Terms of Reference. Appointment of technical consultant for NOIDA for fully automatic multilevel car parking facility in Sector 18 in Noida city

Size: px
Start display at page:

Download "Terms of Reference. Appointment of technical consultant for NOIDA for fully automatic multilevel car parking facility in Sector 18 in Noida city"

Transcription

1 Terms of Reference Appointment of technical consultant for NOIDA for fully automatic multilevel car parking facility in Sector 18 in Noida city February 2010 Issued by: New Okhla Industrial Development Authority Main Administrative Building Sector-6, Noida District Gautam Budh Nagar Uttar Pradesh, India

2 Bid Advertisement Dated Page 1 of 27

3 Disclaimer This Terms of Reference (TOR Document) for Appointment of technical consultant for NOIDA for fully automatic multilevel car parking facility in Noida city contains brief information about the scope of work and selection process for the Successful Bidder (or Consultant ). The purpose of the Document is to provide the Bidders with information to assist the formulation of their bid application ( the Application ). While all efforts have been made to ensure the accuracy of information contained in this TOR Document, this Document does not purport to contain all the information required by the Bidders. The Bidder should conduct their own independent assessment, investigations and analysis and should check the reliability, accuracy and completeness of the information at their end and obtain independent advice from relevant sources as required before submission of their bid application. New Okhla Industrial Development Authority ( NOIDA or the Authority ) or any of its employees or advisors shall incur no liability under any law, statute, rules or regulations as to the accuracy or completeness of the TOR Document. NOIDA reserves the right to change any or all conditions/ information set in this TOR Document by way of revision, deletion, updating or annulment through issuance of appropriate addendum as NOIDA may deem fit without assigning any reason thereof. NOIDA reserves the right to accept or reject any or all applications without giving any reasons thereof. NOIDA will not entertain or be liable for any claim for costs and expenses in relation to the preparation of the bid applications to be submitted in terms of this TOR Document. Page 2 of 27

4 Index Bid Advertisement Dated...1 Disclaimer...2 Index...3 Section I: General Information...4 Section II: Terms of Reference...6 Section III: Instructions to Bidders...8 A. General Conditions... 8 B. Preparation and Submission of Proposals... 8 C. Bid opening... 8 Section IV: Technical Evaluation Criteria...8 Section V: Proforma for Submission...8 Form T Form T Form T Form T Form T Form T Form T Form F Page 3 of 27

5 Section I: General Information I.I. Background New Okhla Industrial Development Authority (hereinafter referred to as NOIDA or the Authority ), is one of the largest planned industrial townships of Asia. The city of Noida is witnessing high growth in industrial and commercial development. With more and more investment coming in, the population is expected to increase steeply, thereby adding to the pressure on vehicular traffic in the City. Moreover, the floating population of vehicles that visit the City everyday add to the growing demand for structured traffic and parking management. Keeping in view, this high parking demand and scarcity of ground space, the New Okhla Industrial Development Authority (hereinafter referred to as "NOIDA" or "the Authority") has proposed to develop multi-level fully automatic underground car-parking in Sector-18. In this regard, the Authority proposes to appoint a technical consultant to assist them in undertaking relevant technical study, develop technical (conceptual) drawings, layout, specifications etc. for the proposed fully automatic multilevel car parking in Sector 18, Noida ( the Project ). With this background, the Authority now invites interested bidders to submit their technical and financial proposals as per provisions of this TOR Document. NOIDA will select the preferred Bidder on the basis of evaluation criteria mentioned in this TOR Document. The Proposals would be evaluated in order to identify the Successful Bidder for the Project. The Successful Bidder would then have to enter into a service contract with NOIDA, and discharge all obligations of the Contract. The Successful Bidder shall provide the services as mentioned in the Terms of Reference (Section II). I.II. Salient Information Key stages in the bid process for the Project are as below: Table 1 On all working days till March 10, 2010, upto 1600 hours On March 15, 2010 at 1200 hours Till March 19, 2010 upto 1200 hours On March 19, 2010, at 1300 hours Financial bid opening On all working days till March 10, 2010, upto 1600 hours On March 15, 2010 at 1200 hours Till March 19, 2010 upto 1200 hours On March 19, 2010, at 1300 hours Date to be communicated later Page 4 of 27

6 I.III. Content of the TOR Document The TOR Document comprises of the contents as listed below: Section I General Information Section II Terms of Reference Section III Instructions to Bidders Section IV Technical Evaluation Section V Pro-forma I.I Background I.II. Salient Information I.III. Content of the TOR Document II.I Scope of Work II.II Timeline A. General Conditions B. Preparation and Submission of bids C. Bid Opening Technical Evaluation Criteria Pro-forma for Submission of Bids - Technical Submission Form - Financial Submission Form The TOR Document may be obtained from the following address: Chief Project Engineer New Okhla Industrial Development Authority, Main Administrative Building Sector-6, Noida Tel.: noida@noidaauthorityonline.com, cpe@noidaauthorityonline.in Page 5 of 27

7 Section II: Terms of Reference II.I. Scope of Work The selected Bidder is expected to provide (but not limited to) following services: Stage I: Developing the technology plan for the project Site evaluation and assessment of the ground depth for underground parking Traffic survey and validating the ECS (if required) as per the traffic scenario of Sector- 18 and the proposed site Technology specification including number of ECS, area per ECS, dimensions of the parking bay/ slot, average dimension of the car, number of underground levels, floor plans for each level, maximum depth of the construction, maximum height of the total parking structure, maximum clear height of each basement, maximum and average retrieval time of a vehicle in the parking structure, number of entry and exit bays, number of car lifts, details and specifications of ramp as per the technology. Conceptual plan, designs/ drawings/ layouts for the parking as per the proposed technology Suggest suitable technologies to meet specifications desired by Noida and agreed upon by its consultants Recommend phasing of the facility in response to the pace of future development Estimate time to construct recommended facility Specifications and block cost estimates for the project and estimated cost per ECS as per the proposed technology Estimate annual maintenance costs for the parking facility Provide a strategy for operating guidelines, parking revenue and enforcement of a parking structure Recommend appropriate management/staffing and pricing strategies for parking structure Stage II: Technical bid process management to identify developer for the parking facility Technical inputs for Request for Proposal specifications Responses to pre-bid queries (technical) of the bidders Technical evaluation of bids Inputs and suggestions on agreement from technical perspective Assistance in negotiation with the shortlisted developer Evaluation of DPR provided by the successful bidder Stage III: Monitoring & evaluation of the project Project monitoring and evaluation during the construction phase (proposed as 18 months from the date of letter of award to the developer) Page 6 of 27

8 II.II. Duration of the assignment The entire project is expected to be carried out as per the following timelines: Stage I and Stage II Stage III Six (6) months from the date of award to Technical Consultant Eighteen (18) months from the date of letter of award to the developer Page 7 of 27

9 Section III: Instructions to Bidders A. General Conditions 1. Eligible Bidders The Bidders must fulfill all the terms and conditions as mentioned below: 1.1. Bidder should have at least 10 years of standing in the profession after registration with the Council of Architecture. Atleast one of the director or principals of the firm should be licensed architect registered with Council of Architecture as per Architects Act 1972 with minimum 10 years experience in the field of architecture and the company should be in existence in the field for 10 years Sole proprietorship, registered partnership firm, public limited company, private limited company or Consortium of any of the above can submit the bid. The firms and companies should be registered in India. The term Bidder used hereinafter would therefore apply to both a single bidder and/ or the Consortium. Number of member in a Consortium should be limited to 2 (two) The Bidder should have provided similar consultancy services for atleast two multi level parking facility The average annual turnover of the company during past 3 years should be minimum INR 20 crore. Supporting for all the above claims need to be attached with proposal. 2. Number of Proposals and respondents 2.1. Each Bidder shall submit only one Proposal, in response to this TOR document. Any Bidder, who submits or participates in more than one Proposal, their bid will be disqualified The TOR Document is not transferable and Proposals shall be submitted only by Bidders to whom the TOR Document has been issued by NOIDA. 3. Proposal preparation cost 3.1. The Bidder shall bear all costs associated with the preparation and submission of the proposal. NOIDA will not be responsible and liable for any costs, regardless of the conduct or outcome of the proposal All papers submitted with the bid are neither returnable nor claimable. 4. Right to accept and reject any or all the Proposals 4.1. Notwithstanding anything contained in this TOR Document, NOIDA reserves the right to accept or reject any bid and to annul the bidding process and reject all the bids, at any time without any liability or any obligation for such acceptance, rejection or annulment, without assigning any reason NOIDA reserves the right to reject any Proposal if: At any time, a material misrepresentation is made or discovered, or Page 8 of 27

10 The Bidder does not respond promptly and diligently to requests for supplemental information required for the evaluation of the Proposal 4.3. Rejection of the Proposal by NOIDA as aforesaid would lead to the disqualification of the Bidder. If such disqualification/ rejection occurs after the bids have been opened and the best bidder gets disqualified/ rejected, then NOIDA reserves the right to: Either invite the next best Bidder to match the Proposal submitted by the best Bidder; or Take any such measure as may be deemed fit in the sole discretion of NOIDA, including annulment of the bidding process. 5. Amendment of TOR Document 5.1. At any time prior to the Proposal Due Date, the Authority, for any reason, whether at his own initiative or in response to a clarification requested by eligible Bidder, may modify the TOR Document by issuance of an addendum. The addendum will be sent in writing to all eligible Bidders to whom the revised TOR Document has been supplied In order to provide the Bidders a reasonable time to examine the Addendum, or for any other reason, NOIDA may, at its own discretion, extend the Proposal Due Date. 6. Data Identification and collection 6.1. It is desirable that the Bidder submits its Proposal after verifying the availability of the data, information and/ or any other matter considered relevant It would be deemed that by submitting the Proposal, the Bidder has: Made a complete and careful examination and accepted the TOR Document in total; Received all relevant information requested from NOIDA and: Made a complete and careful examination of the various aspects of the scope of work including but not limited to: Site Type of project Existing data or any relevant information; All other matters that might affect the Bidder's performance under the terms of this TOR Document NOIDA shall not be liable for any mistake or error on the part of the Bidder in respect of the above. B. Preparation and Submission of Proposals 7. Language and currency 7.1. The Proposal and all related correspondence and documents should be written in the English language. Supporting documents and printed literature furnished by the Bidder with the Proposal may be in any other language provided that they are accompanied by appropriate translations of the pertinent passages in the English language. Supporting Page 9 of 27

11 materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the Proposal, the English language translation shall prevail The currency for the purpose of the Proposal shall be the Indian Rupee (INR). In case conversion of currency to INR is required, such conversion shall be based upon the RBI Reference Rate applicable 14 (fourteen) days prior to the Proposal Due Date. In all such cases, the original figures in the relevant foreign currency, the exchange rate used and the INR equivalent shall be clearly stated as part of the Proposal. NOIDA reserves the right to use any other suitable exchange rate, if the Proposal is submitted in any other currency, for the purpose of uniformly evaluating all Bidders. 8. Proposal validity period and extension 8.1. Proposals shall remain valid for a period of 6 (six) months from the Proposal Due Date ("Proposal Validity Period") and NOIDA may solicit the Bidder s consent for extension of the period of validity, if required. NOIDA reserves the right to reject any Proposal, which does not meet this requirement In exceptional circumstances, prior to expiry of the original bid validity period, NOIDA may request Bidders to extend the bid validity period for specified additional period. Bidders, who may not extend the bid validity period, will deem to have withdrawn their bid at the expiry of bid validity period and their bid security shall be returned. 9. Format and Signing of Proposals/ Bids 9.1. The Bidder needs to submit their technical and financial proposals in prescribed format (Section V) The proposals/ bids shall be typed or printed and the Bidder shall initial each page. All the alterations, omissions, additions, or any other amendments made to the bid shall be initialed by the person(s) signing the proposal Bidders would provide all the information as per the TOR Document and in the specified formats. NOIDA reserves the right to reject any bid that is not in the specified formats The rates quoted should include all charges i.e. all taxes, duties, levies, out of pocket expenses, procurement cost, professional fee, vetting charges etc Rates quoted shall remain valid for a period of six months from the date of opening the financial proposal. 10. Sealing and marking of proposals The Bidder shall seal the Technical and Financial proposal in separate envelopes. The Technical and the Financial Bid envelope should be duly marked as TECHNICAL BID and FINANCIAL BID respectively Both the envelopes shall be sealed in one single outer envelope clearly bearing the following identification: Appointment of Legal Consultant to assist NOIDA in legal matters of projects undertaken by NOIDA and shall be addressed to: Chief Project Engineer New Okhla Industrial Development Authority, Main Administrative Building Page 10 of 27

12 Sector-6, Noida Tel.: The envelope shall indicate the name, address and contact number of the Bidder If the envelopes are not sealed and marked as instructed above, the Proposal/ bid may be deemed to be non-responsive and would be liable for rejection. 11. Proposal due date NOIDA, at its sole discretion, may extend the bid due date by issuing an Addendum Proposals should be submitted at or before 1200 hours IST on XXX, to the address provided in Clause 10.2 in the manner and form as detailed in this TOR. Proposals submitted by either facsimile transmission or telex will not be acceptable NOIDA may, in exceptional circumstances, and for reasons to be recorded in writing, extend the Proposal Due Date, by issuing an Addendum in accordance with Clause 5, uniformly for all Bidders. 12. Late bid Any bid received by NOIDA after 1200 hours IST on the XXX will not be accepted. 13. Modifications/ Substitution/ Withdrawal of Proposals The Bidder will not be allowed to modify, substitute or withdraw its Proposal once submitted to the NOIDA. 14. Selection of the Agency From the time the Proposals are opened to the time the contract is awarded, if any Bidder wishes to contact the Authority, on any matter related to its proposal it should do so in writing. Any effort by the Bidder to influence any officer or bearer of the Authority in the proposal evaluation or contract award decisions may result in the rejection of the Bidder s proposal. C. Bid opening 15. Opening of Proposals NOIDA would open the Proposals at 1300 hours on the Proposal Due Date for the purpose of evaluation Proposals shall be opened in presence of interested Bidders who choose to be present at specified time and location NOIDA would subsequently examine Proposals in accordance with the criteria set out in this Document. Page 11 of 27

13 16. Confidentiality Information relating to the examination, clarification, evaluation and recommendation for the short-listed Bidders shall not be disclosed to any person not officially concerned with the process After opening of the Proposals, no information relating to the examination, clarification, evaluation and comparison of Proposals and recommendations concerning the award of contract shall be disclosed to the Bidders or their representatives, if any. Any effort by a Bidder to exert undue or unfair influence in the process of examination, clarification, evaluation and comparison of Proposal shall result in outright rejection of the offer, made by the said Bidder. 17. Tests of Responsiveness Prior to evaluation of bids, NOIDA will determine whether each bid is responsive to the requirements of the TOR Document. The bid shall be considered responsive if: It is received/ deemed to be received by the bid due date and time including any extension thereof pursuant to Clause It is signed, sealed and marked as stipulated in Clause 10 and Clause It contains all information required in this TOR Document Information are provided as per the formats specified in the Tor Document It mentions the validity period as set out in Clause NOIDA reserves the right to reject any Proposal which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by NOIDA in respect of such bids. 18. Clarifications Sought by NOIDA To assist in the process of evaluation of Proposals, NOIDA may, at its sole discretion, ask any Bidder for clarification on its bid. The request for clarification and the response shall be in writing or by facsimile. No change in the substance of the Proposal would be permitted by way of such clarifications. 19. Proposal Evaluation To assist in the examination, evaluation, and comparison of Proposals, NOIDA may utilise the services of advisor(s) The bids will be evaluated by the Evaluation Committee to be appointed by the NOIDA The Qualification Submissions of the Bidders would first be checked for responsiveness as set out in Clause 17. All bids found to be substantially responsive shall be evaluated as per the Qualification Criteria set out in this TOR Document Bidders who meet the qualification criteria shall be short-listed ( Pre-qualified Bidders ) for further evaluation The envelopes containing the Technical and Financial Proposal of the Bidders who do not meet the Qualification Criteria shall not be considered for further process. Page 12 of 27

14 20. Technical Proposal Screening The Technical Proposals of the Pre-qualified Bidders would be screened as per the procedure set out in this Document Only those Bidders whose Technical Proposals which are found acceptable ( Technically Acceptable Bidders ) would be considered for evaluation in the next stage Envelope containing the Financial Proposal of the Bidders who do not satisfy the Technical Screening Criteria shall not be returned to such Bidders and shall be kept in records of NOIDA. 21. Financial Proposal Evaluation Financial proposal of only the technically acceptable Bidders would be opened and evaluated as per process set out in this TOR Document to identify a Successful Bidder (Consultant) Financial proposal of all the shortlisted Bidders will be opened in the presence of the Bidders representatives who choose to attend In the event that two or more bidders have the same financial bid, NOIDA may: Invite fresh proposals from such Bidders; or Take any such measure as may be deemed fit in its sole discretion, including annulment of the bidding process. 22. Negotiations Negotiations may be held at the date, time and address intimated to the qualified and Successful Bidder. Representatives conducting negotiations on behalf of the Successful Bidder must have written authority to negotiate and conclude a contract. 23. Notifications NOIDA will notify the Successful Bidder by a Letter of Intent (LoI) that its bid has been accepted. 24. Acknowledgement of LoI and Execution of Project Agreement Within one (1) week from the date of issue of the LoI, the Successful Bidder shall acknowledge the LoI and return the same, duly accepted, to NOIDA. The Successful Bidder shall execute the Project Agreement within two (2) weeks of the issue of LoI NOIDA will promptly notify other bidders that their bids have been unsuccessful and their bid security will be returned (without interest) Failure of the Successful Bidder to comply with the requirement of acknowledgement of LoI shall constitute sufficient grounds for the annulment of the LoI, and forfeiture of the bid security. In such an event, NOIDA reserves the right to: Either invite the next best Bidder for negotiations, or Take any such measure as may be deemed fit in the sole discretion of NOIDA, including annulment of the bidding process. Page 13 of 27

15 25. Performance Security To fulfill the requirement of performance security during the implementation period, the Successful Bidder will deposit INR 100,000 (INR One Lakh) in form of Bank Guarantee or Fixed Deposit Receipt drawn on any Nationalised Bank (in favour of the concerned accounts office) valid for six months from the date of Letter of Intent with a provision of its further extension/ revalidation up to the period of six month or completion of job whichever is later Before the contract is awarded to the Bidder, an agreement (to be given later) will have to be signed by the Successful Bidder at his cost on proper stamp paper. 26. Payment Terms The Authority agrees to pay the quoted/ negotiated fee to the Successful Bidder/ Consultant for the professional services rendered by them The fee is inclusive of fees payable by the Consultant to any other sub consultant and associated consultant and nothing extra shall be payable by the Authority The Consultant shall have to make all arrangements for any other facilities required by his staff at their own cost Consultant shall acquaint itself with all the legislation, court and standards prescribed from time to time Ownership All rights of data and document generated as part of this project will vest with the Authority. 28. Force Majeure In case of natural calamities like flood, earth quake and also epidemics, riots and civil conflicts the time delay will be condoned by the Authority accordingly. Page 14 of 27

16 Section IV: Technical Evaluation Criteria 29. Qualification Criteria The Bidder s competence and capability is proposed to be established by the following parameters. The Bidder should meet all the criteria given in this section The Bidder should have experience of undertaking similar work during last five years from the date of opening of technical bid The Bidder should have completed at least two similar projects on multilevel car parking (including one fully automatic parking facility) where project cost (excluding land cost) should not be less than INR 20 crore in last five financial years. Completion certificate and documentary evidences and photographs duly attested should be attached in support of the above claim The Bidder should have completed project monitoring and evaluation for atleast one infrastructure project in India, with the project cost not less INR 50 crore The team leader should have minimum 15 years of experience in providing architectural services The average annual turnover and net worth of the company during past 3 years should be minimum INR crore An Applicant or its Associate should have, during the last three years, neither failed to perform on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Applicant or its Associate, nor been expelled from any project or agreement nor have had any agreement terminated for breach by such Applicant or its Associate The Bidder shall also furnish the following: Type of organisation (Govt/ Govt. undertaking/ Public Ltd./ Pvt. Ltd./ Partnership/ Proprietary) Relevant documents stating legal status of the Bidder CVs of key personnel List of consultancy/ monitoring and evaluation works completed/in hand Performance certificate from previous clients for the last five years Audited balance sheet, profit and loss account and statement of turnover for last three years Service tax registration number and copy of the last return filed 30. Technical Capabilities Project experience sheets as per the Proforma along with supporting documents Specific previous experience in similar assignments Qualification, competence and practical experience of key staff in relevant assignments The Bidder should also have a sound professional and architectural expertise Page 15 of 27

17 31. Evaluation of the Technical and Financial Proposal The Evaluation Committee will evaluate and rank the Technical Proposal on the basis of Proposal s responsiveness to the TOR document using the evaluation parameters. Financial bid will be evaluated on the basis of lowest financial quote given by the Bidders. Page 16 of 27

18 Section V: Proforma for Submission This part of the document provides pro-forma for providing the information. Bidders must sign each page of the bid to be submitted to NOIDA. Page 17 of 27

19 Form T1 LETTER OF PROPOSAL SUBMISSION [Location, Date] To Chief Executive Officer New Okhla Industrial Development Authority Main Administrative Building, Sector 6, Noida District: Gautam Budh Nagar Uttar Pradesh, India Subject: Appointment of technical consultant for NOIDA for fully automatic multilevel car parking facility at Sector 18 in Noida city Dear Sir, We, the undersigned, offer to provide the consulting assignment/job for New Okhla Development Authority in accordance with your TOR Document dated [ Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated in Section - I, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name and address of Firm: Page 18 of 27

20 Form T2 FIRM DETAILS 1. Details of the Firm/ Bidder 1.1. Name of Firm/ Bidder: 1.2. Address: 1.3. Tel No. (with code) : 1.4. Contact person: 1.5. Name and Designation 1.6. Address, Telephone No. and address 2. Type of Company (Govt./ Govt. undertaking/ Public Limited/ Private Limited/ Partnership/ Proprietary) 3. Date of incorporation with documentary evidence 4. Registration detail of firm with documentary evidence 5. Legal status of the company (with supporting) 6. Service tax registration no. and copy of the last return filed 7. State whether applying as Sole Firm or Lead Member of a consortium 8. If the Applicant is Lead Member of a consortium, state the following for each of the other Member Firms: i) Name of Firm: (ii) Legal Status and country of incorporation (iii) Registered address and principal place of business. 9. Brief description of the firm and organization structure 10. We agree with all the terms and conditions of this TOR document. Authorized signatory Name: Date: Name of the Bidder with seal Page 19 of 27

21 Form T3 FINANCIAL CAPABILITY The following format shall be used for statement of financial capability of Bidders: Year Year 1 (being the latest year for which the document is submitted) Year 2 Year 3 Annual Turnover Fill details Fill details Fill details Instructions: For the purpose of qualification: 1. The financial year would be the same as the one normally followed by the Bidder for its Annual Report. 2. The Bidder shall provide the audited annual financial statements as required. Failure to do so could result in the Proposal being considered as non-responsive. 3. A certificate from the Statutory Auditor should be provided as supporting document certifying the Financial Capability submitted by the Bidder. Page 20 of 27

22 Form T4 DETAILS ON KEY PERSONNEL Name of The Firm : Sl Name of the personnel Designation Education al Qualificati ons Year of experience No. of eligible assignments Assigned for the proposed work (Full time/ part time) Page 21 of 27

23 Form T5 1. Proposed Position: CURRICULUM VITAE OF KEY STAFF 2. Name of Firm: [Insert name of Bidder proposing the staff]: 3. Name of Staff: [Insert full name]: 4. Date of Birth: 5. Nationality: 6. Education: [Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment] 7. Membership of Professional Associations: 8. Other Training: 9. Countries of Work Experience: [List countries where staff has worked in the last ten years] 10. Languages: [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing] 11. Employment Record: [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.] From [Year To Year] Authority: Positions held: Page 22 of 27

24 12. Detailed Tasks Assigned: [List all tasks to be performed under this Assignment/job] 13. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the Assignment/jobs in which the staff has been involved, indicate the following information for those Assignment/jobs that best illustrate staff capability to handle the tasks listed under point 12.] Name of Assignment/job or project: Year: Location: Employer: Main project features: Positions held: Activities performed: 14. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged [Signature of staff member] Full name of staff member Date: Place: Signature of the Bidder Page 23 of 27

25 Form T6 FIRMS EXPERIENCE - PROJECT DESCRIPTION SHEET Assignment Name: Name and Address of Client: Location: Project cost (in rupees): Start (Month/Year): date Completion (Month/Year): Date Approx. Value of Services (in rupees): Name of Associated Consultants, if any: Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions performed: Narrative Description of Project: Description of Actual Services Provided by Your Staff: Reference with Contact name, telephone number and (if any) for verification of the details provided above Name of the Bidder: *Bidder needs to furnish relevant supporting for all the projects. Page 24 of 27

26 Form T7 MEMORANDUM Name of Work: Appointment of technical consultant for NOIDA for fully automatic multilevel car parking facility at Sector 18 in Noida city Sub-Head: Technical consultancy services I/We agree to keep the quoted rate open for acceptance for 6 months from the due date of submission thereof and not make any modification in its terms and conditions. I/We hereby declare that I/We shall treat the quotation documents, drawings and other records connected with the works as secret/ confidential documents and shall not communicate information derived there from to any person other than the information in any manner prejudicial to the safety of Noida. Signature of the consultant with seal Dated: Witness: Address: Occupation Page 25 of 27

27 Form F1 FINANCIAL BID Date: Chief Executive Officer New Okhla Industrial Development Authority Main Administrative Building, Sector 6, Noida District: Gautam Budh Nagar Uttar Pradesh, India Sub: Appointment of technical consultant for NOIDA for fully automatic multilevel car parking facility at Sector 18 in Noida city Dear Sir, I/we have read and examined the Notice Inviting Quotation, General Terms and conditions for the work. I/we hereby quote for NOIDA of the consultancy specified in the memorandum within the time specified at INR ( in words). The Financial Bid submitted is unconditional (inclusive of all taxes including service tax, duties, levies, out of pocket expenses, professional fee, vetting charges etc.) and fulfills all the requirements of the TOR Document. Our Financial Proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the Proposal. We understand you are not bound to accept any Proposal you receive. Signature and Name of the Authorised Person Name of the Bidder and Seal Page 26 of 27

28

29

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED EXPRESSION OF INTEREST (EoI) For Property Development at Sector 71 NOIDA METRO RAIL CORPORATION (NMRC) LIMITED December 2016 Issued by: Noida Metro Rail Corporation (NMRC) Limited Block-III, 3 rd Floor,

More information

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry Expression of Interest (EOI) for Appointment of Consultant for Make in India campaign in the Oil & Gas Industry Petroleum Planning & Analysis Cell MINISTRY OF PETROLEUM & NATURAL GAS 0 Expression of Interest

More information

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ] 1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART

More information

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] April 2015 India Brand Equity Foundation, Apparel House,

More information

Expression of Interest

Expression of Interest Expression of Interest For short listing agencies for SAUDI/QATAR/BAHRAIN/KUWAIT Embassy Attestations, MOFA and Visa Stamping UTTAR PRADESH FINANCIAL CORPORATION U.P. State Government Recruiting Agency

More information

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation [RFQ] India Brand Equity Foundation, 20 th Floor, Jawahar Vyapar Bhawan Tolstoy

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

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

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

More information

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

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

More information

VADODARA SMART CITY DEVELOPMENT LTD.

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

More information

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

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

More information

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon

More information

Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council

Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council (BIRAC) (A Government of India Enterprise) INDEX No. Chapter

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 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

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

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

More information

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

Expression of Interest (EOI)

Expression of Interest (EOI) Expression of Interest (EOI) Invitation of Expression of Interest for Joint Venture Partners for The Rail Connectivity Project from Konkan Railway Line to Jaigad 1 CONTENTS Sr. No. 1.0 General Details

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

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

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

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

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

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) ANGUILLA ELECTRICITY COMPANY LIMITED (ANGLEC) REQUEST FOR PROPOSAL (RFP) AUGUST 2017 CONSULTANCY SERVICES FOR THE DEVELOPMENT OF AN OCCUPATIONAL HEALTH AND SAFETY PROGRAM CONTENTS Page SECTION 1 : Invitation

More information

POLICY ON UNISA PUBLIC TENDERS Overview

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

More information

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) Tender No: DLI/CON/728/505 NOTICE INVITING TENDER Core 3, Scope Complex New Delhi 110003 01. Tender for Construction of Hostel Building HOD,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

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

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

More information

Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL

Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL EOI No. : EOI/COMM/17-18/0001 Date 25.5.2017 Due Date:

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

IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING)

IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING) IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING) 6 th Floor IFCI Tower, 61 Nehru Place New Delhi-110019 Phone:+91-11-41732270 Fax: +91-11-26487059

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

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

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

KENDRIYA BHANDAR GROCERY DIVISION NEW DELHI. Registration of Suppliers of Pulses & Rice Terms & Conditions

KENDRIYA BHANDAR GROCERY DIVISION NEW DELHI. Registration of Suppliers of Pulses & Rice Terms & Conditions KENDRIYA BHANDAR GROCERY DIVISION NEW DELHI Registration of Suppliers of Pulses & Rice Terms & Conditions Reference Kendriya Bhandar s advertisement appeared in the Times of India dt. 9 th June, 2015 inviting

More information

GOVERNMENT OF ORISSA

GOVERNMENT OF ORISSA GOVERNMENT OF ORISSA (ACTING THROUGH THE COMMERCE & TRANSPORT DEPARTMENT) INVITATION FOR BIDDING NO. 8696/TC DATED 06 TH JULY 2009 INVATION FOR BIDDING FOR MANUFACTURE, DISTRIBUTION AND AFFIXZATION OF

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

Expression of Interest (EOI) For. Empanelment of lawyers

Expression of Interest (EOI) For. Empanelment of lawyers Expression of Interest (EOI) For Empanelment of lawyers For handling matters under Insolvency & Bankruptcy Code, 2016 before National Company Law Tribunal EOI NO- Date: Issued By: Deputy General Manager

More information

Central Electricity Supply Utility of Odisha

Central Electricity Supply Utility of Odisha Central Electricity Supply Utility of Odisha TENDER SPECIFICATION NO: HRD-03/2011-12 Scope Of Work: Printing & supply of Money Receipt Books Due date of Opening of the Sale & submission of the Tender:

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

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

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

More information

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 CHAPTER RULES CONTENT I. PRELIMINARY 1. Short tile, extent and commencement 2. Definitions II. GENERAL

More information

Subject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version)

Subject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version) No. AUD/1-10/2014-15/Annual Report/ 02 December, 2014 To, ------------------------------------------------- -------------------------------------------------- --------------------------------------------------

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

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

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

More information

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

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work:

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work: PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE Sealed tenders are invited in three part bid system from the eligible firms for following work: Name of work Time Limit Cost of Form Consultancy for Nine Months

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Proudly South African External Audit Services ISSUED BY: Proudly South African DATE: 25 January 2017 1. INTRODUCTION Proudly South African, South Africa s national buy local campaign,

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service (To be published in the Gazette of India, Part I, Section 1) No. 11/5/2005-PG(i) GOVERNMENT OF INDIA Ministry of Power. RESOLUTION New Delhi, Date: 17th April, 2006 Tariff based Competitive-bidding Guidelines

More information

TRANSMISSION CORPORATION OF TELANGANA LIMITED CIN Number: U40102TG2014SGC094248

TRANSMISSION CORPORATION OF TELANGANA LIMITED CIN Number: U40102TG2014SGC094248 TRANSMISSION CORPORATION OF TELANGANA LIMITED CIN Number: U40102TG2014SGC094248 Expression of Interest (EOI) for empanelment of consultant for the advisory assistance/consultancy services to TSTRANSCO

More information

Request for Proposal (RFP) for

Request for Proposal (RFP) for Request for Proposal (RFP) for Selection of Consulting firm for setting up of a Technical and Management Support Team (TMST) to support the Department of Health & Family Welfare, Chhattisgarh The Department

More information

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB 1.1 BACKGROUND 1. The original funding provided by the Government to operate

More information

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

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

More information

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following Bank of Baroda Assistant General Manager (Co-Ord) Greater Mumbai Zone 3, Walchand Hirachand Marg, Ballard Pier Mumbai-400001. DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD 2016-2018 This document

More information

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

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

More information

GAIL (INDIA) LIMITED

GAIL (INDIA) LIMITED OFFICE BUILDINGS & OTHER MISC. CIVIL WORKS OF GAIL ( LIMITED AT VARIOUS LOCATIONS (PAN GAIL ( LIMITED EXPRESSION OF INTEREST EMPANELMENT OF ARCHITECT FOR ARCHITECTURAL CONSULTANCY, DESIGN & PROJECT MANAGEMENT

More information

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date:

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date: (Regd. Office: 21, N.S.Road, Kolkata-700001) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: 16.11.17 Due date: 28.11.17 Sub: Online e bidding for Supply of Lauryl Alcohol 1 INTRODUCTION Balmer Lawrie &

More information

PRINTING OF DIARY PART A (Technical Bid)

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

More information

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for Tanahu Hydropower Limited Invitation for Expression of Interest (EOI) for consultancy services for Route Alignment Survey of Damauli Bharatpur 220 kv transmission line. Date of First Publication 2070-12

More information

SAI Global Full Service Team

SAI Global Full Service Team General information regarding elements of the certification process is described below. A degree of flexibility and options in the certification process are available so please feel free to contact us

More information

NIT LIMITED NO. NC-202-SCS-P-NOCB CO2 INCUBATOR

NIT LIMITED NO. NC-202-SCS-P-NOCB CO2 INCUBATOR NIT LIMITED NO. NC-202-SCS-P-NOCB-15-16 NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050 Tender Notice No. NIT Limited NO. NC-202-SCS-P-NOCB-15-16

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

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

CHECK LIST. Enclosures: Particulars Submitted Checked Verified

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

More information

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

3 Responsibility Centre COS - CenPEEP 4 Brief scope of work The engagement with NTPC will be in the following steps:

3 Responsibility Centre COS - CenPEEP 4 Brief scope of work The engagement with NTPC will be in the following steps: NTPC LTD CenPEEP, EOC Annexe, NOIDA VENDOR ENLISTMENT FOR HIRING OF A CONSULTANT / INSTITUTIONS FOR INTERNATIONAL PARAMETRIC BENCHMARKING STUDY OF OPERATION & MAINTENACE (O&M) PARAMETERS OF NTPC THERMAL

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP)

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP) ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP) DEV PRAKASH SHASTRI MARG, PUSA, NEW DELHI 110 012 TENDER DOCUMENT INVITATION TO TENDER AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS

More information

Auditing of Swedish Enterprises and Organisations

Auditing of Swedish Enterprises and Organisations Auditing of Swedish Enterprises and Organisations March 1st 2018 version 2018:1 1 General Application 1.1 These General Terms govern the relationship between the auditor ( the Auditor ) and the client

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE Tel.: INVITATION FOR QUOTATION

BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE Tel.: INVITATION FOR QUOTATION BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE 411058 Tel.: 020 25231661 INVITATION FOR QUOTATION To Date: 15/09/2015 Dear Sir/Madam, Sub: Invitation for quotation

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

DEPARTMENT OF YOUTH SERVICES APSTEP-SECUNDERABAD. No.1225/apstep/Trg/15-16 Dated: SHORT TENDER NOTICE

DEPARTMENT OF YOUTH SERVICES APSTEP-SECUNDERABAD. No.1225/apstep/Trg/15-16 Dated: SHORT TENDER NOTICE DEPARTMENT OF YOUTH SERVICES APSTEP-SECUNDERABAD No.1225/apstep/Trg/15-16 Dated: 08-03-2016 SHORT TENDER NOTICE Sealed Tenders are invited from the interested agencies for imparting residential training

More information

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close

More information

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

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

More information

Bid Due Date / Time Marine related civil works and installation of marine gangway and cell fender assembly on jetty for LNG terminal.

Bid Due Date / Time Marine related civil works and installation of marine gangway and cell fender assembly on jetty for LNG terminal. NOTICE INVITING TENDER (NIT) FOR MARINE RELATED CIVIL WORKS AND INSTALLATION OF MARINE GANGWAY AND CELL FENDER ASSEMBLY ON JETTY FOR LNG TERMINAL OF M/S RATNAGIRI GAS AND POWER PRIVATE LIMITED, AT DABHOL

More information

EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT)

EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT) COMHAIRLE CATHRACH CHORCAÍ CORK CITY COUNCIL CANDIDATE INFORMATION BOOKLET Please Read Carefully EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT) DETAILS OF QUALIFICATIONS AND

More information

Expression of interest

Expression of interest (A Premier Public Sector Bank) Expression of interest Empanelment of Auditors/ Audit Organizations for conducting Audit of Bank s Data Center, Applications, IT Network, Independent Assurance of the IS

More information

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax , University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web

More information

Tender for. Appointment of. Consultant. For. Conducting

Tender for. Appointment of. Consultant. For. Conducting Central Cottage Industries Corporation of India Ltd. (A Govt. of India Undertaking) 1st Floor, Narang House, 34, CSM Marg, By the Gateway of India, Colaba Mumbai - 400 001. Tender for Appointment of Consultant

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

STANDARD ON QUALITY CONTROL (SQC) 1

STANDARD ON QUALITY CONTROL (SQC) 1 STANDARD ON QUALITY CONTROL (SQC) 1 Quality control for firms that perform audits and reviews of historical financial information, and other assurance and related services engagements Presented by: KHUSHROO

More information

Solution Terms for Customised Apps ( Customised No Apps )

Solution Terms for Customised Apps ( Customised No Apps ) 1. Interpretation 1.1 This Solution is provided in accordance with the Customer s Agreement with EE. 1.2 Solution Description The Customised Apps Solution Description forms part of these Solution Terms.

More information

Bankers Institute of Rural Development, Lucknow

Bankers Institute of Rural Development, Lucknow Bankers Institute of Rural Development, Lucknow Invitation of Applications for the post of Cooperative Development Officers/ Research Officers at Contractual Positions Bankers Institute of Rural Development

More information

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender Trethowans LLP Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender 1. Tender Process 1.1. Trethowans LLP ( Firm ) is providing this Invitation to Tender ( ITT ) to various interested

More information

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR

DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR DIRECTORATE OF EXAMINATIONS ADMINISTRATION AND CERTIFICATION INVITATION TO TENDER FOR THE PROVISION OF SECURITY PRINTING AND PACKAGING SERVICES FOR THE PRIMARY SCHOOL LEAVING EXAMINATIONS (PSLE), JUNIOR

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

to The Uganda Gazette No. 25, Volume CX, dated 5th May, 2017 Printed by UPPC, Entebbe, by Order of the Government No. 22.

to The Uganda Gazette No. 25, Volume CX, dated 5th May, 2017 Printed by UPPC, Entebbe, by Order of the Government No. 22. STATUTORY INSTRUMENTS SUPPLEMENT No. 13 5th May, 2017 STATUTORY INSTRUMENTS SUPPLEMENT to The Uganda Gazette No. 25, Volume CX, dated 5th May, 2017 Printed by UPPC, Entebbe, by Order of the Government.

More information

Ref: AIDC/CC/KP/1/2507 Date: 18/07/2017

Ref: AIDC/CC/KP/1/2507 Date: 18/07/2017 Ref: AIDC/CC/KP/1/2507 Date: 18/07/2017 Response to Pre-Bid Queries - Request for Proposal (RFP) for hiring of Knowledge Partner for Industries & Commerce Department, Government of Assam # 1. Section 3

More information

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation

More information

COUNTY GOVERNMENT OF NYERI

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

More information

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