DRAFT REQUEST FOR INFORMATION FOR BATTERY MONITORING SYSTEM FOR TYPE-II BATTERIES ONBOARD SHISHUMAR CLASS SUBMARINES
|
|
- Janice Marsh
- 6 years ago
- Views:
Transcription
1 DRAFT REQUEST FOR INFORMATION FOR BATTERY MONITORING SYSTEM FOR TYPE-II BATTERIES ONBOARD SHISHUMAR CLASS SUBMARINES 1. The Ministry of Defence, Government of India intends to procure four Battery Monitoring Systems (BMS) along with associated equipment and services for Type-II batteries installed onboard Shishumar Class Submarines. 2. This Request for Information (RFI) consists of two parts as indicated below:- (a) Part I. The first part of the RFI incorporates operational characteristics and features that should be met by the equipment. A few important technical parameters of the proposed equipment are also mentioned. (b) Part II. The second part of the RFI states the methodology seeking response of vendors. Submission of incomplete response format will render the vendor liable for rejection. Part I 3. The Intended Use of Equipment. The Battery Monitoring System is required to be installed onboard IN Submarines for measurement and display through data logging of cell parameters such as cell voltage, cell current, electrolyte temperature, electrolyte level, & insulation resistance of the cell as well as the battery group. 4. Important Parameters. This document solicits information regarding compliance with critical technical specifications of a Battery Monitoring System. A detailed response is essential so as to analyze the proposed solution of the vendor with regards to technical capabilities and features of the Battery Monitoring System. The Battery Monitoring System would be installed onboard Shishumar Class Submarines based in Mumbai. (a) Indicative budgetary and cost Implication. The indicative cost (on unit basis) for battery monitoring system should be provided. It shall take into account all aspects of supply, installation, integration, training, trials, acceptance, services and life cycle support is to be stated. Details that go into determining indicative cost of the scheme, including factors such as Annual Maintenance Contract (AMC), product support package, training etc must be provided in response to this RFI. Other aspects considered relevant (if any), may be mentioned specifically.
2 2 (b) Vendors are to indicate availability of the equipment in the Indian market, its level of indigenization and the vendor s delivery capability, maintenance support, life-time support etc. (c) Capability to undertake ToT, along with scope, range and depth of ToT for technologies envisaged in this RFI is to be indicated. (d) Capability of Indian Vendors to indigenously design and develop the required equipment is to be indicated. (e) Vendors are to indicate the key technologies and materials required for manufacturing the Battery Monitoring System and the extent of their availability, or accessibility in case they are not available in India. (f) Vendors are to indicate whether they have supplied the same or similar equipment to any other customer and to include brief details of the same. Additionally, vendors are to indicate if their similar equipment is already in use in any other Navy. (g) Vendors are to indicate the manpower required to operate and maintain the Battery Monitoring System facility. Additionally, the details of training required for such personnel are also to be indicated. (h) Vendors are to indicate whether they would be able to comply with all provisions of DPP-16 or not. If not, which Para/Clause of DPP-16 would not be complied is to be indicated with reasons. (j) Willingness to offer offsets. Should the requirement of Offsets as stipulated in DPP 2016 become applicable, the vendor is to indicate his willingness to comply with and undertake the same as stipulated in the DPP (k) Vendors may consider this RFI as advance intimation for obtaining requisite government clearances. (l) Vendors are to indicate if the equipment is being designed, developed and manufactured in India. If yes, necessary supporting documents to establish indigenous design, development and manufacture be attached with the response. (m) Tentative Delivery Schedule. The overall timeframe of production, delivery with stage wise break-up of the entire project post signing of contract along with Programme Evaluation details is required to be submitted. (n) Payment Terms. Vendor is to indicate acceptability to the terms of payment as per DPP-16. (p) Vendor is to indicate its capability to execute the project and provide product support including:-
3 3 (i) Technical support being provided for maintenance and support of the facility during its service life, including warranty. The service life of the facility should be at least 20 years. (ii) Modalities for Annual Maintenance Contract including spares, post warranty period. (q) Vendor is to indicate the provisions for upgradeability of equipment to avoid system obsolescence. (r) Vendors are to indicate restrictions related to exports in respective country and how long will it take to get clearance. (s) Earliest date by which OEM is willing to give a presentation on product/solution offered at Naval Headquarters, New Delhi 5. Vendors should confirm that the following conditions are acceptable:- (a) The solicitation of offers will be as per Single Stage Two Bid System. It would imply that a Request for Proposal would be issued soliciting the technical and commercial offers together, but in two separate sealed envelopes. The validity of commercial offers would be at least 18 months from the date of submission of offers. (b) The technical offers would be evaluated by a Technical evaluation Committee (TEC) to check its compliance with RFP. (c) The equipment of all TEC cleared vendors would be put through a trial evaluation in India on a No Cost No Commitment basis. A staff evaluation would be carried out by Services Headquarters to analyse the result of the field evalution and shortlist the equipment for introduction into service. (d) Amongst the vendors cleared by staff evaluation, a Commercial Negotiation Committee (CNC) would decide the lowest cost bidder (L1) and conclude the appropriate contract. (e) Vendor would be bound to provide product support for time period specified in the RFP, which includes spares and maintenance tools/jigs/fixtures for field and component level repairs. (f) The vendor would be required to accept the general conditions of contract given in the Standard Contract Document at Chapter VII of DPP 2016 placed at (g) Offsets (if applicable). The vendor has to undertake offsets contracts as mandated by DPP 2016 based on the value of commercial proposals.
4 4 (h) Integrity Pact. An Integrity Pact along with appropriate Integrity Pact Bank Guarantee (IPBG) is a mandatory requirement in the instant case (Refer Annexure I to Appendix M of Schedule I of Chapter II of DPP 2016 which is to be promulgated). (i) Performance-cum-Warranty Bond. A performance-cum-warranty Bond of 5% of value of the Contract would be furnished by the seller in the form of a Bank Guarantee after signing of the contract. (j) Transfer of Technology (ToT) (if applicable). Government of India is desirous of license production of equipment after acquiring ToT in the case. 6. Procedure for Response Part II (a) Vendor must fill the form of response as given in Appendix E of Chapter I DPP 2013 (details placed at Appendix B). Apart from filling details about company, details about the exact product meeting our generic technical specifications should also be carefully filled. Additional literature on the product can also be attached with the form. (b) The filled form should be dispatched at under mentioned address:- Principal Director Submarine Acquisition Directorate of Submarine Acquisition IHQ MoD (Navy) Room No. 120, 'C' wing Sena Bhawan New Delhi Tel: Fax No.: dsmaq-navy@nic.in (c) The last date of acceptance of filled form is 6 weeks from the date of hoisting RFI in MoD website. The vendors shortlisted for issue of RFP would be intimated. A presentation on the subject may be sought in case it is felt that certain parameters mentioned in your RFI need further clarification. 7. The Government of India invites responses to this request only from Original Equipment Manufacturers (OEM) / Authorised Vendors / Government Sponsored Export Agencies (in case of countries where domestic laws do not permit direct export by OEMs) / Vendors with
5 5 experience of production of Training Simulators of equivalent complexity. The end user of the equipment is the Indian Navy. 8. This information is being issued with no financial commitment and the Ministry of Defence reserve the right to change or vary any part thereof at any stage. The Government of India also reserves the right to withdraw it should it be so necessary at any stage. The acquisition process would be carried out under the provisions of DPP-2016.
6 6 ENVISAGED OPERATIONAL / QUALITATIVE REQUIREMENTS FOR BATTERY MONITORING SYSTEM FOR TYPE-II BATTERIES Appendix A (Refers to Para 4) 1. A Battery Monitoring System is required to be procured for Type II batteries onboard Shishumar Class Submarines. The BMS is designed for monitoring the parameters of individual cells and spatially separated battery groups located in spaces called battery compartments. The main batteries onboard are distributed in two battery compartments each with two battery groups consisting of 132 Type-II cells. The words cell and battery have been used interchangeably in this document. 1.2 Functional Requirements. The BMS is required to continuously carry out the following functions: - (a) Battery associated functions. Measurement and logging of cell parameters Viz. Cell Voltage, Electrolyte Temperature, Electrolyte Level, Charge/ Discharge current & Battery Group Insulation Resistance Measurement. (b) Computation oriented functions. The computation of average voltage, group voltage, average temperature, residual capacity and battery endurance based on measured parameters and inputs fed by operator such as constants required while battery charging/ discharging, temperature correction factors and initial data. Sick cells would also be required to be identified. (c) Warning related functions. Warnings to be generated whenever Cell Voltage, Electrolyte Temperature, Electrolyte Level, Percentage of Hydrogen are not within predefined input values. (d) Other functions. Facility for logging of all parameters and transferring logged/ calculated data to an external data logging system in spread sheet format is to be provided. BITE for health monitoring of equipment and communication networks is also required to be provided. 2.1 Physical and General Characteristics. The configuration is to include the following: - (a) Peripheral Devices (PDs). The PD would measure the cell parameters viz. terminal voltage, electrolyte temperature and electrolyte level for each cell. The PD
7 7 would be located in the battery compartment. The cable and connectors for the PD should be intrinsically safe and suitable for the battery pit environment. The units should qualify EMI/EMC specifications (MIL 461/F). (b) Main control unit (MCU). MCU will be the data logging and processing system. This would also house the power supply unit and the Man Machine interface (MMI). The MCU should have Single Board Computer (SBC) suitable for embedded system available in the market with adequate primary and secondary storage capability to support continuous data archiving. (c) Laptop PC. This would be utilised for trouble shooting, reloading the system software as well as act as repository for storing data of the BMS. The device should be of military grade for operating in harsh marine environment. Configuration should be latest available in the market at the time of contract. The laptop should have sufficient memory and processing resources to enable fault finding, storing and reloading of operating system and functional software. 2.2 Software and Design requirements. Design requirements to be incorporated in the system are as follows:- (a) The system should operate on LlNUX operating System (Version 6.0 or above). (b) External system interfaces will be hardwired for communication (Charging / Discharging, Insulation measurement and Indication of charging stages). (c) The architecture should permit online digital data exchange between MCUs of both battery rooms onboard via data bus for monitoring only. (d) The system cabinets and panels should be able to facilitate interchangeability of parts and components such as SBC and Data Acquisition Conversion Board (DACB). (e) Main components of the system equipment should be manufactured in the form of easily removable assembly units/ modules. Modules should have guiding/locating pins at the rear. The design of the modules must ensure that modules housing one type of components cannot be inserted in a space provided for a different type of module. Replacement of changeable assemblies and modules should not require soldering and subsequent adjustment of the system. All components like switches, light indications, indicating instruments and digital displays should be housed in separate modules with end connectors at the rear.
8 8 (f) Maintenance of the panel and equipment should be provided from the front side only. The modules should be connected to the cabinet wiring by means of a telescopic patch cord and are to be mounted in cradles, which slide in/out along guides with locking arrangement so as to permit their checking & fault finding when the system is live. (g) The material being used for magnetic, electric and mechanical parts should be approved for Naval warship application. MIL grade components should be used as far as feasible. In case of non-mil grade components are used, these need to be suitably ruggedised to meet overall ET/ESS requirements. (h) The equipment should be able to pass through a hatch of diameter 750 mm. (j) The cable to panels, and devices housing sensitive electronics should terminate in an External connection Module. Also all the major devices and panels of the system should be mounted on standard back frames by suitable securing arrangements. This is to ensure that the main panels and devices housing sensitive electronics can be positioned after the completion of cabling and hot work in the vicinity. (k) The systems should provide protection against short circuit currents, voltage surges and overloads. (l) Commonality. The manufacturer to mention the level of commonality achieved within the system at the following levels. (i) (ii) (iii) Module/sub module level. PCB level. Component level. 2.3 Software Requirements. The software should meet the requirements for software development as given in IEEE-STD One set of all firmware of the system, duly documented and coordinated with individual PCB's shall be supplied as Master (EPROM media) and in soft copy. It should be open architecture type capable of incorporation of modifications/ upgradations as required. All the software (both operating and functional software) should be available on CD's for reloading in the event of the software corruption/ system crashing. The software should be adequately protected with anti-virus software/ firewalls. The software developed should be subject to an independent third party audit and QA with DQN (N) as coordinating agency for Independent Verification and Validation. Costing for conduct of Independent Verification and Validation are required to be borne by the vendor.
9 9 2.4 Interfacing with External Systems. Signals from external systems (battery switchboards, should be galvanically isolated. 2.5 Environmental Conditions. The equipment should meet all specification as per standards indicated at Para 2.15 below. 2.6 Toxicity of Non-Metallic Materials. Toxicity of non-metallic materials should not be more than index level Earth Protection. External earthling studs are to be provided. 2.8 Cables. The cable entry to the panels and devices should be from top rear side. Cable entry for MCU should be from top. Cable entry for PDs should be from both sides. All power cables will be EBXL type and all other cables viz. control/ inter-unit/ inter-system cables would be LFH type. All internal wiring of the panels and units should be provided with proper identification by colour code and tag number. Sufficient spare cores should be available for internal wiring. All the units of the system and its interfaced elements are located in various compartments of the platform. The system design should account for the signal loss, attenuation and degradation. so that the functionality of the system is not compromised. All wire terminals shall be with compression or clamp type connectors. All power and control wiring terminations shall be done through lugs. Ring types of lugs are to be used for power connections. 2.9 Internal Wiring. The internal cabling is required to conform to Def. Stan and internal wiring to Defence Standard (Part 18) both ensuring use of Low Fire Hazard (LFH) cables/wires. Use of non LFH cables is to be avoided; exception if any is to be brought to the notice of IHQ/MoD (Navy) for approval Lifting Arrangement. Eye-bolts are to be provided for main assembly and any sub assembly. The eyebolts may be removable type for subassemblies Humisealinq. The following are to be ensured:- (a) Application of both conformal coating and solder masking on all PCBs is mandatory and should be followed for all equipment. Solder masking in lieu of conformal coating is also not permissible. (b) Techniques for removal of conformal coating also need to be incorporated at QAP stage. Materials for removal should be procured in adequate quantity along with the equipment.
10 10 (c) Alternate environment friendly products and manufacturing technologies available in the industry are to be followed Components. All components shall be of MIL grade approved type for use on warships. Standard specification and grade of material of each component used shall be indicated in the binding drawings. Make and type of components are to be listed in the binding drawings. Use of non-mil grade components is to be avoided; exception if any is to be brought to the notice of IHQ/MoD (Navy) for approval Standards/ Specifications. The following relevant standards/ specifications are to be adhered to:- (a) IEEE (b) JSS (c) ISO (d) MIL STD 461F. (e) JSS Hardware Specifications. The technical specifications of Peripheral Devices (PD) are as follows:- (a) Input Specifications. The voltage value of each cell would be made available from the terminals of the cell. Each PD is to be designed to measure the parameters from one cell. (b) Configuration. Each PD is to be designed to log data from each cell on MODBUS. The device is to be fitted on top of the cell using a dedicated holder. Resetting of PDs is to be available from MCU. Further all PDs (with data) should be available on the display. Each PD should be capable of giving visual light indications corresponding to low level, high level and within normal range of cell electrolyte to facilitate monitoring during topping up. (c) Dimensions. The dimension of PD is to be such that it can be mounted on the service plugs of Type II cells and when fitted would not in any way obstruct the fitment/ removal of other accessories and smooth movement of trolley. Further, the design and mounting of PD is to be such that they are not vulnerable to damage during fitment/ removal and when qualified electricians are undertaking routine maintenance/ topping up of cells in battery rooms.
11 11 (d) Type of Enclosure. The PDs are required to be hermetically sealed. The enclosure protection level should be IP-66 or greater. Protection levels will be tested with connectors, both male and female, in place. Since PD is to be mounted on the cell, the material of the same is to be non-metallic and non- conducting. (e) Fire and Spark. The ambient environment in the battery compartment would have high content of hydrogen concentration and acid vapour and is therefore potentially explosive and corrosive. Therefore, peripheral devices are required to be acid proof, spark proof and non-metallic. Further, insulated ruggedised connectors are to be supplied with PDs in compliance with safety requirements. (f) Range and Accuracy. The range, accuracy and resolution requirements for the measured parameters of Type II batteries are as follows:- S.No Parameter Range Accuracy Resolution (a) Cell Voltage 1.5 to 3 V ±0.005V 0.001V (b) Electrolyte Temperature 0 to 65 C ±1 C 0.5 C (c) Electrolyte Level (from normal level) -25 to +25mm ±5mm 1mm (g) Power Supply. The basic power supply for the PD would be drawn from the cell. Special supplies as required internally should be generated within the PD. (h) Special Features. Provision for a test jig/debugger laptop is to be provided to undertake serviceability checks of the PD by bringing the PD outside the battery pit. To account for outages of voltage inputs, voltage input less than 1.5 V is to be considered as spurious input and the cell is to be shown as abnormal/ failed. The PD should have self reset function in case of software malfunction. Further, redundancy to store data offline during PC or UPS failure is to be provided. 3.2 The technical specifications of Main Control Unit (MCU) are as follows:- (a) Power Supplies. The input power supply, without neutral (Main and reserve) is 115 V, 60 Hz, 1 phase onboard submarine respectively. Each MCU of the system shall receive power supplies from two separate feeders. An automatic change over switch shall be incorporated in the MCU to enable receipt of supply from either of the feeders such that functioning of the BMS is not interrupted. (b) Enclosure Protection. The panel should confirm to IP-54 enclosure protection level.
12 12 (c) Dimensions and Weight. The overall profile of Master Control Unit including lifting hooks of each MCU should be kept to the minimum possible. (d) Panel Design. The design of the display, and layout of controls for the panels should take into consideration aspects of human engineering. The design should cater for monitoring and control by an operator of average height.
13 13 INFORMATION PERFORMA (INDIAN VENDOR) 1. Name of the Vendor/Company/Firm. Appendix B (Refers Para 6) (Company profile, in brief, to be attached) 2. Type (Tick the relevant category). Original Equipment Manufacturer (OEM) Authorised Vendor of foreign Firm Yes/No Yes/No (attach details, if yes) Others (give specific details) 3. Contact Details. Postal Address:- City : State : Pin Code : Tele : Fax : URL/Web Site: 4. Local Branch/Liaison Office / Authorised Representatives in India (if any). Name & Address: Pin code : Tel : Fax : 5. Financial Details. (a) Category of Industry (Large/medium/small Scale) : (b) Annual turnover : USD (INR for Indian Vendor) (c) Number of employees in firm: (d) Details of manufacturing infrastructure :
14 14 (e) Earlier contracts with Indian Ministry of Defence/Government agencies : - Agency Contract Number Equipment Quantity Cost 6. Certification by Quality Assurance Organisation (If Applicable). Name of Agency Certification Applicable from (date & Year) Valid till (date & year) 7. Details of Registration (Only for Indian Vendors) Agency Registration No Validity (Date) Equipment DGS&D DGQA/DGAQA/DGNAI OFB DRDO Any other Government Agency 8. Membership of FICCI/ASSOCHAM/CII or other Industrial Associations Name of Organization Membership Number 9. Equipment/Product Profile (a) Name of Product : (Should be given category wise for e.g., All products under night vision devices to be mentioned together) (b) Description (attach technical literature): (c) Whether OEM or Integrator :
15 15 (d) (e) (f) (g) (h) (j) (k) Name and address of Foreign collaborator(if any): Industrial License Number: Indigenous component of the product (in percentage): Status (in service /design & development stage): Production capacity per annum: Countries/agencies where equipment supplied earlier (give details of quantity supplied): Estimated price of the equipment 10. Alternatives for meeting the objectives of the equipment set forth in the RFI. 11. Any other relevant information: 12. Declaration. It is certified that the above information is true and any changes will be intimated within five (05) working days of occurrence. (Authorised Signatory)
16 16 INFORMATION PROFORMA (FOREIGN VENDORS) 1. Name of the Vendor /Company /firm. (Company profile, in brief, to be attached) 2. Type (Tick the relevant category). Original Equipment Manufacturer (OEM) Government Sponsored Export Agency Authorised Vendor of OEM Yes/No Yes/No (Details of Registration to be provided) Yes/No (attach details) Others (give specific details) 3. Contact Details. Postal Address: City : Province: Country: Pin/Zip Code: Tele: Fax: URL/Web Site: 4. Local Branch /Liaison Office/Authorised Representatives, in India (if any). Name & Address: City: Province: Pin Code: Tel: Fax: 5. Financial Details. (a) (b) (c) Annual Turnover: USD Number of Employees in firm Details of manufacturing infrastructure available
17 17 (d) Earlier contracts with Indian Ministry of Defence/Government agencies: Agency Contract Number Equipment Quantity Cost 6. Certification by Quality Assurance Organisation (if applicable). Name of Agency Certification Applicable from (Date & Year) Valid till (Date & Year) 7. Equipment /Product Profile (to be submitted for each product separately) (a) Name of Product: (Should be given category wise for e.g. all products under night vision devices to be mentioned together) (b) (c) (d) (e) (f) (g) Description (attach technical literature): Whether OEM or Integrator: Status (in Service/Design Development stage): Production capacity per annum: Countries where equipment is in service: Whether export clearance is required from respective Government: (h) Any Collaboration/Joint Venture/Co-production/Authorised dealer with Indian Industry (give details): Name & Address: Tel: Fax: (j) Estimated price of the equipment 8. Alternatives for meeting the objectives of the equipment set forth in the RFI. 9. Any other relevant information 10. Declaration. It is certified that the above information is true and any changes will be intimated within five (05) working days of occurrence. (Authorized Signatory)
REQUEST FOR INFORMATION (RFI) PROCUREMENT OF NIGHT VISION DEVICES
REQUEST FOR INFORMATION (RFI) PROCUREMENT OF NIGHT VISION DEVICES 1. The Ministry of Defence, Government of India intends Qty 120 Night Vision Devices for IAF along with its associated equipment from Indian
More informationREQUEST FOR INFORMATION : NIGHT SIGHT FOR 7.62MM MAG 58 2A1 MEDIUM MACHINE GUN (TI)
REQUEST FOR INFORMATION NIGHT SIGHT FOR 7.62MM MAG 58 2A1 MEDIUM MACHINE GUN (TI) 1. Ministry of Defence, Government of India is desirous of procuring Night Sight (TI) for 7.62mm MAG 58 2A1 Medium Machine
More informationREQUEST FOR INFORMATION (RFI) FOR WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (WECDIS) FOR SUBMARINE APPLICATION FOR THE INDIAN NAVY
REQUEST FOR INFORMATION (RFI) FOR WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (WECDIS) FOR SUBMARINE APPLICATION FOR THE INDIAN NAVY 1. The Ministry of Defence, Government of India intends
More informationSUPPLEMENTARY REQUEST FOR INFORMATION : CLOSE QUARTER BATTLE (CQB) CARBINE FOR INDIAN ARMY. 2. The RFI consists of two parts as indicated below:-
SUPPLEMENTARY REQUEST FOR INFORMATION CLOSE QUARTER BATTLE (CQB) CARBINE FOR INDIAN ARMY 1. Ministry of Defence, Government of India is desirous of procuring Close Quarter Battle (CQB) Carbine for the
More informationREQUEST FOR INFORMATION FOR PROCUREMENT OF SHORT RANGE REMOTELY PILOTED AIRCRAFT SYSTEM (RPAS) FOR THE INDIAN DEFENCE FORCES
REQUEST FOR INFORMATION FOR PROCUREMENT OF SHORT RANGE REMOTELY PILOTED AIRCRAFT SYSTEM (RPAS) FOR THE INDIAN DEFENCE FORCES 1. The Ministry of Defence, Government of India, intends to procure Short Range
More informationTENDER NOTICE. Printers/Fax 122* 100* 28* 18* 75* 1 *Likely to increase or decrease
F.No.D.19015/1/2017-Admn.II(LD) Government of India Ministry of Law and Justice Legislative Department Shastri Bhawan, New Delhi Dated the 15 th March, 2017 TENDER NOTICE Subject:- Awarding Comprehensive
More informationQUOTATION ENQUIRY. Frequency Range Output AC Voltage Regulation (Batt. Mode) ±10% Frequency Range (Batt. Mode)
ANNEXURE-I-A QUOTATION ENQUIRY Ref: IIT (BHU)/IPCell/2017-18/UPS/1 KVA/574 Due Date: 26.09.2017 Date:16.09.2017 Upto 1:00 pm (Last date of quotation receiving) (Date of tender enquiry) To. Dear Sir, Please
More informationExpression 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 informationTENDER DOCUMENT FOR SUPPLY AND INSTALLATION AIR CONDITIONER
TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF AIR CONDITIONER TRANSPORT COMMISSIONER,ORISSA 6 th FLOOR, RAJASWA BHAWAN,CUTTACK 1. TENDER CALL NOTICE Sealed quotations are invited from intending manufacturers/
More informationIndian Institute of Public Administration I.P. Estate, Ring Road, New Delhi
Indian Institute of Public Administration I.P. Estate, Ring Road, New Delhi Tender Document Price Rs. 500/- Form No Sold to M/s Vide Receipt No. Signature Supdt. (Admn.) Sealed quotations are invited by
More information230V 50HZ/60HZ 3PHASE 4 WIRE POWER PANEL AND 1PHASE 4 WIRE DISTRIBUTION BOX FOR DOMESTIC/PORTABLE EQUIPMENT POWER SUPPLY
Directorate of Electrical Engineering Naval Headquarters STATEMENT OF TECHNICAL REQUIREMENTS 230V 50HZ/60HZ 3PHASE 4 WIRE POWER PANEL AND 1PHASE 4 WIRE DISTRIBUTION BOX FOR DOMESTIC/PORTABLE EQUIPMENT
More informationNIT LIMITED NO. C-195-PLAN-SPS ANTI-REFLECTION (AR) COATED OPTICAL LENSES
NIT LIMITED NO. C-195-PLAN-SPS-14-15 ANTI-REFLECTION (AR) COATED OPTICAL LENSES NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH INSTITUTE OF PHYSICS CAMPUS, P.O.: SAINIK SCHOOL, BHUBANESWAR-751 005
More informationNIT LIMITED NO. NC PH LTN-78 BLUETOOTH SPEAKER & DESKTOP COMPUTER
NIT LIMITED NO. NC-000548-PH1003-16-17-LTN-78 BLUETOOTH SPEAKER & DESKTOP COMPUTER NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: JATNI, Khurdha-752050 Tender Notice No. NIT Limited
More informationGovernment of India Ministry of Textiles, Textiles Committee P Balu Road, Prabhadevi Chowk, Prabhadevi Mumbai
Government of India Ministry of Textiles, Textiles Committee P Balu Road, Prabhadevi Chowk, Prabhadevi Mumbai 400 025 Invitation for Expression of Interest (EOI) For engagement of consultancy firm for
More informationTender Submitted Under the Scheme of. Vision Group of Science and Technology (VGST) /
Tender Submitted Under the Scheme of Vision Group of Science and Technology (VGST) / Karnataka Fund for Infrastructure Development in Science and Technology (K-FIST) Level I KLS GOGTE INSTITUTE OF TECHNOLOGY,
More informationCORRIGENDUM. The tender date for POLARIMETER to be used at SCS, NISER is further extended as per the following.
CORRIGENDUM REF.: Tender No. NC-67-13-14 The tender date for POLARIMETER to be used at SCS, NISER is further extended as per the following. 1. Date & Time of Submission: 27.02.2014 (Up to 12:30 P.M.) 2.
More informationNIT LIMITED NO. NC-118-PLAN-SPS PULSE PICKER FOR ULTRAFAST FIBER LASER
NIT LIMITED NO. NC-118-PLAN-SPS-14-15 PULSE PICKER FOR ULTRAFAST FIBER LASER NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH INSTITUTE OF PHYSICS CAMPUS, P.O.: SAINIK SCHOOL, BHUBANESWAR-751 005 Tender
More informationNIT LIMITED NO. NC-449-SBS-P-CMB LABWARE CLEANER/DISINFECTOR WITH HOT AIR DRYER
NIT LIMITED NO. NC-449-SBS-P-CMB-15-16 LABWARE CLEANER/DISINFECTOR WITH HOT AIR DRYER NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050
More information1.1 All testing apparatus shall be periodically checked and calibrated. Records of such checks/calibration shall be maintained.
SCHEME OF TESTING AND INSPECTION FOR CERTIFICATION OF SINGLE PHASE a.c. INDUCTION MOTORS FOR GENERAL PURPOSE ACCORDING TO IS 996:2009 (Including Amendment No.1) 1. LABORATORY A laboratory shall be maintained
More informationsupply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3 & GTBN Underground station of DMRC
DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3
More informationREQUEST FOR INFORMATION (RFI) FOR CONSTRUCTION OF 7.0 METRE GRP RIGID HULL BOAT FOR INDIAN NAVY
Tele: 011-21410496 Fax: 011 21410483 E-mail: dna.ihqmod@navy.gov.in Integrated Headquarters of Ministry of Defence (Navy) Directorate of Naval Architecture Room No. 200, 2 nd Floor Naval Headquarter Annex
More informationTender Submitted Under the Scheme of. Vision Group of Science and Technology (VGST) /
Tender Submitted Under the Scheme of Vision Group of Science and Technology (VGST) / Karnataka Fund for Infrastructure Development in Science and Technology (K-FIST) Level I KLS GOGTE INSTITUTE OF TECHNOLOGY,
More informationE-TENDER NOTICE FOR IT SERVICES
CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION (An Autonomous Organisation, M/o HUA) 6 th Floor, `A Wing, Janpath Bhawan, Janpath, New Delhi 110 001 Ph : 23739722/ 23717249/ Fax No.23717250
More informationNOTICE INVITING TENDER FOR AMC CCTV SURVEILLANCE SYSTEM AND SECURITY ACCESS CONTROL
INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY, DELHI (IIIT-DELHI) Okhla Industrial Estate, Phase III New Delhi 110020 (Tel No 011-26907400, Website: www.iiitd.ac.in) NOTICE INVITING TENDER FOR AMC CCTV
More informationNot Applicable DD/MM/YY Completed Forms to be submitted by 30/08/2013 : Hrs IST. Date of Opening for Technical Bids 30/08/2013 : 14.
DETAIL INFORMATION Contact Person and Address M.NALLATHAMBI SENIOR MANAGER / CCDP PURCHASE DEPARTMENT/R&D and CR UNIT HPBP BHEL, TIRUCHY, INDIA PIN : 620 014 Email mnthambi@bheltry.co.in Telephone 0091
More informationE-TENDER NOTICE FOR IT SERVICES
CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION (An Autonomous Organisation, M/o HUA) 6 th Floor, `A Wing, Janpath Bhawan, Janpath, New Delhi 110 001 Ph : 23739722/ 23717249/ Fax No.23717250
More informationIDBI BANK. REQUEST FOR PROPOSAL FOR DOCUMENT MANAGEMENT SYSTEM (RFP / Bid reference no: IDBI/APP/ /001 Issued on )
IDBI BANK REQUEST FOR PROPOSAL FOR DOCUMENT MANAGEMENT SYSTEM (RFP / Bid reference no: IDBI/APP/2013-14/001 Issued on 12.08.2013) 2 nd Corrigendum to the captioned RFP Sr. Section. 1 Section 1 3-Eligibility
More informationSummary of TL 9000 R4.0 Requirements Beyond ISO 9001:2000
This summary identifies the additional TL 9000 Release 4.0 requirements beyond those stated in ISO 9001:2000. See the TL 9000 R4.0 Handbook for the actual TL 9000 R4.0 requirements. ISO 9001:2000 section
More informationDear Sir / Madam, Please quote your best price for the following: S.No DESCRIPTION. 1 Web based Video Conferencing Service 1 License
To, ENQUIRY CRP7F001/1 DATE 09 06 2017 Dear Sir / Madam, Please quote your best price for the following: S.No DESCRIPTION. QTY 1 Web based Video Conferencing Service 1 License A Tender Due Date 05:00 PM
More informationRFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd
Document Control Sheet Name of the Organisation StockHolding Document Management Services Ltd RFP Reference No. SDMS/IT/08/01 Date of issue of RFP Document 26 th August 2016 Pre-bid Meeting 2 th September
More informationINVITATION OF TENDER FOR TERMINAL AUTOMATION SYSTEM (TLF + TFMS) & SAFETY PLC RELATED AUTOMATION JOB AT SEVEN LOCATIONS (BATHINDA, MUGHALSARAI,
1 INVITATION OF TENDER FOR TERMINAL AUTOMATION SYSTEM (TLF + TFMS) & SAFETY PLC RELATED AUTOMATION JOB AT SEVEN LOCATIONS (BATHINDA, MUGHALSARAI, PANIPAT, JALLANDHAR, KANPUR, BATHINDA & REWARI) Bharat
More informationTENDER DOCUMENT FOR ROTARY EVAPORATOR UNIVERSITY COLLEGE OF PHARMACEUTICAL SCIENCES KAKATIYA UNIVERSITY VIDYARANYAPURI, WARANGAL
TENDER DOCUMENT FOR ROTARY EVAPORATOR UNIVERSITY COLLEGE OF PHARMACEUTICAL SCIENCES KAKATIYA UNIVERSITY VIDYARANYAPURI, WARANGAL 506 009 SCHEDULE FOR PURCHASE OF ROTARY EVAPORATOR No: 177/UCPSc/KU/2016
More informationFixing 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 informationINDIAN 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 informationREQUEST FOR INFORMATION (RFI) FOR CONSTRUCTION OF SIX HIGH SPEED LANDING CRAFT (HSLC) FOR INDIAN NAVY
REQUEST FOR INFORMATION (RFI) FOR CONSTRUCTION OF SIX HIGH SPEED LANDING CRAFT (HSLC) FOR INDIAN NAVY 1. The Ministry of Defence, Government of India, intends to procure Six High Speed Landing Craft (HSLC),
More informationNIT LIMITED NO. NC MATH VIDEO CAMERA
NIT LIMITED NO. NC-001218-MATH-16-17 VIDEO CAMERA NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050 Tender Notice No. NIT Limited NO. NC-001218-MATH-16-17
More informationREQUEST 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 informationPURCHASE ENQUIRY. 7 Server 2 Windows NT with SQL Database. 8 Server 2 Novel Server Scope of Work
PURCHASE ENQUIRY ENQUIRY NO: EU/AMC/COMPUTER/TNG/51 Dated: 03/10/2013 Last date of submission: 24/10/2013, 4 Pm Opening Date of Techno-Comm.bid: 25/10/2013, 11am Sealed two part offers are invited for
More informationEXPRESSION OF INTEREST. Sub: EOI for Empanelment of Agencies for PR & Social Media Services for ICSI on monthly retainership basis
Expression of Interest (EOI) For Empanelment of Agencies for PR & Social Media Services for ICSI on monthly retainership basis The information contained herein is the property of the Institute of Company
More informationGENERAL PROVISIONS: Furnish and install one steel deck platform motor truck scale and associated electronic controls.
GENERAL PROVISIONS: Furnish and install one steel deck platform motor truck scale and associated electronic controls. The scale shall have a clear and unobstructed weighing surface of not less than 70
More informationExpression of Interest (EoI) for Setting up of Digital Signage Solution
Expression of Interest (EoI) for Setting up of Digital Signage Solution EOI No.: EOI No.: SBI/GITC/Special Projects III/2017/2018/23 DATED: 29.08.2017 IT Special Projects-III Department, STATE BANK GLOBAL
More informationEXPRESSION OF INTEREST [EoI] FOR EMPANELMENT OF
EXPRESSION OF INTEREST [EoI] FOR EMPANELMENT OF INORMATION SECURITY SERVICE PROVIDERS [ISSP] For Information Security Cell [ISC] and Information Systems Audit Cell [ISAC] Ref: BOI: HO: RMD: ISC: 2014-15:56
More informationRequest 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 informationEMPANELMENT NOTIFICATION
RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT (A Government of India Enterprise) MATERIALS MANAGEMENT DEPT. (TRANSPORT & SHIPPING WING), BLOCK-A, 3 RD FLOOR, MAIN ADMINISTRATIVE BUILDING VISAKHAPATNAM
More informationSARDAR VALLABHBHAI NATIONAL INSTITUTE OF TECHNOLOGY,SURAT
SARDAR VALLABHBHAI NATIONAL INSTITUTE OF TECHNOLOGY,SURAT TENDER NOTICE Sealed tenders are invited in duplicate from the supplier/manufacturer/distributor/vendor for the supply of the following items.
More informationDr. Deb Kumar Panja Registrar
Notice Inviting Tender Tender Ref. No: PHYS/SERB/AD/Tend/001 Date: 17.01.2018 E-tenders are hereby invited for the item as per detailed specifications from the Original Equipment Manufacturer (OEM) or
More informationTABLE OF CONTENT
Page : 1 of 9 Project Engineering Standard www.klmtechgroup.com KLM Technology #03-12 Block Aronia, Jalan Sri Perkasa 2 Taman Tampoi Utama 81200 Johor Bahru Malaysia TABLE OF CONTENT SCOPE 2 REFERENCES
More informationTENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA
TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD AT 21, NETAJI SUBHASH ROAD KOLKATA 700 001 TENDER REFERENCE ADMIN / 12 CORRSP TENDER NO: - 11/2015-2016 DATED
More informationTECHNICAL SPECIFICATION FOR CLAMPS & CONNECTORS FOR 66/132 KV SUB-STATION
GUJARAT ENERGY TRANSMISSION CORPORATION LTD. Sardar Patel Vidyut Bhavan, Race Course, Vadodara: 390 007 TECHNICAL SPECIFICATION FOR CLAMPS & CONNECTORS FOR 66/132 KV SUB-STATION GETCO/E/TS C&C057/R0 DT.
More informationBHARAT HEAVY ELECTRICALS LTD., BHOPAL HYDRO MACHINERY DEVELOPMENT STATION NOTICE INVITING TENDER (NIT)
BHARAT HEAVY ELECTRICALS LTD., BHOPAL HYDRO MACHINERY DEVELOPMENT STATION NOTICE INVITING TENDER (NIT) Sealed tenders are invited from the bidders, for the following work as per details given below: 1.
More informationELECTRONIC EARTHING EQUIPMENT SERIES GRD 4200
ELECTRONIC EARTHING EQUIPMENT SERIES GRD 4200 The GRD 4200 is an electronic earthing equipment for tankers during loading and unloading operations of flammable liquids in places with danger of explosion.
More informationNew Zealand Technical Standard Order NZTSO 2001
New Zealand Technical Standard Order NZTSO 2001 Revision 1 Time in Service Recorders 17/11/15 Published by Civil Aviation Authority PO Box 3555 WELLINGTON 6140 NEW ZEALAND Approved by Manager Aircraft
More informationREQUEST FOR EXPRESSION OF INTEREST FOR THE
REQUEST FOR EXPRESSION OF INTEREST FOR THE SUPPLY, INSTALLATION, CONFIGURATION, TESTING, TRAINING OF USERS AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM FOR CHAI SACCO SOCIETY LTD 1
More informationDOCUMENT 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 informationGLOBAL EXPRESSION OF INTEREST ( EOI ) For CONSULTANCY SERVICES TO PROVIDE BASIC ENGINEERING AND PROCESS FOR LUBE OIL BLENDING PLANT
GLOBAL EXPRESSION OF INTEREST ( EOI ) For CONSULTANCY SERVICES TO PROVIDE BASIC ENGINEERING AND PROCESS FOR LUBE OIL BLENDING PLANT At BHARAT PETROLEUM CORPORATION LTD,Uran, Distt. Raigarh, Maharashtra.,India
More information1. You are requested to please forward your offer for the following:-
1 TO: M/S REGISTERED/IMMEDIATE Heavy Industries Taxila Marketing and Procurement Directorate (Commercial Cell) Taxila Cantt, Pakistan Tel: (051) 9315033-62933 Fax No. (051) 9315029 & 31 CC/17/5061/IT-231/Ind-17/P-
More informationSpecification Technical Requirements for Revenue Electricity Meters
Specification Technical Requirements for Revenue Electricity Meters Standard Number: HPC-8DJ-16-0001-2013 Document Control Author Name: Richard Flett Position: Metering Technician Document Owner (May also
More informationENERGIZE YOUR PROCESS
KORSCH offers a global service capability that addresses all facets of tablet production support and optimization. Our team of experienced experts provides far more than equipment repair and spare parts.
More informationTender Notice. -sd-(pitam Singh) Dy. Director Administration (Drugs)
F. NO.D.21013/124/2013-DC GOVERNMENT OF INDIA MINISTRY OF HEALTH & FAMILY WELFARE DIRECTORATE GENERAL OF HEALTH SERVICES CENTRAL DRUGS STANDARD CONTROL ORGANISATION (DRUGS CONTROL SECTION) FDA BHAWAN,
More informationMechatronics Courses by School Period
Mechatronics Courses by School Period Year One P1 P1 P2 P3 P3 P3 P4 P4 P4 Integrated Systems Industrial Math (Geometry, Trig, Algebra,) Blueprint Reading Machine Tool I (Hand tools-measuring-saws & Drill
More informationVEER SURENDRA SAI UNIVERSITY OF TECHNOLOGY, ODISHA, BURLA. Memo No.VSSUT/ACD/212(8) Dated :
VEER SURENDRA SAI UNIVERSITY OF TECHNOLOGY, ODISHA, BURLA P.O. Engineering College Burla, Dist: Sambalpur, Odisha, (India) PIN : 768018 Ph : 0663-2430211 Fax : 0663-2430204 www : vssut.ac.in E-mail : vcvssut@gmail.com
More informationMIL-L-26764B 4 March 1970 SUPERSEDING MIL-L-26764(ASG) 12 December 1963 MILITARY SPECIFICATION
4 March 1970 SUPERSEDING MIL-L-26764(ASG) 12 December 1963 MILITARY SPECIFICATION LIGHT, MARKER, AIRPORT APPROACH, HIGH INTENSITY, TYPE MB-2 This specification has been approved by the Department of the
More information: Supply, Installation, Testing &Commissioning of 2 Nos. Façade cleaning Roof Top Trolleys at SCOPE Minar, Laxmi Nagar, Delhi
SCOPE Minar/MMO/17-18/173 15/12/2017 NOTICE INVITING TENDER Subject: Supply, Installation, Testing &Commissioning of 2 Nos. Facade cleaning Roof Top Trolleys at SCOPE Minar, Laxmi Nagar, Delhi-110092.
More informationTECHNICAL SPECIFICATIONS for 100Ci Ir-192 source projector(exposure device /Camera )
S-104-Q-ISTOPE CAMERA-PtB TECHNICAL SPECIFICATIONS for 100Ci Ir-192 source projector(exposure device /Camera ) S. No. PARTICULARS BHEL SPECIFICATIONS 1.0 Area of Application For Gamma Radiography of materials
More informationTechnical specification for Rubber Injection Moulding Machine
Technical specification for Rubber Injection Sl No Specification Requirement 1 Purpose To manufacture Polymer composite insulators by moulding place technology using the Injection moulding machine with
More informationS. N. Bose National Centre for Basic Sciences
S. N. Bose National Centre for Basic Sciences (An autonomous national centre funded by the Department of Science & Technology, Government of India) Tender No.SNB/PUR/OT/18/7 Date: 31/05/2012 OPEN TENDER
More informationInvitation to Negotiate
Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of
More informationEXPRESSION OF INTEREST (EOI)
, KERALA ACADEMY FOR SKILLS EXCELLENCE (A Government of Kerala Undertaking) TC 15/1037(24), 3 rd floor, Carmel Tower, Vazhuthacaud, Thiruvananthapuram-695014 Phone: 0471-2735856, Fax 2735949 Email: kase.kerala@gmail.com,
More informationP.V.C. INSULATED ALUMINIUM SERVICE MAIN WIRE-FINISHED PRODUCT
CEB SPECIFICATION 005-1: 2012 P.V.C. INSULATED ALUMINIUM SERVICE MAIN WIRE-FINISHED PRODUCT CEYLON ELECTRICITY BOARD SRI LANKA Telephone: +94 11 232 0953 Fax: +94 11 232 3935 CONTENTS PAGE 1. Scope 03
More informationJhabua 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 information600 - Phase C Intermediate Review Checklist for the Architect- Engineer
600 Phase C Intermediate Review Checklist for the Architect Engineer This checklist is to be used by the ArchitectEngineer during Phase C of the Project and shall be included in the Intermediate Review
More informationSUPPLIER QUALITY CODES
Supplier Quality s D07-00125 Rev A APPROVALS NAME AND TITLE SIGNATURE DATE M.G. Blankenship Senior Director, Operations I. Jimenez Materials Manager D07-00125-02 Page 1 of 5 SQC 1 SQC 2 SQC 3 SQC 4 SQC
More information300828TWP INSTALLATION INSTRUCTIONS MODEL SUBMERSIBLE SUMP PUMP
www.burcam.com 2190 Dagenais Blvd. West TEL : 514.337.4415 LAVAL (QUEBEC) FAX : 514.337.4029 CANADA H7L 5X9 info@burcam.com Your pump has been carefully packaged at the factory to prevent damage during
More informationBrief History. BetaTron Electronics Inc. was established in 1982 and has enjoyed 29 years in business in Albuquerque, NM.
Brief History BetaTron Electronics Inc. was established in 1982 and has enjoyed 29 years in business in Albuquerque, NM. BetaTron has retained ISO 9001:2008 certification for 12 years. BetaTron is UL 508A
More informationSubject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version)
No. AUD/1-10/2014-15/Annual Report/ 02 December, 2014 To, ------------------------------------------------- -------------------------------------------------- --------------------------------------------------
More informationPMA 31-G. English. Printed: Doc-Nr: PUB / / 000 / 00
PMA 31-G English 1 Information about the documentation 1.1 About this documentation Read this documentation before initial operation or use. This is a prerequisite for safe, trouble-free handling and
More informationSTOCKHOLDING DOCUMENT MANAGEMENT SERVICES LIMITED
STOCKHOLDING DOCUMENT MANAGEMENT SERVICES LIMITED REQUEST FOR PROPOSAL (RFP) - SDMSL/RFP/RMS/013 FOR PROCUREMENT OF UNIVERSAL DESIGN CORRUGATED BOXES RMS Stock Holding Document Management Services Limited
More informationINSPECTION SYSTEM REQUIREMENTS
MILITARY SPECIFICATIONS MIL-I-45208A INSPECTION SYSTEM REQUIREMENTS This specification has been approved by the Department of Defense and is mandatory for use by all Agencies. 1. SCOPE 1.1 Scope. This
More informationQUALITY MANUAL DISTRIBUTION. Your Logo Here. Page 1 1 of 57. Rev.: A
Page 1 1 of 57 President Design Engineering Production Production Engineering Materials Control Purchasing Service Marketing Sales Contracts Human Resources Quality Assurance Quality Control Production
More informationHong Kong Science and Technology Parks Corporation
Hong Kong Science and Technology Parks Corporation REQUEST FOR QUOTATION Biomedical Technology Support Centre Thermo cycler (REF #: RFQ/BSC/2018/001) Ref #: RFQ/BSC/2018/001 1 of 13 PURPOSE Hong Kong Science
More informationAP5K-C Precision AC Double-Pulse Spot Welding Machine User s Manual Shenzhen Will-Best Electronics Co., Ltd
AP5K-C Precision AC Double-Pulse Spot Welding Machine User s Manual Shenzhen Will-Best Electronics Co., Ltd 1 Content 1. Introduction...3 1.1 Functions...3 1.2 Units of AP5K-C...4 2. The Initial Installation
More informationPRE-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 informationNOIDA 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 informationExpression 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 informationManual Rotary Heat Sealers. Type: F108TX. List of content : Introduction 2. General description 3. Application 4. Safety precautions 5
Manual Rotary Heat Sealers Type: F108TX List of content : Page: Introduction 2 General description 3 Application 4 Safety precautions 5 Transport and storage 6 Installation 7 First Set-up 8 Connection
More informationTERMS OF REFERENCE FOR THE SUPPLY OF VEHICLES AND FLEET MANAGEMENT SERVICES OVER A TWELVE MONTH PERIOD (FULL MAINTENANCE LEASE)
TERMS OF REFERENCE FOR THE SUPPLY OF VEHICLES AND FLEET MANAGEMENT SERVICES OVER A TWELVE MONTH PERIOD (FULL MAINTENANCE LEASE) Closing Date: 15 September 2016 Time: 11h00 Information Contact: Name: Mr
More informationDATE: 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 informationCalifornia Independent System Operator Corporation Fifth Replacement Electronic Tariff
Table of Contents California Independent System Operator Corporation 8. Ancillary Services... 3 8.1 Scope... 3 8.2 Ancillary Services Standards... 4 8.2.1 Determination Of Ancillary Service Standards...
More informationDepartment 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.2 The scales and automated system for each of the three (3) scales shall be supplied from a single manufacturer.
New Entrance and Scale Facility Page 1 of 6 1. GENERAL 1.1 Work Included.1 The intent of the work under this section is to supply and install three (3) complete low profile platform (pitless) truck scales
More informationDELHI 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 information08 NOVEMBER PURPOSE
TERMS OF REFERENCE 08 NOVEMBER 2017 THE SOUTH AFRICAN HERITAGE RESOURCES AGENCY (SAHRA) INVITES SUITABLY QUALIFIED AND EXPERIENCED SERVICE PROVIDERS TO SUBMIT PROPOSALS FOR THE HOSTING, SUPPORT AND MAINTENANCE
More informationAuthorized Testing Centre. Ordering Instructions
Authorized Testing Centre Ordering Instructions Status: Final Page 1 of 21 Contents 1. Definitions and Abbreviations... 3 2. Introduction... 4 2.1. Purpose... 4 2.2. Scope... 4 2.3. Target Audience...
More informationControlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70
Controlled By: QA Mgr. / Gen. Mgr. Effective Date: 3/31/2014 FORM-70 RUSSTECH PURCHASE ORDER CLAUSES RPOC 1000 EARLY DELIVERY OK "Time is of the essence for performance under this Purchase Order. Seller
More informationSpring Pressure Connection Technology Vibration-Proof Fast Maintenance-Free
Spring Pressure Connection Technology Vibration-Proof Fast Maintenance-Free WAGO CAGE CLAMP Technology, Can Help Reduce Costs and Increase Safety in Your Applications! Contents Reduce Costs 4 Increase
More informationOki (High Pressure Boiler Plant)
Bharat Heavy Electricals Limited 1717TC.1 Oki (High Pressure Boiler Plant) Tiruchirappalli 620014, TAMIL NADU, INDIA An ISO 9001 MATERIALS MANAGEMENT / CAPITAL EQUIPMENT Company ENQUIRY Phone: +91 431
More informationA-Series Aluminum Gantry Crane
SPANCO PRODUCT SPECIFICATIONS 1 A-Series Aluminum Gantry Crane This guide can be used to prepare a bid specification for the incorporation of an A-Series Gantry Crane into a competitive bid project or
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 16, 2017 RE: BID/RFP #: BID/RFP TITLE: Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County OPENING DATE: May
More informationMADHYA 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 informationBUSWAY LOW VOLTAGE (POW-R-WAY III) SECTION SECTION 16466
BUSWAY LOW VOLTAGE (POW-R-WAY III) PART 1 GENERAL 1.01 1.02 SCOPE The Contractor shall furnish and install the busway system including all necessary fittings, hangers and accessories as specified herein
More information