Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY:

Size: px
Start display at page:

Download "Selection of Consultant on Quality and Cost Based Selection [QCBS] ISSUED BY:"

Transcription

1 Selection of Consultant on Quality and Cost Based Selection [QCBS] Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai- Unit 1&2 and Sikka Unit-1&2. Selection of Consultant on Quality and Cost Based Selection [QCBS] Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ ISSUED BY: GUJARAT STATE ELECTRICITY CORPORATION LIMITED (GSECL) PLANNING & PROJECT DEPARTMENT, VIDYUT BHAVAN, RACE COURSE, VADODARA Gujarat, INDIA Ph. No : FAX No: cepnp.gsecl@gebmail.com;acep1.gsecl@gebmail.com;sepl.gsecl@gebmail.com Website: x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 1 of 55

2 Table of Contents Table of Contents Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. SECTION I: INVITATION FOR BIDS... 4 SECTION II: INSTRUCTIONS TO BIDDERS... 6 SECTION III: GENERAL CONDITIONS OF CONTRACT SECTION-IV TECHNICAL SPECIFICATION SECTION-V: BID SCHEDULES ANNEXURE-A : QCBS-TECHNICAL EVALUATION CRITERIA BID PARTICULARS Technical Bid Forwarding Letter Form 1: Firm s References Form 2: Proposed Staff Form 3 : Methodology Form 4 : Activity Schedule Form 5 : Team Form 6 : No Deviation certificate Form 7 : Authorisation Letter Form 8: Financial proposal Form 9: Price Schedule Form 10 : Consultant s Profile FORM 11: Certificate from Customers FORM 12: Approach & Work Plan FORM 13: Inputs required from GSECL Form 14: Declaration regarding non blacklisting of bidder with GSECL/ GUVNL Form 15: Check list Appendix A : EMD BG Appendix B: SD BG Appendix B1: Bank List Appendix C: Contract Agreement Appendix D: Site Details x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 2 of 55

3 SECTION I : INVITATION FOR BIDS Check List Of Documents Envelope I 1. Consultant s profile (Form 10) 2. Earnest Money Deposit (EMD) 3. Tender Fee 4. Pre-qualification Documents pursuant to Clause Authorization letter for signing of bid.(form7) Envelope II 1. Bid Particulars 2. Technical Bid Letter 3. Technical Proposal 4. Firm s Reference List (Form 1) 5. Curriculum Vitae for proposed professional staff (Form 2) 6. Methodology and Work Plan (Form 3) 7. Activity Schedule (Form 4) 8. Team Composition and Task Assignments (Form 5) 9. Tender document with amendments/clarification signed on each page 10. No deviation Certificate (Form 6) 11. Certificate from customers (Form 11) 12. Description of Approach & Methodology (Form 12) Envelope III 1. Financial proposal submission form (Form 8) 2. Price Schedule (Form 9) x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 3 of 55

4 SECTION I : INVITATION FOR BIDS SECTION I: INVITATION FOR BIDS Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit- 1&2. 1. This invitation of bids is for engagement of a Consultant for providing Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units of 660/ 800 MW in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. The details of site are as per Appendix D. 2. This Tender document can be downloaded from website / Tender fee and Earnest Money Deposit (EMD) shall be paid along with submission of tender documents. Bid will not be opened if Tender fee and EMD is not paid. 3. Bidders are advised to study the Tender Document carefully. Submission of bids shall be deemed to have been done after careful study and examination of the Tender Document with full understanding of its implications. 4. Sealed offers prepared in accordance with the procedure described in Clause 1 of Section II should be submitted to the Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd, Planning & Project Department, Vidyut Bhavan, Race Course, VADODARA , Gujarat, super scribing the envelope with Tender No. and Description by RPAD /Speed Post only. NO COURIER SERVICE OR HAND DELIVERY shall be considered for submission of tenders. 5. The Tender comprises of two bid system - the Technical Bid and Price Bid. 6. The Bid Schedule shall be as under: Tender No. I. Tender Fees Amount (Non-Refundable) in the form of DD in favour of Gujarat State Electricity Corporation Ltd., Vadodara II. Estimated Cost of the Consultancy Services of said works III. Earnest Money Deposit a) in the form of DD in favour of Gujarat State Electricity Corporation Ltd., Vadodara OR b) In the form of Bank Guarantee as per Appendix-A GSECL/PP/PMI/120 MW Units/SC Units/ Rs Rs. 45 Lacs Rs. 45, x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 4 of 55

5 SECTION I : INVITATION FOR BIDS IV. Submission of Pre-bid queries 09/10/2015 V. Date of Pre-bid Meeting 13/10/2015 VI. Venue GSECL Corporate Office, Vadodara VII. Last Date of offer submission 27/10/2015 upto 16:30 Hrs. only VIII. Tentative date of opening of price bid Shall be intimated later IX. Time Limit for Work Completion 6 Months from the date of Acceptance of LoA X. Security Deposit 10% of order Value. Party should have to pay security deposit in the form of Bank Guarantee/ demand draft in favour of GSECL payable at Vadodara immediately on receipt of Letter from this office. Date of opening of financial bids shall be intimated separately to all the technically qualified bidders. Note: GSECL shall not be responsible for non-receipt/ non-delivery of the Bid documents due to any reason whatsoever. 7. No tender shall be accepted in any case after due date and time of receipt of tender irrespective of delay due to Postal services or any other reasons. 8. Any technical/commercial query pertaining to this tender should be addressed to Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd, Planning & Project Department, Vidyut Bhavan, Race Course, VADODARA GSECL reserves tight to accept/reject any or all tenders without assigning any reason thereon. Yours faithfully, For and behalf of Gujarat State Electricity Corporation Ltd., Chief Engineer (P&P) GSECL, CO, Vadodara. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 5 of 55

6 SECTION II : INSTRUCTION TO BIDDERS SECTION II: INSTRUCTIONS TO BIDDERS Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit- 1&2. 1. Procedure for Submission of Bids 1.1 Two Cover System shall be adopted for this tender: a) Technical Bid (1 Original + 2 copies) in one cover. b) Price Bid (1 Original + 2 copies) in one cover. 1.2 Each copy of Technical Bid of the Tender should be covered in a separate sealed cover super scribing Technical bid (Techno-commercial bid) for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2.. One copy should also be marked as "Original" and Others as "Copy 1" and Copy 2. All copies should be put in a single sealed cover super scribing Technical bid (Techno-commercial bid) for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Please note that prices should not be indicated in the Technical Bid. 1.3 Each copy of Price Bid of the Tender should be covered in a separate sealed cover super scribing the "Price Bid for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. One copy should also be marked as "Original", and others as" Copy 1" and Copy 2. All copies should be put in a single sealed cover super scribing "Price Bid for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 6 of 55

7 SECTION II : INSTRUCTION TO BIDDERS 1.4 Tender fee and EMD shall be submitted in two separate sealed cover Super scribing "Tender Fee /EMD for Tender No. GSECL/PP/PMI/120 MW Units/SC Units/ Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. (Refer Clause 6(III) Section I). 1.5 The Technical Bid cover and Price Bid Cover, and EMD cover prepared as above, are to be kept in a single sealed cover super scribed with Tender Number, Due Date, Item and the wordings "DO NOT OPEN BEFORE " 1.6 The cover thus prepared should also indicate clearly the name and address of the Bidder, to enable the Bid to be returned unopened in case it is declared "Late". 1.7 Each copy of the Bids should be a complete document and should be bound as a volume. Different copies must be bound separately. 2. Cost of Tender 2.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, including cost of presentation for the purposes of clarification of the bid, if so desired by the GSECL. GSECL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process. 3. Contents of the Tender Document 3.1 The broad specifications of the Scope of Work, Tender procedures and contract terms are prescribed in this Tender Document comprising of: (a) Section-I - Invitation for Bids (b) Section II - Instructions to Bidders; (c) Section III - General Conditions of Contract; (d) Section IV - Technical Specification (e) Section V Bid Schedules & Appendices 3.2 The bidder is expected to examine all instructions, forms, terms and requirements in the Tender Document. Failure to furnish all information required by the Tender Document or submission of a bid not substantially responsive to the Tender Document in every respect will be at the Bidder's risk and may result in the rejection of the bid. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 7 of 55

8 SECTION II : INSTRUCTION TO BIDDERS 4. Clarification of Tender Document 4.1 A prospective Bidder requiring any clarification on the Tender Document may notify the Owner in writing to Chief Engineer (P&P), Gujarat State Electricity Corporation Ltd, Planning & Project Department, Vidyut Bhavan, Race Course, VADODARA , Gujarat. The Owner shall furnish the clarifications, if any at the time of Pre-bid conference and shall also post clarification / Amendment required based on discussion in Pre-bid meeting on website. 4.2 The Pre-bid queries shall be in Excel form clearly indicating Section and Clause No. 5. Amendment of Tender Document 5.1 At any time prior to the last date for receipt of bids, the Owner, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Tender Document by an amendment. 5.2 The amendment will be notified on GSECL web site and will be binding all bidders. Be in touch with our above Websites for any notices/ amendments/ clarifications etc. till finalization of bid. No separate notification will be issued for such notices / amendments / clarifications in the print media or individually In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Owner may, at its discretion, extend the last date for the receipt of Bids. 6. Language of Bids 6.1 The Bids prepared by the Bidder and documents relating to the bids exchanged by the Bidder and the Owner, shall be written in the English language, provided that any printed literature furnished by the Bidder may be written in another language so long as the same is accompanied by an English translation in which case, for purposes of interpretation of the bid, the English translation shall govern. 7. Documents Comprising the Bids The bids prepared by the Bidder shall comprise of the following components: 7 (a) (Envelope I) A letter in a separate sealed cover containing: 1. Consultant s profile (Form 10) 2. Earnest Money Deposit (EMD) x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 8 of 55

9 SECTION II : INSTRUCTION TO BIDDERS 3. Tender Fee 4. Pre-qualification Documents pursuant to Clause Authorization letter for signing of bid.(form7) 7 (b) (Envelope II): Technical Bid comprising of the following: 1. Bid Particulars 2. Technical Bid Letter 3. Technical Proposal Firm s Reference List (Form 1) Curriculum Vitae for proposed professional staff (Form 2) Methodology and Work Plan (Form 3) Activity Schedule (Form 4) Team Composition and Task Assignments (Form 5) 4. Tender document with amendments/clarification signed on each page as a token of acceptance. 5. No deviation Certificate (Form 6) 6. Certificate from customers (Form 11) 7. Description of Approach & Methodology (Form 12) 8. Undertaking regarding non-blacklisting of firm with GSECL (Form 14) 9. Check list (Form 15) 7 (c) (Envelope III) Price Bid comprising of the following : 1. Financial proposal submission form (Form 8) 2. Price Schedule (Form 9) 8. Bid Prices 8.1 Price shall be quoted in INR only. 8.2 Prices quoted must be firm and final and shall remain constant throughout the period of the contract and shall not be subject to any upward modifications, whatsoever. 9. TAXES AND DUTIES: 9.1 The price quoted shall be inclusive of all applicable taxes and duties. Service tax will be paid extra at the prevailing rate. 9.2 STATUTORY VARIATION IN TAXES & DUTIES. Statutory variations in the taxes shall be permitted as under: (A) Statutory variations during original contractual completion period : (i) If any increase takes place in taxes and duties, then GSECL shall admit the same on production of documentary evidences. (ii) If any decrease takes place in taxes and duties, the same shall be passed on to GSECL A/C. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 9 of 55

10 SECTION II : INSTRUCTION TO BIDDERS (B) Statutory variations beyond original contractual completion period : (i) If reasons for extension of contractual completion period is attributable solely to GSECL, the provisions of (A) (i) above shall apply. (ii) If any decrease takes place in taxes and duties, the same shall be passed on to GSECL A/C. 10. Discount The Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purpose. However, in the event of such an offer, without considering discount, is found to be the lowest, the Owner shall avail such discount at the time of award of contract. 11. Bidder The "Bidder" as used in the tender documents shall mean either a company Registered under the Indian Companies Act 1956 or a Consortium of Companies. The Bid shall be submitted by a duly Authorized Representative of the Company or Consortium of Companies as the case may be. A certificate of authority may be submitted along with the bid. 12. Earnest Money Deposit (EMD) 12.1 Pursuant to Clause 7(a) (2) of Section II, the Bidder shall furnish as part of its bid, EMD of the amount Rs.45,000/ The EMD is required to protect the Owner against the risk of Bidder's conduct which would warrant the security's forfeiture, pursuant to Clause The EMD shall be denominated in Indian Rupees, and shall be in the form of a Demand Draft /Bank guarantee issued by a Nationalized / Scheduled Bank, in the proforma provided at Appendix A in the Tender Document and shall be valid for 4 (four) months beyond the validity of the Bid Any bid without EMD in accordance with Clauses 12.1 and 12.3 of Section II will be rejected by the Owner as non-responsive Unsuccessful Bidder's EMD will be discharged/ returned as promptly as possible 12.6 The successful Bidder's EMD will be discharged upon the Bidder executing the Contract, pursuant to Clause 33 of section II and furnishing the security deposit, pursuant to Clause 34 of section II No interest will be payable by the Owner on the amount of the EMD The EMD may be forfeited: (a) if a Bidder withdraws its bid during the period of validity specified by the Bidder in the Bid. (b) in the case of a successful Bidder, if the Bidder fails; (i) to sign the Contract in accordance with Clause 33 ; or (ii) to furnish security deposit in accordance with Clause 34. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 10 of 55

11 SECTION II : INSTRUCTION TO BIDDERS 13. Period of Validity of Bids 13.1 Bids shall remain valid for 120 days after the date of opening of Price Bids prescribed by the Owner. A bid valid for a shorter period may be rejected by the Owner as non-responsive In exceptional circumstances, the Owner may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The validity of bid and EMD provided under Clause 12 shall be extended simultaneously. 14. Format and Signing of Bid 14.1 The Bidder shall prepare three copies of the Bid. One copy should be marked as "Original" and others as "Copy 1" and Copy 2 as appropriate in accordance with Clause 1 of Section II. In the event of any discrepancy between them, the original shall govern The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract in pursuant to Clause 11. All pages of the bid, tender documents / clarifications/ amendments shall be initialed by the person or persons signing the bid The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder in which case such corrections shall be initialed by the person or persons signing the bid. 15. Revelation of Prices 15.1 Prices in any form or by any reason before opening the Price Bid should not be revealed, failing which the offer shall be liable to be rejected. 16. Terms and Conditions of Tendering Firms 16.1 Printed terms and conditions of the Bidders will not be considered as forming part of their bids Bidder to furnish No Deviation Certificate as per Form Site Conditions 17.1 It will be imperative on each Bidder to fully acquaint himself with the site conditions and factors which would have any effect on the performance of the contract and/or the cost Bidder may visit at respective site if he so desires to make himself acquainted for site conditions with confirmation of his visit in advance from the site authorities which are in Appendix-D x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 11 of 55

12 SECTION II : INSTRUCTION TO BIDDERS 18. Pre-Qualification of Bidders 18.1 Pursuant to Clause 7(a) (4) of Section II, the Bidder should clearly indicate, giving explicit documentary evidence along with the letter of pre-qualification, in respect of the Services offered along with EMD of the prescribed amount and validity pursuant to Clause 12 of section II Minimum Qualification The Bidder must be either a company registered under the Indian Companies Act, 1956 or a Consortium of Companies. Bidder should have annual turnover of at least Rs 2.0 Crores during each of the three financial years ending Relevant proof in the form of audited annual report or balance sheet duly certified by Chartered Accountant certifying the turn over should be submitted. In case of Consortium, turnover of technical partner shall only be considered Offer of only those experienced & resourceful tenders will be consider for the technical bid evaluation who meet the following requirement : DPR has been prepared for coal based super critical thermal power project in India having generation capacity of 660 MW single unit or Above, and this project should have been synchronized with grid or completed or under construction stage : The financial closure is achieved of at least ONE supercritical Thermal power project in INDIA of generation capacity of 660 MW single unit or Above for which the bidder has prepared the DPR Bidder should submit the copies of the following documents in support of the above: i. In case of Registered companies, Memorandum of Association and Articles of Association along with commencement of business certificate; ii. In case of consortium, Memorandum of Understanding (MOU) between the companies iii. Service Tax Registration; iv. Permanent Account Number (PAN) allotted by the Income Tax Department v. Details of similar assignments. vi. Proof of Turnover vii. Provident Fund registration certificate The Bidder must have an understanding of (i) Technical aspects and economics of power generation, transmission and distribution x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 12 of 55

13 SECTION II : INSTRUCTION TO BIDDERS (ii) Knowledge of latest trends and technologies in the field of Power sector Bidders who can commit full time manpower on regular employment exclusively for the assignment of the GSECL will be eligible for consideration Where the bid is submitted by a consortium, the written consent of each member of the consortium to participate in the bid on the basis of joint and several liabilities to the GSECL for the performance of the services shall be provided along with the bid The key professional staff proposed must be regular employees of the firm(s) The consultancy work shall be carried out through own organization only. The sub contract will not be permitted. If the work execution will be found to carry out through Sub contractor, GSECL reserves right to terminate the contract. 19. Sealing and Marking of Bids 19.1 The Bidders shall seal and mark the original and each copy of the Bid strictly in accordance with Clause 1 of section II If the outer cover of the bid is not sealed and marked as required by Clause 1 of section II, the Owner will assume no responsibility for the bid's misplacement or premature opening. 20. Last Date for Receipt of Bids 20.1 Bids must be received by the Owner at the address specified in Section I not later than the time and date specified in Section I. In the event of the specified date for the receipt of Bids being declared a holiday for the Owner, the Bids will be received up to the appointed time on the next working day The Owner may, at its discretion, extend the last date for the receipt of bids by amending the Tender Document in accordance with Clause 5, in which case all rights and obligations of the Owner and Bidders previously subject to the last date will thereafter be subject to the last date as extended. 21. Late Bids 21.1 Any bid received by the Owner after the appointed time on the last date for receipt of bids prescribed by the Owner, pursuant to Clause 6 Section I, will be rejected and/or returned unopened to the Bidder. 22. Modification and Withdrawal of Bids The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice of the modification or withdrawal is received by the Owner x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 13 of 55

14 SECTION II : INSTRUCTION TO BIDDERS prior to the last date prescribed for receipt of bids. 23. Address for Correspondence The Bidder shall designate the official mailing address, place and fax number to which all correspondence shall be sent by the Owner. 24. Opening of Bids by Owner 24.1 On the basis of information given in the letter of pre-qualification, as mentioned at Clause 18, Bidders will be pre-qualified Price Bids of only technically qualified Bidders who scores 70 marks or above will be opened as QCBS Clause No.28 of section II The Owner will open the Bids, in the presence of the representatives of the Bidders who choose to attend, at the time and date, as mentioned in Section I of this Document. 25. Clarifications. When deemed necessary, the Owner may seek clarifications on any aspect from the Bidder. However, that would not entitle the Bidder to change or cause any change in the substance of the tender submitted or price quoted. 26. Preliminary Examination 26.1 The Owner will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required bid security has been furnished, whether the documents have been properly signed, and whether the bids are generally in order Arithmetical errors will be rectified on the following basis: a) If there is a discrepancy between the prices indicated at different places in the bid, the prices most advantageous to the Owner shall be considered. b) If there is a discrepancy between price obtained by multiplying the unit price and quantity and the quoted total price then lower of the two shall be considered for bid evaluation and placement of order. c) If there is a discrepancy between words and figures, the amount in words will prevail. d) If there is a discrepancy in the prices quoted between original price bid and copies, the price quoted in original price bid shall be considered A bid determined as not substantially responsive will be rejected by the Owner x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 14 of 55

15 SECTION II : INSTRUCTION TO BIDDERS and may not subsequently be made responsive by the Bidder by correction of the non-conformity The Owner may waive any minor informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27. Contacting the Owner 27.1 No Bidder shall contact the Owner on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded Any effort by a Bidder to influence the Owner s bid evaluation, bid comparison or contract award decisions may result in the rejection of the bid. 28 Evaluation Criteria 28.1 Only those firms which satisfy all the conditions for pre-qualification of bidders (Clause 18.2 of Section II) shall be considered for technical evaluation The method of selection is: QCBS (Quality & Cost Based Selection) Technical Evaluation (i) (ii) The Technical evaluation will be done on the basis of the Quality & Cost Based Selection (QCBS) criteria with maximum marks of 100. The weightage for each factor of the criteria shall be as per Annexure-A Committee consisting of ED, CE (P&P), & Sr. CGM (F&A) shall assign scores against bid. (iii) The minimum qualifying total score, for the technical bid shall be Financial bids of only those bidders will be opened whose QCBS score is 70 or above in technical bids. The bidders whose offers have been selected after technical evaluation shall be informed separately. Such selected bidders may attend the opening of financial bids Financial Evaluation (i) (ii) The financial proposals of the technically qualified bidders will be opened in presence of those bidders or their representatives whose bids are short listed for financial evaluation. The proposal with lowest evaluated cost will be given a financial score of 100 and other proposals given financial scores that are inversely proportional to their prices with respect to lowest (L1) price. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 15 of 55

16 SECTION II : INSTRUCTION TO BIDDERS 28.6 Evaluation of financial bids will lead to selection of consultant after adding of scores in technical and financial proposals with respective weight-ages, which shall be 0.7 for technical bid and 0.3 for financial bid Ranking of the firms shall be done on the basis of combined score in accordance with clause 28.4 above separate for each location. 29. Award Criteria Subject to Clause 28, the Owner will award the Contract to the successful Bidder with highest score for respective site provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. Owner may award separate order for different sites or may award order to single bidder as per evaluation. The bidder should not be put on holiday or blacklisted/banned by GSECL / GUVNL in past for assignment in projects. In this regard, the bidder shall submit undertaking as per Form 14 on non judicial stamp paper of one hundred Rupees. If the documents were issued inadvertently/downloaded from website, offers submitted by such bidders shall not be considered for opening/evaluation/award. If the bidder does not disclose and submit the bid & happen to be successful bidder and order is also placed and at a later date GSECL comes to know the fact, the order is liable to be cancelled without any further payment even for the work done and if any payment is paid, EMD/SD shall be forfeited. This applies even if the bidder companies name is changed and such blacklisting/ ban was put up for their earlier name. 30. Owner's Right to Vary Scope of Contract 30.1 The Owner may at any time, by a written order given to the contractor pursuant to Clause 4 of Section IV make changes within the general scope of the Contract If any such change causes an increase or decrease in the cost of, or the time required for, the contractor s performance of any part of the work under the Contract, whether changed or not changed by the order, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. 31. Owner's Right to Accept Any Bid and to Reject Any or All Bids 31.1 The Owner reserves the right to accept any bid, and to annul the Tender process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Owner's action Bids that are not accompanied with Earnest Money Deposit (EMD) and Tender fees x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 16 of 55

17 SECTION II : INSTRUCTION TO BIDDERS shall be rejected outright. 32. Notification of Award 32.1 Prior to the expiry of the period of bid validity, the Owner will issue Letter of Intent (LOI) to the successful Bidder that its bid has been accepted. Successful bid will submit acceptance of LOI and submission of Security Deposit within 10 days Upon the successful Bidder's furnishing of performance security pursuant to Clause 34, the owner will issue Detailed Order. 33. Signing of Contract 33.1 Within 10 days of receipt of the Detailed order, the successful Bidder shall sign and the Contract Agreement as per Clause 19 of Section-III and return it to the Owner. 34. Performance Security 34.1 Within 10 days of the receipt of Letter of Intent from the Owner, the successful Bidder shall furnish the Security Deposit as per Appendix B Failure of the successful Bidder to comply with the requirement of Clause 33 or Clause 34 shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD. 35. COMPLETION PERIODS: The entire work as per scope shall be completed within 6 months. The preparation of draft / final feasibility report & draft / final detailed project report shall be commence as per the instruction of owner where in owner may specify the last date of submission of respective reports. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 17 of 55

18 SECTION III : GENERAL CONDITIONS OF CONTRACT SECTION III: GENERAL CONDITIONS OF CONTRACT Sub: Consultancy service for feasibility study and preparation of Detailed Project Report (DPR) to establish supercritical units in place of existing units of 2 x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) (b) (c) (d) (f) (g) (h) The Owner means the Gujarat State Electricity Corporation Ltd. (GSECL). "Purchase Officer" means the officer signing the acceptance of tender and includes any officer who has authority to execute the relevant contract on behalf of the Owner. The "Contract" means the agreement entered into between the Owner and the Contractor as recorded in the Contract Form signed by the Owner and the Contractor, including all attachments and annexes thereto and all documents incorporated by reference therein. The "Contractor" or Consultant means the company or the consortium of companies selected through tendering process and shall be deemed to include the Contractor's successors, representatives (approved by the Owner), heirs, executors, administrators and permitted assigns, as the case may be, unless excluded by the terms of the contract. "The Contract Price" means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations. "Service" means services to be provided by the Contractor as per the requirements specified in Section IV of this document and any other incidental services, such as setting up of necessary infrastructure, implementation, provision of technical assistance, training and other such obligations of the Contractor covered under the Contract. "Acceptance of Tender" means the letter/telex/telegram/ fax or any memorandum communicating to the Bidder the acceptance of his tender and includes an advance acceptance of his tender. 2. Application These General Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 18 of 55

19 SECTION III : GENERAL CONDITIONS OF CONTRACT 3. Standards of Performance The Contractor shall perform the Services and carry out its obligations under the Contract with due diligence, efficiency and economy, in accordance with generally accepted techniques and practices used in the industry and with professional engineering and consulting standards recognized by international professional bodies and shall observe sound management, engineering practices. It shall employ prudent technical and engineering practices. It shall employ advanced technology and methods. The Contractor shall always act, in respect of any matter relating to this Contract, as faithful advisors to the Owner and shall, at all times, support and safeguard the Owner's legitimate interests in any dealings with Third Parties. 4. Use of Contract Documents and Information 4.1 The Contractor shall not, without the Owner's prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Owner in connection therewith, to any person other than a person employed by the Contractor in the Performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far, as may be necessary for purposes of such performance. 4.2 The Contractor shall not, without the Owner's prior written consent, make use of any document or information except for purposes of performing the Contract. 4.3 Any document, other than the Contract itself, shall remain the property of the Owner and shall be returned (in all copies) to the owner on completion of the Contractor's performance under the Contract, if so required by the Owner. 5. Security Deposit 5.1 Within 10 days after the receipt of Letter of Intent from the owner, the successful Bidder shall furnish Security Deposit to the Owner, which shall be equal to 10% of the value of the Contract and shall be in the form of a Demand Draft or Bank Guarantee from a Nationalized / Scheduled Bank as per Appendix-B1 and Proforma given at Appendix B. 5.2 The Security Deposit shall be deemed to govern the following guarantees from the successful Bidder, in addition to other provisions of the guarantee: To fulfill the conditions of work contract. The Security Deposit is intended to secure the performance of the entire x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 19 of 55

20 SECTION III : GENERAL CONDITIONS OF CONTRACT consultancy services. However, it is not to be construed as limiting the damages stipulated in any other clauses. 5.3 Security Deposit shall be valid up to 6 months from the date of completion of Consultancy Services. However, owner may release Security Deposit upon successful completion of work. 2.4 If by any reason the contract period is extended, bidder shall undertake to renew the Bank Guarantee at least one month before the expiry of the validity, failing which GSECL will be at liberty to encash the same. 2.5 If contract value is increased due to any reason, the contractor shall either submit additional BG or to amend the old BG to have total BG value equivalent to 10% of final contract value. 2.6 Security Deposit cum PBG will be returned upon successful completion of work. 6 Work Schedule & Monitoring 6.1 The Bidder shall plan various activities and submit the execution schedule and bar chart along with signing of the contract. The execution schedule should clearly indicate all activities and the time required for completion of each activity taking the total completion time. Parallel and dependent activities for each activity need to be specified in the schedule. 6.2 This will form the basis for Monitoring of execution of work and any delay/slippage from the schedule will be reviewed by bidder so as to complete the work as per the schedule. 6.3 Having selected Consultant, amongst other things, on the basis of an evaluation of the proposed key professional staff, the GSECL shall award a contract on the basis of the staff named in the proposal. The GSECL will not consider substitutions during the contract period except in cases of genuine hardship subject to the satisfaction of the GSECL. 7 Currency of Payment Payment shall be made in Indian Rupees only. 8 Change Orders 8.1 The Owner may at any time, by a written order given to the Contractor pursuant to Clause 32 of Section II, make changes within the general scope of the Contract. 8.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Contractor s performance of any part of the work under the Contract, whether changed or not changed by the order, an equitable adjustment x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 20 of 55

21 SECTION III : GENERAL CONDITIONS OF CONTRACT shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. 9 Contract Amendments No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the parties i.e. the Contractor and the Owner. 10 Assignment The Bidder shall not assign or sub contract, in whole or in part, its obligations to perform under the Contract to any other agency. 11. Terms of Payment 11.1 The payment to the contractor shall be made as under for each project site separately: Sr. No. (a) (b) (C) (d) (e) % of Quoted Lumpsum Price 25 % of Lump sum Price 20 % of Lump sum Price 25% of lump sum price 20 % of Lump sum Price 10% of Lump sum Price TOTAL 100% 11.2 No Advance payment will be made Payment will be made only after submission of Pre receipted bills in triplicate by the Contractor. 12. Delays in the Contractor s Performance Project wise Milestones On acceptance of draft feasibility report. On acceptance of final feasibility report On acceptance of draft Detailed Project Report On receipt of final Detailed Project Report Shall be paid on completion of 2 months from the date of receipt of final DPR and acceptance of same by GSECL An unexcused delay by the Contractor in the performance of its Contract obligations shall render the Contractor liable to any or all of the following: (i) (ii) (iii) forfeiture of its Security Deposit imposition of Penalty Termination of the Contract for default. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 21 of 55

22 SECTION III : GENERAL CONDITIONS OF CONTRACT 12.2 If at any time during performance of the Contract, the Contractor should encounter conditions impeding timely completion of the services under the contract and performance of the services, the Contractor shall promptly notify the Owner in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable, after receipt of the Contractor s notice, the Owner shall evaluate the situation and may at its discretion extend the Contract time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract Penalty Any delay that may take place in Consultancy service for subject work beyond contractual cutoff date/ stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of ½ % of the contract price/order price per week or part thereof subject to a maximum of 10% of the total contract value/order value (i.e. End cost including taxes & duties). 13. Termination for Default (i) Suspension: GSECL may by written notice of suspension to the Bidder, suspend all payments to the Bidder hereunder if the Bidder fails to perform any of their obligations under this contract, provided that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall request the Bidder to remedy such failure within a period not exceeding thirty (30) days after receipt by the Bidder of such notice of suspension. (ii)termination: (A)Termination by GSECL: GSECL reserves its right to terminate the contract in full or in part and at any time by giving a written notice of 30 days. In case, GSECL terminate the contract by issuing written notice, the consultant shall be paid for the actual work done till the date of notice, and the payment shall be calculated on prorate basis for the actual work done. Consultant shall also be paid for the commitments related with this assignment which can not be terminated, on production of documentary evidences of such commitments. Upon receipt of the written notice, attempts to terminate all commitments and otherwise minimize all cost shall be made by the consultant. Above payment shall be subject to submission of all data, design, plans, specifications and other documents for the project up to the date of termination of contract, to GSECL. In case, the consultant terminate the contract by issuing a written notice or abnormally delays the works beyond scheduled time frame, GSECL reserves the right to get work done by another consultant. Any expense which may be incurred in excess of the sum which would have paid to the original consultant, x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 22 of 55

23 SECTION III : GENERAL CONDITIONS OF CONTRACT for completion of unexecuted works shall be deducted /recovered from any money due, to the original consultant, by GSECL. (a) (b) (c) (d) (B) GSECL may also terminate the Contract, by not less than thirty (30) days written notice of termination to the Bidder, to be given after the occurrence of any of the events specified in paragraphs (a) to (c) of this Clause and sixty (60) days in the case of the event referred to in (d). Bidder shall be paid as per provision indicated at (A) above. If the Bidder do not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days of receipt after being notified or within such further period as the Owner may have subsequently approved in writing. If the Bidder (or any of their Members) become insolvent or bankrupt. If the Bidder, in the judgment of the Owner has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: corrupt practice means the offering, giving, receiving or soliciting of anything of monetary value or otherwise to influence the action of a public official in the selection process or in contract execution. On operation of any law / by law/rules under which the project is prejudicial to the interest of the GSECL. (2) Cessation of Rights and Obligations: Upon termination of this Contract or upon expiration of this Contract, all rights and obligations of the Parties hereunder shall cease, except: Such rights and obligations as may have accrued on the date of termination or expiration; The Bidder obligations to permit inspection, copying and auditing of their accounts and records and Any right which a Owner may have under the Applicable Law. (3) Disputes in the Events of Termination: If either Party disputes whether an event specified in paragraphs (a) to (d) of (1) here off has occurred, such Party may, within forty-five (45) days after receipt of notice of termination from the other Party, refer the matter to arbitration pursuant to Clause No. 27 hereof, and this Contract shall not be terminated on account of such event except in accordance with the terms of any resulting arbitral award. 14. Force Majeure 14.1 Notwithstanding the provisions of Clause 12, the Contractor shall not be liable for forfeiture of its performance security, or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For Purposes of this Clause, Force Majeure means an event beyond the control of x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 23 of 55

24 SECTION III : GENERAL CONDITIONS OF CONTRACT the Contractor and not involving the Contractor s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the owner either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes If a force Majeure situation arises, the Contractor shall promptly notify the Owner in writing of such conditions and the cause thereof. Unless otherwise directed by the Owner in writing, the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all prevented by the Force Majeure event. 15. Termination for Insolvency The owner may at any time terminate the Contract by giving written notice to the Contractor, without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the owner. 16. Arbitration All questions, disputes, differences, whatsoever, which may at any time arise between the parties to this contract in connection with the contract or any matter arising out of or in relation thereto, shall be in first instance resolved through discussions or mediation and if not resolved, referred to the Sole Arbitrator as per provision of Indian Arbitration to conciliation Act 1996 as updated from time to time. 17. Governing Language. The Agreement shall be written in English language. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in English language. 18. Applicable Law The contract shall be interpreted in accordance with the Indian laws. 19. Contract Agreement: As per the GSECL's rules, Bidder shall enter into an agreement with the GSECL. This agreement shall be on stamp paper of Rs. 100/- and shall be signed within one week of receipt of the order. The agreement shall be signed by the Bidder or his authorized representative and GSECL affixing seal of the Bidder and GSECL. The cost of stamp fee shall be borne by the Bidder. The contract shall comprise of the tender with the detailed scope of work, schedules, bidder's offer, all correspondence done till issue of detailed order and acceptance of Bidder thereof. 20. Jurisdiction: All questions, disputes or differences arising out of or in connection with the tender/contract if concluded shall be subject to the exclusive jurisdiction of the court x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 24 of 55

25 SECTION III : GENERAL CONDITIONS OF CONTRACT under whose jurisdiction the place from which the tender/ acceptance of tender is issued/ is situated i.e. Vadodara,Gujarat (India). 21 Settlement of Disputes: (a) Amicable Settlement: The Parties to this agreement shall use their best efforts to settle all disputes arising out of or in connection with this Contract or the interpretation thereof amicably through conciliations. (b) Dispute Settlement: Any dispute between the Parties as to matters arising pursuant to this Contract which cannot be settled amicably by conciliations within thirty (30) days after receipt by one Party of the other Party's request for such amicable settlement may be submitted by either Party for settlement in accordance with the decision of MD, GSECL. x 120 MW Units each at Gandhinagar-Unit 1&2, Ukai-Unit 1&2 and Sikka Unit-1&2. Page 25 of 55

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment

ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore Global Tender Document. Purchase of Technical Equipment ; ALL INDIA INSTITUTE OF SPEECH AND HEARING, Naimisham Campus, Manasagangothri, Mysore 570 006 Global Tender Document Purchase of Technical Equipment INDEX Sl. No. Contents Page No. 1. Global Tender Notification

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal UNIVERSITY OF KARACHI KARACHI Ref: P.O./2018-112488 Cost of form Rs. 2,000/= =(Non refundable) BIDDING DOCUMENT EXAMINATIONN TABLES, EXAMINATION CHAIRS, SHAMIANAS, QANATS ETC. ARE REQUIRED ON HIRING BASIS

More information

STANDARD BIDDING DOCUMENT (SBD)

STANDARD BIDDING DOCUMENT (SBD) STANDARD BIDDING DOCUMENT (SBD) DESIGN, SUPPLY & INSTALLATION OF PLANT & EQUIPMENT (TURNKEY BASIS) STEEL AUTHORITY OF INDIA LIMITED May 2009 Instructions to Bidders (ITB) Form of Contract Agreement with

More information

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX: 1 Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata 700 088 Phone: 033 2401 5602, FAX: 033 2401 4081 Notice Inviting Tender Tender no: WML / NIT / 12 / 2015 Dated:

More information

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF

More information

ADVANCED TECHNICAL TRAINING

ADVANCED TECHNICAL TRAINING ADVANCED TECHNICAL TRAINING CENTRE AN ISO 9001:2008 CERTIFIED INSTITUTE BARDANG, SINGTAM, EAST SIKKIM - 737134 Telephones: (03592) 233482/9002735427/9434035381 Email: attc.skmpoly@gmail.com COMPETITIVE

More information

496, Udyog Vihar, Phase-III, Gurgaon Phone:

496, Udyog Vihar, Phase-III, Gurgaon Phone: 496, Udyog Vihar, Phase-III, Gurgaon 122016 Phone: +91-124-2876431 THSTI/NIQ/33/14-15 20 th Aug, 2014 Notice Inviting Quotations On behalf of the Executive Director, THSTI, Gurgaon, Haryana, INDIA, sealed

More information

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara 1 of 11 STATE LOAD DESPATCH CENTRE 132 KV GOTRI S/S Compound, Nr. TB Hospital, Gotri Road, Vadodara-390021 Fax (0265)2352019 Ph. 0265-232 2206 Website: www.sldcguj.com Email : sldcscada.getco@gmail.com

More information

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION MAHARASHTRA ELECTRICITY REGULATORY COMMISSION REQUEST FOR PROPOSAL E-TENDER FOR EMPANELMENT OF SUPPLIER - FOR SUPPLY OF STATIONERY ITEMS, PRINTING & BINDING WORKS IN MAAHRASHTRA ELECTRICITY REGULATORY

More information

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department P a g e 1 Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department PART ONE (FIXED) Instructions to Bidders

More information

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the,

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the, No. MT/1-Cargo-Transportation/PS/2014-15/8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the, 16-10-2014 TENDER NOTICE The Director of Transport, A&N Islands, Port

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS 2019 2021 REFERENCE NUMBER: RFP/AUDIT01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/AUDIT01/2018 PROVISION OF EXTERNAL

More information

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 To NOTICE INVITING TENDER Dear Sir, Sealed Bids are invited on behalf of Director, INST Mohali for Providing of 10 Mbps Internet Leased Line and UTM Firewall

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES A. Introduction 1 Source of funds 2 Eligible goods and services 3 Cost of bidding B. Bidding Documents 4 Content of bidding documents 5 Clarification

More information

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE: OFFICE OF THE ASSISTANT COMMISSIONER OF CENTRAL EXCISE, AND SERVICE TAX: DINDIGUL- I DIVISION, POST BOX NO. 47, DOOR NO.68, NEHRUJI NAGAR, R.M. COLONY ROAD, DINDIGUL- 624 001. Office Phone No.0451-2427

More information

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016 त र सनब स क द ल ल 92 Gram: CENBOSEC, Delhi-92 Email:cbsedli@nda.vsnl.net.in Website: www.cbse.nic.in CENTRAL BOARD OF SECONDARY EDUCATION (An Autonomous Organization under the Union Ministry of Human Resource

More information

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018 REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS 2018 2021 REFERENCE NUMBER: RFP/STR01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/STR01/2018 FACILITATION

More information

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR Transportation of free textbooks and exercise books from Balbharti godown to block level in Maharashtra

More information

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008 The Bidding Documents for

More information

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE Corporate Address : Sardar Patel Vidyut Bhavan, Race Course, Vadodara-390007 Corporate Identity No (CIN) : U40100GJ1999SGC036018 STATE LOAD DESPATCH CENTRE 132 KV GOTRI S/S Compound, Nr. TB Hospital, Gotri

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER TRIPURA STATE ELECTRICITY CORPORATION LIMITED (TSECL) NOTICE INVITING TENDER N.I.T. No. AGM / TC / 2016 17 / 09 dated 20.07.2016. Name of work: - Procurement of Protection Equipments at different Sub-Stations

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Department of Electronics & Information Technology, Ministry of Communications and Information Technology, Govt. of India) Plot No.P1, Phase-1,

More information

Equip_Comp_Desktops Inst_Level_Revised

Equip_Comp_Desktops Inst_Level_Revised Bid Document Equip_Comp_Desktops Inst_Level_Revised E-1 1 NCB The National Institute of Engineering Manandavadi Road, Mysore-570 008 TEQIP Cell contact No. 0821-2480475 Fax No. 0821-2485802 BID REFERENCE

More information

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division, Jalandhar BID DOCUMENT FOR SUPPLY OF AERIAL HYDRAULIC LADDER PLATFORMS

More information

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017 LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017 CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA 2, COMMUNITY CENTRE, PREET VIHAR, DELHI Page 1 CENTRAL BOARD OF SECONDARY

More information

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX 30746 00100 NAIROBI BILLS OF QUANTITIES FOR PROPOSED REFUBISHMENT OF COURTYARD AND DRIVEWAY (PHASE 1) TENDER NO. KICC/27/2017-2018 1 TABLE OF CONTENTS

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu.

1. Offers are invited on behalf of the Diu Municipal Council, Diu. Tender Issuing Authority : The Chief Officer, Diu Municipal council, Diu. -1- INSTRUCTION OF BIDDERS : 1. Offers are invited on behalf of the Diu Municipal Council, Diu. 2. The offer documents consisting a General conditions, specification, conditions of contract price bid etc.

More information

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Notice Inviting Tender for Printing of Accounts Manual of APDCL Tender for Printing of Accounts Manual of APDCL ASSAM POWER DISTRIBUTION COMPANY LTD Single Stage Two Envelope Procedure Tender No: APDCL/CGM(F&A)/PRN/Accounts Manual/2014/3 Date 11.6.2014 Notice Inviting

More information

BID REFERENCE:245/PETCT/GRH/TNMSC/ENGG/2017, Dt

BID REFERENCE:245/PETCT/GRH/TNMSC/ENGG/2017, Dt TAMILNADU MEDICAL SERVICES CORPORATION LIMITED 417 Pantheon Road, Egmore, Chennai - 8 Website : www.tnmsc.com E-mail: enquiry @ tnmsc.com enggenquiry @ tnmsc.com BID REFERENCE:245/PETCT/GRH/TNMSC/ENGG/2017,

More information

Gujarat Electricity Regulatory Commission

Gujarat Electricity Regulatory Commission TENDER DOCUMENT FOR SUPPLY OF MICROSOFT WINDOWS 10 PROFESSIONAL OPERAING SYSTEM October, 2016 Gujarat Electricity Regulatory Commission 6th Floor, GIFT ONE, Road 5C, Zone 5, GIFT City, Gandhinagar, Gujarat

More information

Empanelment of Law Firms for Providing Legal Services Support to NSDC. Under Framework Agreement (Two Bid: Technical and Financial Bid)

Empanelment of Law Firms for Providing Legal Services Support to NSDC. Under Framework Agreement (Two Bid: Technical and Financial Bid) National Skill Development Corporation CIN: U85300DL2008NPL181612 Regd. Office: Block-A, Clarion Collection, (a Hotel) Shaheed Jeet Singh Marg New Delhi-110016 T: +011-47451600-10 F: +91-11-46560417 E-mail:

More information

KENYA MARITIME AUTHORITY TENDER DOCUMENT FOR

KENYA MARITIME AUTHORITY TENDER DOCUMENT FOR KENYA MARITIME AUTHORITY TENDER DOCUMENT FOR Provision of Insurance Brokerage Services. (Group Medical; Group Personal Accident; Group Life; Corporate Travel; Fire & Perils; Burglary & Theft; Computers

More information

NIT for Tender No. GCO 8524 P19

NIT for Tender No. GCO 8524 P19 NIT for Tender No. GCO 8524 P19 Oil India Limited, a Government of India Enterprise intends to hiring of services for upkeepment of coating material store and handling of materials located at PS-4, SEKONI,

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017 SATYENDRA NATH BOSE NATIONAL CENTRE FOR BASIC SCIENCES [Funded by the Department of Science & Technology, Government of India] BLOCK JD, SECTOR III, SALT LAKE, KOLKATA- 700 098 PHONE: +91-(0) 33-2335 5706-08,

More information

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tel : 0832-2285381,2284678 & 679, Fax : 0832 2285649 STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tender Enquiry No. 3(2)/Ani.Sci./AICRP-ADMAS/2016-17-Stores Dated: 12.01.2017 (Last Date for Submission

More information

ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY )

ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY ) ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY ) SUBJECT: TENDER FOR ENGAGEMENT OF CHARTERED ACCOUNTANT FOR PREPARATION OF ANNUAL ACCOUNTING STATEMENTS INTERNAL AUDIT AND FILING

More information

INDIAN INSTITUTE OF SCIENCE BENGALURU

INDIAN INSTITUTE OF SCIENCE BENGALURU INDIAN INSTITUTE OF SCIENCE 30.09.2015 NOTICE INVITING TENDER The Registrar, Indian Institute of Science, Bengaluru invites sealed tenders in Two Bid System (Technical bid and Price bid) from reputed,

More information

for SUPPLY OF HP TONER CARTRIDGE

for SUPPLY OF HP TONER CARTRIDGE SHORT TERM TENDER for SUPPLY OF HP TONER CARTRIDGE Tender no. SPIC/2015/29897/A Date: 24/09/2015 Society for Promotion of Information Technology in Chandigarh ( Under the aegis of Department of Information

More information

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT National Institute of Technology, Raipur TEQIP Cell contact No. 07712254200 BID REFERENCE NO: TEQIP-III/nitr/26 NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT UNDER TECHNICAL EDUCATION QUALITY

More information

2X2000 KVA DG SETS PALANPUR

2X2000 KVA DG SETS PALANPUR TENDER DOCUMENT FOR DESIGN, SUPPLY, AND LABOUR JOB FOR INSTALLATION, TESTING AND COMMISSIONING OF 2X2000 KVA DG SETS FOR BANAS I&II DAIRY PLANT AT PALANPUR Ref: BNS/ENGG/2015/PALANPUR-DG INDEX SECTION

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES INVITATION FOR QUOTATIONS FOR CONSTRUCTION OF CIVIL WORKS UNDER SHOPPING PROCEDURES To Dear Sirs, Sub : INVITATION FOR QUOTATIONS FOR CONSTRUCTION

More information

Software Technology Parks of India Noida

Software Technology Parks of India Noida Software Technology Parks of India Noida BID DOCUMENT (Tender No. STPIN/PUR/QUO/11-12/07 dated 17/11/2011) TENDER FOR HIRING OF VEHICLE SERVICES AT STPI NOIDA 1. MODE OF TENDERING: TWO-BID SYSTEM 2. Tender

More information

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. NIT for Tender No. GCO 8770 P19 Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below. Tender No GCO 8770 P19 Service Description Services of maintaining OIL'S

More information

Limited Tender. Annexure A

Limited Tender. Annexure A Enq No.54/T-268(12-13) Date: 04/12/2012 Limited Tender Sir, Sealed Tender are invited by the General Manager, India Government Mint, Kolkata to carry out the below mentioned job work as per description.

More information

SECTION I TRIPURA STATE ELECTRICITY CORPORATION LIMITED

SECTION I TRIPURA STATE ELECTRICITY CORPORATION LIMITED 1.0 INTRODUCTION SECTION I TRIPURA STATE ELECTRICITY CORPORATION LIMITED NOTICE INVITING TENDER (Domestic Competitive Bidding) TSECL invites sealed Bids / Tenders in 2 (two) parts (Part I : Bid Guarantee

More information

Part A TECHNICAL BID (To be returned duly signed on all pages)

Part A TECHNICAL BID (To be returned duly signed on all pages) TAMIL NADU SALT CORPORATION LIMITED (A GOVERNMENT OF TAMILNADU ENTERPRISE) LLA Building, IV Floor, 735, ANNA SALAI CHENNAI 600 002. PHONE: +91-44-28418344 Fax :+91-44-28525846 +91-4576-262224 +91-4576-262227

More information

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA Regional Office Dehradun BANK OF BARODA Regioanl Office, 410- Indra Nagar Colony, Dehradun Bank of Baroda Regional Office 410- Indra Nagar

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bangalore 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

More information

Ref No /IT/5 04 nd March, Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses

Ref No /IT/5 04 nd March, Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses Ref No. 2010-11/IT/5 04 nd March, 2011 Dear Sir, Purchase of IBM Lotus Domino & Lotus Client Licenses Credit Guarantee Fund Trust

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-024-2017 TENDER DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TEST AND COMMISSIONING OF DELUGE FIRE PROTECTION SYSTEMS FOR GENERATOR TRANSFORMERS AND STATION

More information

Tender Notification for

Tender Notification for Tender Notification for SELECTION OF AGENCIES/ INTEGRATORS / BANKS FOR ESTABLISHMENT OF AUTOMATIC TELLER MACHINE (ATMS) AT BRPL PREMISES ON RENTAL BASIS NIT NO CMC/BR/15-16/ASG/VKS/397 Dt.12.05.2015 Due

More information

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for BalmerLawrie& Co Ltd. Container Freight Station (Chennai) Tender No.BLC/CFS/ISO 14001:18001:28000/13 BALMERLAWRIE & CO. LTD. CONTAINER FREIGHT STATION [No.32, Sattangadu Village, Manali, Chennai-600068

More information

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :. Cost of the Tender Document: Rs. 500/- (Rupees Five Hundred only) CENTRAL UNIVERSITY OF KASHMIR Administrative Campus: Nowgam Bypass, Near Puhroo Crossing Nowgam, Srinagar 190 015 (J&K) Phone: 0194-2140130,

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD-06-2017 TENDER FOR ASBESTOS REMOVAL AND ROOFING OF MATENDENI STAFF HOUSES & 7- FORKS PRIMARY. (EXCLUSIVE TO FIRMS OWNED BY THE WOMEN ). Kenya Electricity

More information

Gujarat State Electricity Corporation Limited

Gujarat State Electricity Corporation Limited + Installed Gujarat State Electricity Corporation Limited An ISO-9001-2008 Certified Company Regd. Office: PROJECT & PLANNING DEPARTMENT, VIDYUT BHAVAN, RACE COURSE, VADODARA 390 007 Ph No: 0265 6612131

More information

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

BID REFERENCE: TEQIP-II/CET/ 2680 Date: NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT TEQIP II CELL COLLEGE OF ENGINEERING AND TECHNOLOGY Techno Campus, P.O.-Ghatikia,Bhubaneswar 751 003 FAX: 0674-2386182; E-mail: principalcet@cet.edu.in; Website: www.cet.edu.in Telephone: 0674-2386075

More information

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender West Bengal Renewable Energy Development Agency Draft General Terms & Conditions of the Tender (1) (a) The Tender shall be submitted in triplicate in 3 (three) separate Sealed Covers (COVER-I, II & III)

More information

NOTICE INVITING TENDER FOR PURCHASE OF 3 KW SOLAR Hybrid UPS SYSTEMS FOR OUR BRANCHES.

NOTICE INVITING TENDER FOR PURCHASE OF 3 KW SOLAR Hybrid UPS SYSTEMS FOR OUR BRANCHES. Hyderabad Zone Information Technology Department A.C.Guards, P.T.I. Building, Hyderabad 500004, Andhra Pradesh Ph: 040-23392027 Website: www.bankofindia.co.in Ref: HYDZO/IT/KBS/1541 Date: 05 th Feb 14.

More information

No SAI/ITR/ Dated. 11/06/2014

No SAI/ITR/ Dated. 11/06/2014 By Registered post to:- SPORTS AUTHORITY OF INDIA JAWAHARLAL NEHRU STADIUM COMPLEX GATE NO.-10, LODHI ROAD, NEW DELHI-110003. No SAI/ITR/2013-14 Dated. 11/06/2014 Sub : APPOINTMENT OF CHARTERED ACCOUNTANT

More information

F. No.3-43/ /S&S NATIONAL COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING (S&S Section)

F. No.3-43/ /S&S NATIONAL COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING (S&S Section) S.No Cost of Tender Document Rs.1,000/- F. No.3-43/2012-13/S&S NATIONAL COUNCIL OF EDUCATIONAL RESEARCH AND TRAINING (S&S Section) Tender Document for supply and installation of EPABX System of 300 lines

More information

TENDER DOCUMENT FOR PROVISION OF DEBT COLLECTION SERVICES

TENDER DOCUMENT FOR PROVISION OF DEBT COLLECTION SERVICES KENYA SAFARI LODGES & HOTELS LTD www.safari-hotels.com TENDER DOCUMENT FOR PROVISION OF DEBT COLLECTION SERVICES TENDER NO: KSLH/PDCS/026/2015 CLOSING DATE:23 RD JULY 2015 AT 12.00 NOON THE GENERAL MANAGER

More information

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies RFP No. NHB/RMD/ICRM/13163/2013 Request for Proposal For Review and Development of Internal Credit Rating Model (ICRM) for assessing Housing Finance Companies Scheduled Commercial Banks Regional Rural

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

SECTION-I TRIPURA STATE ELECTRICITY CORPORATION LIMITED

SECTION-I TRIPURA STATE ELECTRICITY CORPORATION LIMITED 1 SECTION-I TRIPURA STATE ELECTRICITY CORPORATION LIMITED NOTICE INVITING COMPATITIVE BIDDING/ TENDER FOR Providing Electrical Installation (internal electrification) in the newly constructed building

More information

Persons to clean the institute including washrooms

Persons to clean the institute including washrooms 1/14 VAISH TECHNICAL INSTITUTE, ROHTAK Phone No. 01262-248572 NOTICE INVITING TENDER TENDER DOCUMENTS FOR OUTSOURCING CHOWKIDAR, SECURITY GUARD, SAFAI KARAMCHARI & MALIS IN VAISH TECHNICAL INSTITUE ROHTAK

More information

TENDER FOR PRE-ENGINEERED BUILDING AND PUF PANELS WORK FOR CHOCOLATE PLANT COLD STORAGE AND BALAMUL PLANT TENDER DOCUMENTS FOR

TENDER FOR PRE-ENGINEERED BUILDING AND PUF PANELS WORK FOR CHOCOLATE PLANT COLD STORAGE AND BALAMUL PLANT TENDER DOCUMENTS FOR TENDER DOCUMENTS FOR 1. Design, supply, installation, testing and commissioning of Pre- Engineered Building & PUF Panel work for Chocolate Plant cold storage at Food Complex, Mogar on turnkey basis. 1

More information

Approved Vendors List

Approved Vendors List Approved Vendors List No: RITES/IT/INTERNET/2/2012 Dated :- 22 nd Nov 2012 M/s TENDER NO. RITES/IT/INTERNET/2/2012 Sealed tenders are invited by General Manager (IT), RITES Ltd. for providing internet

More information

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

INDIAN INSTITUTE OF MANAGEMENT NAGPUR INDIAN INSTITUTE OF MANAGEMENT NAGPUR TENDER DOCUMENT Group Mediclaim Insurance Policy (GMC) & Group Personal Accident Policy (GPA) for IIM Nagpur PGP Students Pre-Qualification Client Stores and Purchase

More information

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu) NIT.No: CMRL/RS/04/2017 Date: 17.07.2017 Sub: Invitation of sealed quotation for Supply, Installation, Testing & Commissioning

More information

Sale period of bidding document. to AM to 4.00PM

Sale period of bidding document. to AM to 4.00PM SATLUJ JAL VIDYUT NIGAM LIMITED (A joint venture of Govt. of India and Govt. of HP) Dhaula-Sidh Hydro Electric Project H.No.-113, Ward No.-1, Krishna Nagar, Hamirpur, Distt. Hamirpur (HP), Ph. No: 01972-223236

More information

PART - I GENERAL TERMS & CONDITIONS WITH COMMERCIAL BID

PART - I GENERAL TERMS & CONDITIONS WITH COMMERCIAL BID GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED Transmission Circle SURENDRANAGAR TENDER SPECIFICATION FOR ARC for Erection of structure, equipment, earthing and control wiring work for 66kv Transformer

More information

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Ministry of Electronics and Information Technology, Government of India Ganga Software Technology Complex, Sector-29, Noida-201303 Phone: +91-120-2470400; Fax: +91-120-2470403

More information

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees LIST OF CONTENTS Sl. No. DESCRIPTION 1. Annexure I : Pre-Qualification Criteria 2. Annexure II : Instruction to Bidders 3.

More information

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

BHEL : ROD : MUMBAI NOTICE INVITING TENDER BHEL : ROD : MUMBAI NOTICE INVITING TENDER The bidder should ensure the pre-qualification criteria set in the Technical Bid Part A before submission of the bid: Unit : ROD Mumbai Address : 15 th Floor,

More information

Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019

Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019 Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019 The Reserve Bank of India intends taking insurance cover of all the Properties & other assets

More information

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :... CENTRAL UNIVERSITY OF KASHMIR Transit Campus: Sonwar, Near GB Pant Hospital, Srinagar 190 004 (J&K) Phone: 0194-2468354, 2468357, Website www.cukashmir.ac.in Tender No.: CUKmr/Est/ORS/NG/F.No.317/14/02

More information

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018 Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018 Last date for submission of bids : 27.06.2018 upto 05.00 P.M. Date of opening of Online bids : 28.06.2018 at 11.00 A.M. Sealed Tenders are invited

More information

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids: NOTICE INVITING BID Sub: Inviting Bids for Appointment of Chartered Accountants for conducting Statutory Audit and other advisory to DSCI for the Financial Year 2018-19. Delhi State Cancer Institute is

More information

INS INDIA, DARA SHUKOH ROAD, NEW DELHI BIDDING NOTICE

INS INDIA, DARA SHUKOH ROAD, NEW DELHI BIDDING NOTICE INS INDIA, DARA SHUKOH ROAD, NEW DELHI-110011 BIDDING NOTICE 1. Sealed bids are hereby invited by the Commanding Officer, INS India for auction of 02 in no. NPF vehicles on as-is-where-is-basis. Bid details

More information

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS Document No : 834 /IT/2016 TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED

More information

DATED: DUE ON

DATED: DUE ON IMPORTANT: TENDERERS SHOULD READ THE TENDER PAPERS CAREFULLY; SUBMISSION OF TENDER SHALL MEAN THAT THE TENDERER HAS READ AND UNDERSTOOD ALL THE TERMS AND CONDITIONS OF THE TENDER AND AGREES AND BINDS HIMSELF/THEMSELVES

More information

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM.

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM. Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ 02/069-70 For Supply and Delivery of Optical MODEM January, 2013 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,

More information

GOVT. OF KARNATAKA. Telephones: , , Fax:

GOVT. OF KARNATAKA. Telephones: , , Fax: GOVT. OF KARNATAKA Commissioner for Public Instruction At Department of State Education Research and Training, N0. 4, 100, Feet Ring Road, Banashankari 3 rd Stage, Bangalore 560 004. Telephones: 26422372,26422374,26422375

More information

THE NATIONAL TREASURY. Republic of South Africa

THE NATIONAL TREASURY. Republic of South Africa THE NATIONAL TREASURY Republic of South Africa GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT July 2010 THE NATIONAL TREASURY: Republic of South Africa 2 TABLE OF CLAUSES 1. Definitions 2. Application

More information

MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL)

MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL) MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL) CNG & CITY GAS DISTRIBUTION PROJECT FOR PUNE BID DOCUMENT FOR RATE CONTRACT FOR THE PERIOD OF 2 YEARS FOR HIRING OF SUPPORT SERVICES

More information

4. A bid Security of US $1, must be submitted along with the bid.

4. A bid Security of US $1, must be submitted along with the bid. i Invitation for Bids (IFB) Cooperative Republic of Guyana Tender Specification Number GPL - PI - 018-2014 Engineering, Procurement and Construction of a water treatment system at Vreed-en-Hoop 1. The

More information

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER IMPORTANT: TENDERERS SHOULD READ THE TENDER PAPERS CAREFULLY; SUBMISSION OF TENDER SHALL MEAN THAT THE TENDERER HAS READ AND UNDERSTOOD ALL THE TERMS AND CONDITIONS OF THE TENDER AND AGREES AND BINDS HIMSELF/THEMSELVES

More information

Supply, Installation & Commissioning of Queue Management System.

Supply, Installation & Commissioning of Queue Management System. Request for Proposal (RFP) For Supply, Installation & Commissioning of Queue Management System. 1 Item 1: CONTENTS SR. NO. DESCRIPTION PAGE 1. Index 02 2. Document Control Sheet 03 3. Disclaimer 04 4 Bidder

More information

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO W - 1 GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) NAME OF WORK : PERIOD OF SALE OF FROM BIDDING DOCUMENT : TO LAST DATE AND TIME FOR RECEIPT

More information

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT)

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT) 1 MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT) SHORT TERM NOTICE INVITING TENDER Director & Principal, Moti Lal Nehru School of Sports, Rai, District Sonipat (Haryana)-131029 invites sealed tenders for

More information

Request For Proposal (RFP)

Request For Proposal (RFP) Request For Proposal (RFP) FOR Construction of small Sewerage Treatment Plant (STP) having Capacity of 2.0 to 5.0 mld & 5.0 to 10.0 mld on Build Operate and Transfer (BOT) basis in Thane city area. FOR

More information

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED - 1 - BIDDING DOCUMENT FOR SUPPLY AND DELIVERY OF COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/068-69 UDAYAPUR CEMENT INDUSTRIES LIMITED HEAD OFFICE JALJALE, UDAYAPUR, NEPAL. PHONE

More information

रल इल क श फक शन क रप र शन ल मट ड

रल इल क श फक शन क रप र शन ल मट ड BY SPEED POST रल इल क श फक शन क रप र शन ल मट ड RURAL ELECTRIFICATION CORPORATION LIMITED (भ रत सरक र क उघम) (A Government of India Enterprise) Regd Office: Core-4, SCOPE Complex, 7 Lodi Road New Delhi

More information