or with regard to the resources, experience, and competence of the Applicant. 4. UPPTCL and its authorized representatives may contact the following persons for further information if required. Contact 1 Telephone 1 1 For application by joint ventures, all the information requested in the prequalification documents is to be provided for the joint venture, if it already exists and for each party to the joint venture separately. The lead partner should be clearly identified. Each partner in the joint venture will sign the letter.

30 Contact 2 Telephone This application is made in the full understanding that : a) Bids by prequalified applicants will be subject to verification of all information submitted for prequalification at the time of bidding; b) UPPTCL reserves the right to: Amend the scope under this tender ; in such event, bids will be called only from prequalified bidders that meet the revised requirements; and Reject or accept any application, cancel the prequalification process, and reject all applications; and c) UPPTCL will not be liable for any such actions and will be under no obligation to inform the Applicant of the grounds for them. Applicants that are not joint ventures should delete paras. 6 and Appended to this application, we give details of the participation of each party, including capital contribution and profit/loss agreements, to the joint venture of association. We also specify the financial commitment in terms of the percentage of the value of the contract, and the responsibilities for execution of the contract. 7. We confirm that in the event that we bid, that bid as well as any resulting contract will be: a) Signed so as to legally bind all partners, jointly and severally; and b) Submitted with a joint venture agreement providing the joint and several liabilities of all partners in the event the contract is awarded to us. 8. The undersigned declare that the statements made and the information provided in the duly completed application are complete, true, and correct in every detail. Signed Name For and on behalf of (name of Applicant or lead partner of a joint venture) Signed Name For and on behalf of (name of partner) Signed Name For and on behalf of (name of partner) Signed Name For and on behalf of (name of partner) Signed Name For and on behalf of (name of partner) Signed Name For and on behalf of (name of partner)

31 APPENDIX A APPLICATION FORM (1) GENERAL INFORMATION

32 APPLICATION FORM (1) General information All individual firms and each partner of a joint venture applying for prequalification are requested to complete the information in this form. Nationality information should be provided for all owners or directors or applicants that are partnerships or individually-owned firms. Where the Applicant proposes to use named subcontractors for critical components of the works, or for works or for work contents in excess of 10 percent of the value of the whole works, the following information should also be supplied for the specialist subcontractor(s). 1. Name of firm 2. Head office address 3. Telephone Contact 4. Fax 5. Place of incorporation/registration Year of incorporation/registration Nationality of Owners/Directors 2 Name Nationality To be completed by all owners/directors or partners or individually-owned firms.

33 APPENDIX A APPLICATION FORM (2) GENERAL EXPERIENCE RECORD

34 APPLICATION FORM (2) General experience record Name of Applicant or partner of a joint venture All individual firms and all partners of a joint venture are requested to complete the information in this form. The information supplied should be the annual turnover of the Applicant (or each member of a joint venture), in terms of the amounts billed to clients for each fiscal year (of the bidder) for work in progress or completed. Use a separate sheet for each partner of a joint venture. Applicants are not required to enclose testimonials, certificates, and publicity material with their applications; they will not be taken into account in the evaluation of qualifications. Fiscal year Annual turnover for last five years Turnover (in Rs.) Signature of the bidder with seal

220/132 kv Substation as per Annexure -1 Tender Specification NO.- SD-725

220/132 kv Substation as per Annexure -1 Tender Specification NO.- SD-725 Uttar Pradesh Power Transmission Corporation Ltd. 220/132 kv Substation as per Annexure -1 Tender Specification NO.- SD-725 Tender Document for EPC Turnkey Bid Electricity Substation Design Circle-I Uttar

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA

PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA Head Office: 120 Industrial Estate, Jamrud Road, Hayatabad,

More information

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO.IPSTC/PREQ/2016/2017/231FOR REGISTRATION OF SUPPLIERS FOR PROVISION OF TENTS CHAIRS

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

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

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

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

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

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

More information

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

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

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

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

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

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 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

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

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

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

Repair/Replacement of Stainless Steel Earth Strips of LAs. Rail Corridor on Main Line in Delhi. Metro Rail Corporation Ltd.

Repair/Replacement of Stainless Steel Earth Strips of LAs. Rail Corridor on Main Line in Delhi. Metro Rail Corporation Ltd. DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Repair/Replacement of Stainless Steel Earth Strips of Lightening Arrestor at Rail Corridor on Main Line in Delhi

More information

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) CHIEF ENGINEER: (O&M) II, VIDYUT BHAVAN

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) CHIEF ENGINEER: (O&M) II, VIDYUT BHAVAN WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER: (O&M) II, VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION OF (I) 02 NOS. 33 KV FEEDER

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

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

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

More information

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd.

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd. EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd. Corporate Office: 326 Udyog Vihar, Phase IV, Gurgaon, Haryana - 122015 Tel: 0124-4309721, 4309724 Fax: 0124-4309725 Field Office:

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER NOTICE INVITING TENDER FOR CONSULTANCY SERVICES FOR THE 2200 MTPD AMMONIA & 3850 MTPD UREA PLANTS AND ASSOCIATED OFFSITES & UTILITIES AT BARAUNI, DISTT. BEGUSARAI, BIHAR, INDIA Prepared & Issued by: Hindustan

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

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) Government of India, Ministry of Defence, Director General, Project Seabird, Integrated HQs of MoD (Navy), West Block-5, R K Puram, New Delhi -110066, Telephone No: 011 26105539,

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

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT TENDER NO: KCG/CHS/007/2018-2020 PREQUALIFICATION OF SERVICE PROVIDERS FOR SUPPLY, DELIVERY AND SERVICING OF MEDICAL EQUIPMENTS, PLANT AND MACHINERY CLOSING DATE

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

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

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

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

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

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

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

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI) MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.)-462003 EXPRESSION OF INTEREST (EOI) Notice Inviting Expression of Interest (EOI) for hiring the services of consultants

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

PREQUALIFICATION DOCUMENT

PREQUALIFICATION DOCUMENT RAWALPINDI DEVELOPMENT AUTHORITY PREQUALIFICATION DOCUMENT FOR THE WORK: WIDENING / IMPROVEMENT OF DOUBLE ROAD (CRICKET STADIUM ROAD) FROM MURREE ROAD TO I.J.P. ROAD, RAWALPINDI RAWALPINDI DEVELOPMENT

More information

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE PUNJAB LAND DEVELOPMENT COMPANY GOVERNMENT OF PUNJAB ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE DEVELOPMENT OF INFRASTRUCTURE PRE-QUALIFICATION OF CONTRACTORS DOCUMENTS DECEMBER, 2013 ENGINEERING

More information

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

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

More information

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

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

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

More information

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

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

APPLICATION FOR VENDOR REGISTRATION Read the instructions and conditions at the end of this application format before preparing to fill-in the form.

APPLICATION FOR VENDOR REGISTRATION Read the instructions and conditions at the end of this application format before preparing to fill-in the form. CENTRAL MINE PLANNING AND DESIGN INSTITUTE LIMITED (A SUBSIDIARY OF COAL INDIA LIMITED) ELECTRICAL & MECHANICAL DIVISION GONDWANA PLACE : KANKE ROAD : RANCHI - 834 031 APPLICATION FOR VENDOR REGISTRATION

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

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd.

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd. DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi TENDER

More information

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT P.O. BOX 2344-00900 KIAMBU-KENYA THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS TENDER NO. KCG/HEALTHSERVICES/005/2016-2017- 2018 REGISTRATION

More information

DELHI METRO RAIL CORPORATION LTD.

DELHI METRO RAIL CORPORATION LTD. 5250/- Serial No. DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER FOR EMPANELMENT OF MANUFACTURERS/AGENCIES FOR INSTALLATION AND OPERATION OF DISPENSERS

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

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

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 Instructions to Prospective Applicants Issued by Quaid-e-Azam Solar Power (Pvt.) Ltd. 18 th October 2013 TABLE OF CONTENTS S. No DESCRIPTION PAGE NO. 1.0 INVITATION FOR PREQUALIFICATION...

More information

Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL. (A Govt of West Bengal Enterprise) CHIEF ENGINEER: (O&M) I, VIDYUT BHAVAN

Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL. (A Govt of West Bengal Enterprise) CHIEF ENGINEER: (O&M) I, VIDYUT BHAVAN Section I - NOTICE INVITING TENDER ABRIDGED NOTICE INVITING TENDER WBSETCL (A Govt of West Bengal Enterprise) CHIEF ENGINEER: (O&M) I, VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION OF (I) 03 NOS.

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

BHARAT HEAVY ELECTRICALS LIMITED Fabrication Plant, Jagdishpur

BHARAT HEAVY ELECTRICALS LIMITED Fabrication Plant, Jagdishpur BHE/FP/E lecl BHARAT HEAVY ELECTRICALS LIMITED Fabrication Plant, Jagdishpur EXPRESSION OF INTEREST For Supply and its complete Installation & commissioning of electrical system for a new Fabrication Plant

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

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

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 NOTICE NO: DATE:

TENDER NOTICE NO: DATE: NESCO NORTH EASTERN ELECTRICITY SUSUPPLY COMPANY OF ORISSA LIMITED Corp. Office: Januganj, Balasore-756019, Orissa, Ph. No- 06782-269864, Fax No-06782-263259 TENDER NOTICE NO: 11996 DATE: 1. 8. 08 The

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

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

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Deadline for documents submission June 11, 2009 before 12:00 hours (local time) United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces

More information

NOTICE FOR EMPANELMENT OF CONTRACTORS

NOTICE FOR EMPANELMENT OF CONTRACTORS NOTICE FOR EMPANELMENT OF CONTRACTORS Bank of Baroda invites applications (as per Annexure A) for Empanelment in various categories from Mumbai based firms/contractors of repute for the maintenance and

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

Mehr Chand Mahajan DAV College for Women Sector 36-A, Chandigarh (U.T.) Tender Document for Purchase of Desktop Computers

Mehr Chand Mahajan DAV College for Women Sector 36-A, Chandigarh (U.T.) Tender Document for Purchase of Desktop Computers Mehr Chand Mahajan DAV College for Women Sector 36-A, Chandigarh (U.T.) Tender Document for Purchase of Desktop Computers 1 P a g e Tender Document for Purchase of Desktop Computers Revised DUE DATE Revised

More information

ARYAN M.P. POWER GENERATION PVT. LTD.

ARYAN M.P. POWER GENERATION PVT. LTD. ARYAN M.P. POWER GENERATION PVT. LTD. Corp off: 7 th Floor, Corporate Tower Ambience Mall, N.H.-8 Gurgaon-122 001 (Haryana) Ph: +91-124-2719000, Fax: +91-11-2719185 Email: acbpower@gmail.com NOTICE INVITING

More information

5250/- Serial No DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI)

5250/- Serial No DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) 5250/- Serial No DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER FOR EMPANELMENT OF MANUFACTURERS/AGENCIES FOR INSTALLATION AND OPERATION OF DISPENSERS AND

More information

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

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

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

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

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

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

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

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