UBN No Id -

Size: px
Start display at page:

Download "UBN No Id -"

Transcription

1 Door to Door Collection and Processing in ward No. 21 to I II Id - civilmcu@gmail.com UBN No. I II D:\Nirman\G-Schedule\E - TENDERING\.Year \E_10_ _doortodoor\E_10_ Uploding.doc Page 1

2 SECTION- I 0.5% % M.D. RISL, Jaipur 1. Door to Door Collection and Processing in ward No. 21 to ,16,000 4,64,000 5, ,000 E.P.F. Download Download) D:\Nirman\G-Schedule\E - TENDERING\.Year \E_10_ _doortodoor\E_10_ Uploding.doc Page 2

3 1. Download) CCA Open I II D:\Nirman\G-Schedule\E - TENDERING\.Year \E_10_ _doortodoor\E_10_ Uploding.doc Page 3

4 INSTRUCTIONS TO BIDDERS 1. Notice Inviting Bids The Commissioner, Municipal Corporation, Udaipur invites online bids from competent bidders for primary collection and transportation of Municipal solid Waste. The scope includes - daily door to door collection and transportation of Municipal Solid Waste from all houses, institutions, offices and commercial establishments within designated zone of Udaipur Municipal Corporation service area and unloading it at designated place or Waste Disposal Site and converting the waste in to Compost and Other recyclable sellable commodities. Inert materials and non-recyclable items will have to be dumped in a landfill to be designated by UMC. 2. Objective a. To comply with Municipal Solid Waste (Management and Handling) Rules, b. To improve the existing standards of public health and environmental quality by establishing efficient mechanism for collection and transportation of Municipal Solid Waste. c. Ensure clean and hygienic collection and transportation system of Municipal Solid Waste. d. Improve productivity of man, materials and equipment 3. Scope of work A plan shall have to be submitted laying down the details of how bidder proposes to collect waste in each ward and how it proposes to transfer such waste to the dumping yard/waste processing center ( to be provided by with necessary facilities by UMC)and process the same under SWM rules Primary : Collection and Transportation Daily Primary (door to door) collection and transportation of MSW from houses (including slums), hotels and restaurants, all commercial establishments, institutions, offices etc in the Designated Wards( No 21-30). Total 10 Wards of UMC service area. 1

5 The transportation of consolidated waste from Households to designated site (Titardi or a site situated at similar distance) shall be the sole responsibility of the bidder, The vehicle for transporting waste from Household to dumping ground shall be provided by UMC( 15 Nos). Bidder will have to conduct prerequisite survey, study and provide the additional Rickshaw/E-Rickshaw/Try-Cycle (6 Nos) to bridge the required gap to fulfil the door to door collection. Bidder will ensure that collected waste to be covered during transportation and vehicle tracking system in the municipality vehicle must be functional ( VTS/ GPS) during work. 3.2 Pre- transportation All Safety equipments for Drivers and Sanitary Workers required for Primary Collection and Transportation system is to be arranged by the contractor. UMC will provide vehicles, GPS Tracking Device and Speakers for this contract. Municipality will be the responsible for Maintenance of vehicles. 3.3 Procurement/ Arrangement of equipments, vehicles and other accessories for collection, storage & transportation of MSW including their maintenance. Collection and Transportation UMC will not provide any equipments or manpower for door to door collection and transportation of MSW to the Contractor. Contractor shall arrange all the required equipments at their own cost. 3.4 Repairs and Maintenance UMC shall carry out regular repairing and maintenance of all vehicles being deployed in the Contract. Other Equipments and Tools purchased by Contractor has to be maintained by Contractors itself. 3.5 Processing of Wet and Dry waste Bidder will have to find the necessary resources to process the different categories of waste as following- 1. Converting 100% of wet Waste in Compost through facilities provided by UMC( Windrow/Vermi Compost Pits) 2

6 2. Recyclable items such as plastic, Paper, Glass has to be separated, cleaned and converted in to bale and disposed via selling, Shredding and any other innovative method allowable under SWM rules Disposing off the Non-Recyclable and Inert materials in to UMC designated Landfill (As per Direction of UMC Mandate). The quantum of inert materials should not exceed 25% or any other limit prescribed from time to time in Rules of MCU Byelaws. 3.6 The scope that will not include at part of bidder- Sweeping of main and internal roads, open plots and parks, markets etc. Collection and transportation of bio medical waste and industrial hazardous waste. Collection of Waste from Industrial Unit in the said wards. Collection of waste from Bulk Generator if any in said area, whose waste quantum is above 100 KG per day, However Such waste may be collected on payment amount, which shall not be less than Rs. 10,000 per Month. Construction of Compost yard facilities, Segregation Facilities and Infrastructure needed for Processing of MSW under 2016 Guidelines. Routine Maintenance and Repair of vehicle Provided by UMC. 3.7 Work Plan and Methodology The contractor shall arrange all equipment to the service area staff as per the requirement of the service area in different shifts timing. a) The work includes collecting refuse and transporting to disposal sites or Transfer Station. Presently the designated disposal site is at Balicha till the new facility at Titardi is developed, which can be modified with another site situated at similar locality. b) The contractor will reduce the number of Containers to 5o% within first year and will develop the area as Bin-free within second year. c) The contractor shall keep the vehicle clean and tidy, where washing facility will be made available by UMC on a Designated place of Processing. d) It is necessary for contractor to wash the vehicles supplied by them, every day with water spraying at service station. 3

7 e) The vehicles shall reach the starting point of first household before notified time, else penalty clauses will apply. f) The vehicles shall be used for Door to Door collection & from hotels & from large complexes / shopping malls. The contractor shall not refuse deployment of the vehicle Provided by UMC for any of the above mentioned use. In case of Door to Door collection or collection from hotels, large complexes, shopping mall, the driver of the vehicle on reaching the spot will ring the bell or hooter to signal the arrival of the refuse vehicle to the residents, so that the residents can bring their household garbage bins / bags to the vehicle. g) The vehicles shall be used for removal of municipal solid waste as defined in M.S.W. (Management & Handling) rules (i) Contractor will ensure Green Worker with Every vehicle for helping residents in dropping the waste. (j) At the disposal site / transfer station, the drivers of contractor s vehicles shall obey the instructions of the disposal site / transfer station staff for proper entry and unloading at proper place and systematic parking at the site as shown by the municipal staff. (k) In case of breakdown of vehicle, contractor has to make suitable arrangement for next 24 hours; UMC shall make alternate arrangement by deploying standby vehicles within 24 hrs. Such Breakdowns if certified by UMC designated person will not attract penalties prescribed under route change ( Clasue No 1 Schedule of Penalties) or Timing Clauses( Clause No 9 of Schedule of Penalties) (l) The contractor shall provide a board showing that the vehicle is On Municipal services and the name /number of the Ward / zone should be exhibited on the front side of the vehicle at a conspicuous place so long as the vehicle is on municipal duty. Route plan shall be displayed on the front Wind Shield.(Try-Cycles are exempted from same) (m) Contractor will ensure availability of fuel necessary for Covering Designated route plan at all times. 4

8 (n) If it is found that any vehicle has made an accident or is liable to make an accident due to vehicle not being road worthy or due to mal-operation by the contractor s driver or by rash driving or by contractors staff such vehicle s driver shall be debarred and it will be contractors responsibility to make up the alternate arrangement immediately. The liability for such accidents shall be solely with bidder. (o) In case the weigh bridges of the disposal site / transfer station are not operational, the vehicles shall be got weighed at the computerized weigh bridges approved by the UMC. And the cost of weightment shall be reimbursed on production of weighment slips at the time of submission of bills on Actual basis up to Rs.100/-maximum. (p) The cost of any damage injury or death caused by the vehicle or any claim arising out of it, will be recovered from contractor through any of monthly bills. (q) The corporation may authorise / appoint citizen s committee to inspect performance of the contractor. The inspection may be surprise. If the citizen committee detects problem or violation of contract requirements, then the penalty schedule will apply. The contractor will not object to the work of citizen committee and extend co-operation to their work. (r) The successful tenderer shall have to paint the slogan communicated from time to time in any language on the vehicles as & when directed by the Municipal Commissioner / Engineer or his authorised representative. (s) if Any Bidder is interested in sending its Worker with MCU Tipper for Understanding the Area, Such Visits can be facilitated upon written request to UMC. 3.8 For Vehicles Services With Green Worker The successful contractor has to provide the Drivers with Green Workers in two shifts as follows- (a) Morning-6 AM to 11 AM (b) Evening- 3 PM to 6 PM -During Winters Timing may Get extended by 1 Hr for Start and End of collec- 5

9 tion. -The timings may have to be readjusted for most effective collection and transportation work in consultation with ward / zone staff - The contractor shall endeavour to collect all the domestic waste in morning hours, and duration of morning collection hours can be changed by MCU anytime to achieve this objective. The tenderer has to submit the plan for the deployment of Green Worker clearly indicating the nos. of Green Workers on each type of the vehicles with the tender. The contractor has to provide required adequate Green Worker force on each vehicle to collect, lift & transport the garbage so that all refuse collection spots allotted to the route plan of that particular vehicle will be attended. Minimum one Green Worker with driver shall be deployed on each type of vehicle service excluding off reliever / leave reserves. Additional number of persons may have to be deployed to resolve any bottleneck while implementation/continuation of the project. The contractor shall attend to all community collection points / Door to Door points as per the program /route plan finalised in consultation with SI of the ward / zone for each vehicle, for each of the trip, in each of the shift. Under no circumstances the contractor shall not attend or refuse to attend to the program / route plan mutually agreed or skip attending any of the collection points / Door to Door Points in any section of the ward / zone area. Under no circumstances the contractor shall transport debris, silt with the vehicle. Prime objective of the work defined is to see that all the collection points / Door to Door points are attended fully & completely & refuse collected and transported to the disposal site and properly processed. A separate supervisor capable of understanding work plan / program, organizing the vehicle fleet accordingly, capable of directing, disciplining and controlling drivers / operators shall be appointed before commencing the work. A separate supervisor is essential in each shift for every 2 wards. The Green Workers & drivers on these vehicles shall be provided with uniforms & 6

10 safety gears as required by rules. The services are to be provided all the 365 days in a year without any holiday Sundays etc. Contractor has to make substitute provision for off relieving & leave period of the work force deployed In case of the roads totally closed for renovation / reconstruction or laying utility etc., the contractors shall convey the situation to UMC in writing. The work shall be carried out by parking the vehicle at the nearest accessible place by carrying wheeled containers up to the point and back. A duty reporting place will be informed by UMC. Parking of vehicle will be at Titardi Plant or any other similarly situated site. The parking space will be arranged by UMC. In case of Breakdown of vehicle provided by UMC/ Contractor must inform the UMC/Garage Wing for replacement or repair within time. UMC shall find an alternate vehicle as a replacement if breakdown time is more than 24 hrs and repair is not feasible before same. Penalty will be levied if breakdown is due to improper handling of the vehicle. The employees provided for the vehicles, operations and manual work in the area shall be covered under all relevant Green Worker laws & Employment laws prevailing in the state of Rajasthan and in India especially the Minimum Wages Act, the Contract Labour (Regulation and Abolition) Act, 1970 etc and those get introduced in future from time to time. The wages/salary paid to the relevant categories should not be less than that specified under the minimum wages act pertaining to the rates decided by the Central Government revised from time to time. The service provider shall get himself registered with the Labour Commissioner and have a license under the Contract Labour Worker Act. PF and ESI registration shall be submitted with bid. It will be the total responsibility of the successful tenderer to maintain requisite documents, registers etc where applicable. And submit returns regularly to the statutory authority if necessary. 7

11 The service provider shall cover his employees against accidents and mishaps by having third party insurance covered of the employees. In case of revision of minimum wage rates, proportionate increase in charges will be considered from next month from day of revision Fuel Expenses in the process of collection and Transportation of Waste from Households to Designated place must be borne by the Bidder. In case of change of place during course of tender Average fuel Price during the Month and Average mileage will be used as basis for reimbursement of same. This point has clarified in detail at Point No 20 in this Bid document. 3.9 Preparatory work Preparatory work consists of appointing drivers, operators, attendants etc. It will also consist of fixing of pre-determined timings for house to house collection, etc & fine tuning the same by taking trials. Any other work required to be taken up before start of the contract Servicing of Area in Narrow lanes There may be areas where auto tipper can t reach. For such area, 6 tricycles/e-rickshaw with suitable partitions / colouring / branding shall be deployed. Every such vehicle shall be both bought and maintained by bidder. One green helper/ driver shall be deployed for running the tricycle/ E rickshaw Provision for extra auto-tippers In case it is felt that additional auto tippers are required for proper coverage, then UMC at its sole discretion may ask bidder to introduce more auto tippers. The staff and fuel deployed on such tippers shall be paid on pro-rata basis. 4. Mobilisation period and Mile Stone A. The mobilization period will be of 15 days from the date of acceptance letter to procure/arrange the required equipments as per tender for starting the contract in totality. The contract period will start from the date of expiry of mobilization period. However, thereafter no extension will be granted and contractors must provide the machinery and manpower as prescribed in the tender document. 8

12 B. If the contractor fails to start the contract on expiry of mobilization Period by deploying the as per specifications then the contract will be cancelled, EMD / Contract Deposit will be forfeited & the contract will be awarded to next lowest responsive bidder. C. The contractor has to cover the 100% of households of the specified area within 3 months. If contractor fails to cover 90% of households of the specified area in 3 months, it will be ground of cancellation of contract agreement and payment will be made equal to 50% of the contract amount only. D. The contractor has to collect 100% of segregated waste from households of the specified area within 6 months. If contractor fails to collect 90-95% segregated households waste of the specified area in 6 months, it will be ground of cancellation of contract agreement. The determination of Segregation shall be made by randomly checking any auto tipper on any day. If segregation by Volume/Weight is found to be less than 90-95% than it shall be assumed that segregation of all the vehicles on that day has been less than 90% and 50% penalty on all vehicles shall be imposed. 5. Manpower Deployment for Work: The following manpower categories shall be deployed on the vehicles. A liaison person of the contractor shall be always available at the ward / zone. Driver cum Operator for/ CLOSED BODY TIPPER/ MINI closed vehicle supplied by UMC( 17 Nos) Sanitary Worker/Green Worker for Helping Collection( 17 Nos) Helpers at Dumping and composting year at Titardi ( 10 Nos). At least half of this staff is to be recruited from list of rag pickers already surveyed by UMC. Supervisors at designated wards for Carrying out IEC activities and Mobilization of residents for Waste Segregation ( 3 Nos) Supervisors at Each ward for Day to Day monitoring for every 2 wards( 5 Nos) MIS and Helpline Incharge ( 1 NO) Supervisors at Waste Processing Plant at Titardi or any other nearby area.( 3 9

13 Nos) 6. Helpline and Complaints System. Bidder will be responsible for Maintaining the Grievance redressal and MIS system with it s own cost and dedicated line which can be utilised for tracking complaints. Complaints resolution trackers must be submitted for health department verification from time to time. 7. Composting and Secondary segregation. Segregated waste collected by Operator must get processed 100% at designated plant provided by UMC at Titardi or any other similarly situated plot. 100% wet waste Composting must be ensured. Other recyclable items must be disposed off at bidder s cost. Inert or non-recyclable waste must get dumped at municipality designated landfill at balicha. The deployment of manpower for processing shall be done after processing facilities have been created, till than processing related all the penalties will not be levied. 8. Site Visit 8.1 The Bidder is advised to visit and examine the service area under Municipal Limits of UMC and obtain for himself on his own responsibility all information that may be necessary for preparing the bid and entering into a contract for collection and transportation of Municipal Solid Waste. The costs of visiting the service area shall be at the Bidder s own expenses. 8.2 The Bidders must familiarize themselves with local conditions and to take them into account in preparing their proposals. 10

14 9. Important Points to be Noted By The Bidder: 1. The rates to be quoted online shall be inclusive of all taxes, local taxes etc to be paid by the Bidder for the work/service and claim for extra payment on any such account shall not be entertained. 2. Any change that will be made in the bid document by the Municipal Corporation, Udaipur after issue of the Bid Document will be intimated to the Bidder in the form of Corrigendum/Addendum for incorporating the same in the Bid before submitting the bid. 3. The Financial offer should be submitted online only. No hard copy of Price bid should be submitted. 4. The Bidder shall be deemed to have studied the scope of works/service, terms and conditions. The Bidder shall inspect and examine the service area and its surroundings and shall satisfy himself before submitting his bid as to the nature of the work/service and vehicles/machineries necessary for the completion of the works/services. 5. The vehicle transporting waste from each household to dumping ground shall always be covered during transportation and vehicle tracking system (VTS/ GPS) shall have to be Operational at All the time. 6. Minimum Requirements for Deployment of various Manpower will be- (a) Drivers- They must have a valid Driving License to Operate the Vehicle. (b) Green Workers- Must be able to read and write Hindi language. Supervisors- Must be Graduate (D) MIS Person- Must be Graduate and Basic Computer Proficiency 10. Rights of the Corporation 1. Udaipur Municipal Corporation reserves the right to suitably increase/reduce the scope of work included in this bid document. 2. Commissioner UMC reserves the right to accept or reject any application and cancel, reduce or divide the contract under this tender without assigning any reason. 11. Contract Period 11

15 1. The Contractor shall commence performing different activities from the date of acceptance letter, complete all pre-operational activities and arrange for all mobilization within Fifteen (15) days from the date of issue of work order. 2. The contractor should ensure commencement of daily door to door collection and transportation of MSW in the service area within 15 (Fifteen) days from the date of issue of work order and should provide its services to the whole service area within 90 days by ensuring 100% coverage of designated route plans between Agreed Shifts. 3. The Contract Period shall commence from the date of acceptance letter for a period of 2 (Two) years. The Udaipur Municipal Corporation shall review the performance level of work/service under this Contract for renewal of contract for subsequent Operating Year. 4. The contract period can be renewed after 2 (Two) year and may be extended to next one year by Udaipur Municipal Corporation on the basis of performance level of work/service and rates. Alternatively, if the Contractor wishes to discontinue his services and operations at the end of the contract period of 2 (Two) years, he shall provide a minimum of ninety (90) days notice requesting for such discontinuation. 5. Notwithstanding anything the Contractor shall continue to provide services and perform operations till the appointment of a Successor Contractor. 6. The performance of service and work of the Contractor shall be evaluated by Health Department under Udaipur Municipal Corporation, Udaipur every month and report be submitted to Competent Authority through Health Officers/ Incharge. 12. RESPONSIBILITIES 12.1 UMC s Responsibilities The staff of Health Department of UMC shall supervise the Contractor s work and services in the direction of the Competent Authority at all times and notify the Contractor of any defects found/identified in operation and service level during inspection. Such inspection/checking shall not affect the Contractor s responsibilities. 12

16 The Contractor shall have to correct a defect and improve service level within the time specified in the notices UMC will ensure Construction of Weigh Bridge if found necessary, Compost Units, Shade and other Necessary infrastructure prescribed under SWM Guidelines 2016 for the Processing of Municipal Solid waste being Collected and Transported to Site Contractor s Responsibilities 1. The Contractor shall not modify or alter any operations and timings without prior permission of the Competent Authority. 2. Carrying out his operations, and shall be fully responsible for carrying out the operations in a safe and secure manner, consistent with the law of the land, laws and regulations and directives of any Authority and permissions. 3. The waste shall have to be covered during transportation and vehicle tracking system (VTS) shall have to be maintained at All Days.if GPS is damaged new piece to be installed by bidder waiting 24 Hrs and software for GPS will be installed by Bidder. 13. Environmental Compliance The Contractor shall, at all times, ensure his operations and services regarding collection of MSW confirming to the laws pertaining to environment, health and safety aspect including MSW Rules, 2016, policies and guidelines related thereto. 14. Maintenance of Records The Contractor shall maintain records of the waste collected in the required format along with details of GPS Tracking Systems which must include 1. Geo fencing. 2. Idle Vehicle Alert data 3. Point of interest mapping along with pre Approved Route 15. Sale/disposal of Recyclable Waste The Contractor Shall be allowed to sell or otherwise dispose of recyclable waste and Compost recovered from the Municipal Solid Waste, and all revenues of such sale shall be kept by the bidder/contractor. 13

17 15.2 User Charges/Levy Collection User charges have been notified vide circular no. SS(CE)/DLB/15/6625 Dated 11/03/2015 attached Annexure A. The bidder is authorised to collect user charges from all the Households and various establishments for which purpose MCU staff shall accompany bidder s staff and receipt for payment collected shall be given by MCU. The bidder must ensure that overall fee collection efficiency must be at least 40% of total User fee payable for 2 years. 16. Insurance The Contractor shall insure his workmen, equipment etc. No additional burden should fall on the UMC due to absence of insurance. The Contractor shall take out all necessary insurance against theft, dacoit, fire or other Contingencies for infrastructures being developed/arranged/deployed/taken from UMC in his possession under this contract. UMC shall not be responsible for any type of liability in this regard. 17. Accidents 1. It shall be the Contractor's responsibility to protect workmen, materials, equipment, vehicles and other immovable property in possession against accidents. 2. The Contractor shall be solely responsible for any death or body injury to his staff member or any of the people/person in the employment of the Contractor. This includes any third party claims. 3. On the occurrence of an accident, arising out of works, which results in death or which is so serious as to be likely to result in death, the Contractor shall within 24 hours of such accident, report in writing to the Competent Authority, the facts stating clearly and in sufficient details the circumstances of such accident and the subsequent action taken. 4. In the event of an accident in respect of which compensation may become payable under The Workmen s Compensation Act, or any other act whether such compensation may become payable by the Contractor or by UMC, the UMC shall retain whole or part of the deposit due and payable to the Contractor such sum or sums as may in the opinion of the UMC sufficient to meet out liability, on receipt of award / zone from the Green Worker Commissioner in regards 14

18 quantum of compensation the difference in amount will be adjusted. 18. STAFF & GREEN WORKER 18.1 Engagement of Staff & Green Worker 1. The Contractor shall employ skilled, disciplined and sincere Green Worker (Safai Kamgar here called as Swachhata Doot) in sufficient numbers for carrying out door to door collection, loading and unloading operations, Composting and Sorting work at the required rate of progress and of quality to ensure workmanship of the degree specified in the Contract for timely fulfilling of the Contractor s obligations under the Contract and to the satisfaction of the Competent Authority. 2. He shall have to prepare work distribution plan by dividing the entire service area into different beats/sectors, the Contractor shall have to comply with the norms mentioned in the Manual on Municipal solid Waste Management issued by the Central Public Health and Environmental Organization, Ministry of Urban Development, Government of India. 3. The Contractor may, at his own cost and responsibility, increase workforce, alter nos and roles in order to meet the requirement of work. The Contractor has to ensure presence of adequate workforce to carry out the different task effectively to the satisfaction of Udaipur Municipal Corporation. 4. The staff and workers deputed by the Bidder during the course of contract must behave decently with the Corporation s officers and staff and with the common people. The Bidder shall have to withdraw such person, who is found to be undisciplined, misbehaving, under the influence of intoxicants or whose services are considered detrimental to the Corporation s Interest. The Contractor shall be solely responsible for the behaviour and honesty of deployed Workforce. The competent Authority reserves the right to ask for the replacement of the personnel not found fit enough in respect of discipline, honesty and sincerity. The Contractor shall ensure that such person leaves the service area within seven (7) days and has no further connection with operation under this Contract. The Con- 15

19 tract shall then appoint or deploy a suitable replacement of such person. Failure to replace the personnel after issuance of notice by the Competent Authority will be considered as deficiency in the service. 5. The Contractor shall comply with all the provisions of the laws regarding deployment of Green Worker under the contract. It shall be the liability and responsibility of Contractor to implement the provisions of Acts; the Abolition of Contract Green Worker Act, The Minimum Wages Act and the Workmen s Compensation Act. In addition to followings: (a) The Contractor shall not employ in connection with the operations and services under this contract any person who has not completed his/her eighteenth year of age. (b) At all times during continuance of the Contract, the Contractor shall abide by all existing and future Green Worker enactment and rules made there under, regulations, notifications and bye-laws of the Central, State or Local Government. The Contractor shall keep the Corporation indemnified in case any action is taken against the Corporation by any Authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. (c) The Contractor shall keep all records desired under the said Green Worker laws submit periodical returns to the respective statuary Authority. The Contractor shall in respect of Green Worker employed by him comply with or cost to be complied with provisions of the various Green Worker laws and the Rules and Regulations as applicable to them in regards to matters provided therein. (d) (e) The Contractor shall obtain the license in accordance with the Rules and Provisions of Contract Green Worker (Regulation and abolition) Act, 1970 and adhered all terms and condition stipulated therein if applicable. The Contractor shall pay the staff deployed by him under this Contract as per the minimum wages act in force and amendments. (f) Notwithstanding anything contained herein, the Corporation may take such action as may be necessary for compliance of the various Applicable Green Work- 16

20 er Laws and to recover the cost thereof from the Contractor. 1. The Contractor shall take full responsibility to provide the following facilities to his deployed staff/ laborers. (a) (b) The payment of wages to the workers & giving all other facilities according to the Minimum Wages Act & Employees State Insurance Scheme. Medical check-up of each staff engaged with management and handling of Municipal Solid Waste under this Contract once every twelve month for communicable diseases at the Contractor s cost and submitting the report to the Competent Authority. (c) Ensuring deployed staff in pre-scribed uniform and Identity Card with photo during working hours. Note : Logo of UMC shall be as per the approved design on the uniform. 19. Reporting The Contractor shall provide mobile phones to Supervisors and Company s Representative. These telephone numbers should be communicated to UMC. The Contractor shall carry out all reporting to the concerned Sector Officers and Health Officer of Udaipur Municipal Corporation, Udaipur as follows. A Weekly Summary of GPS Routes and Vehicle tracking system Report shall be submitted to the Health officer (HO). The format may be updated by UMC, and such updated format shall have to be complied with within 15 days. A daily report of complaint received from the public/municipal Staff and actions taken shall be submitted to the office of the Health officer weekly in Format required by UMC. For tabulating the complaints, the contractor shall keep a phone helpline as well as a website & mobile app for registering complaints. 20. Fuel Charges Assessment Methodology The Fuel Cost has been calculated considering An Average Distance of 32 KM. From the 10 Wards ( Nos 21 to No 30 of UMC) till Balicha Dumping Yard Considering mileage of 10 KM/Ltr. Multiplied by Distance. Total Amount comes around 1,26,000 which is 15.75% 17

21 of Total Estimated cost of Door To Door Collection( Excluding Processing Cost) Corresponding Average Distance with Titardi is 26 KM therefore once Titardi Plant become operational the fuel cost which is 15.7% of the Estimated Cost of Door to Door collection shall get reduced by 5%, and the payment shall be given out at reduced rate. Price of diesel ( Fuel) is being considered at 70 rs per ltr. Average price of Diesel for a particular month shall be submitted by successful bidder and base on prevailing average price for particular month amount for fuel shall be calculated. Calculation sheet in the Annexure B of this Bid Document. 21. Pre-Operational Activities 1. The Bidder shall have to complete the various activities before starting operations of collection of MSW in the service area. The Bidder shall commence all activities concurrently. The details of activities are as follows. S.No. Description of Activity Issue of Letter Of Acceptance (LOI) from employer Acceptance of LOI from contractor Signing of Agreement Issue of work order Preparing Route Plan and submitting to the Competent Authority. Submission of (Company Representative, Supervisors and Safai Kamgar) Training to the field staff deployed for collection of MSW Duration for Completion of Activity (in Days) Start date Within seven (7) days from the date of issue of LOI. Within Fifteen (15) days from the date of Letter of acceptance(loi). On the date of signing of agreement Within (30) days from the date of issue of work order to the Contractor to commence work by the Employer Minimum two days training to all within seven days after their recruitment 18

22 Collection of Waste from 100% Households as per Agreed Geo Fencing /points of interest plan. Collection of Segregated Waste from 100% Households as per Agreed Geo Fencing / points of interest plan. 100% of Wet Waste Collected must get Converted in to Compost Meeting with the Competent Authority to review all activities within 90 days of Sign of Contract Within 180 days of Sign of Contract Within 90 Days of Installation of Matching capacity by UMC at Designated Processing Area Meeting Regularly and reporting about the progress weekly in writing 22. Penalties 1. The relevant staff of Health Department of Udaipur Municipal Corporation, Udaipur shall visit the service area and inspect various areas and evaluate performance level for collection of MSW every day. The staff will inform the Contractor in writing for deficiencies in work and instruct contractor to improve performance level of services and operations. The Contractor shall take actions to perform as per the directives given to him by UMC. If the Contractor fails to comply with the directions, he will be liable for penalties. The concerned Health Dept. officers shall determine the penalties applicable based on the operations not carried out properly by the contractor. 2. After the date of start of actual operation i.e. daily door to door collection, and transportation of MSW the Contractor shall be subject to the following penalties for his failure to carry out operations and providing services properly. SCHEDULE OF PENALTIES. S. No. Basis of Penalty Penalty value (In Rs.) 19

23 1 GPS Route Followed % full Payment 75-90%- 25 % Deductions 50-75%- 50% Deductions Less Than 50%-100% deductions 2 Disposal of waste to other place than the designated disposal place. 3 Failing to pick up waste from a household/ shop/establishment Rs. 5000/-per incidence Rs. 100/- per day per house / shop/ establishment 4 Transportation without covering properly Rs. 5000/- per incidence 5 Deployment of workers without approved uniform and identity card 6 Non Coverage of Point of Interests at particular route 7 Not providing facility on vehicle to inform citizens e.g. whistle, Bell etc. 8 Delay in collecting and transporting from approved time schedule 9 Penalty for any vehicle reported late, (after scheduled time but within 15 minute of intimated reporting time) 10 Penalty for vehicle reported late, (after first 1 hr of intimated reporting time) Per worker Rs 100 per day per worker Rs per Miss for the Designated Route Rs. 500/- per vehicle per day Rs. 1000/- per vehicle per hour Rs. 100/ per vehicle per shift Rs.1000/- per hour 11 Penalty for failure to provide On Municipal Duty board on the vehicle 12 Failure of GPS system to pr o vide reports / results in Municipality Supplied Vehicles Rs.500/- per service Rs. 2000/- per day 20

24 13 Failure to meet Bin free target as- Within 3 months one bin Within 6 months 15% Within 9 months 30% Within 12 months 50% Within 15 months 70% Within 18 months 85% Within 24 months 100% No fine will be levied if 90% bins have been removed 14 Failure to achieve proper segregation (a) less than 95% (b) 75% - 95% If the target for a quarter is not met, then the fine of Rs. 10,000/- per bin per month shall be recovered. Penalty is 50% of total contract value for one day of all vehicles No payment (Zero) 15 Failure to Mobilise Complete Manpower a) INR 300 /Day for Driver/Green worker b) INR 800/day for Supervisor 3. The Contractor shall cater the entire service area for daily door to door collection of MSW within 90 days from the date of issue of work order. In failing to do so, the Contractor shall submit in writing, to UMC through the Competent Authority, the reasons of delay specifying the area where he is not able to provide the services along with the reason. UMC shall consider for the default if the cause is reasonable and genuine. UMC along with the contractor shall find out a suitable means to resolve the problem if the problem is genuine and could not have been anticipated. UMC can terminate the contract in the situation of non-start of field operations without genuine cause. Penalties shall be applied in case of defaults as indicated above. The Health Officer/Chief Sanitary Inspector/Zonal Officer/Assistant Sanitary Inspector / Health Inspector shall cause notice to be served to the contractor about such default. The notification shall instruct the contractor to present his case indicating the reasons for attracting such penalties. If it found that the cause of default is not by way of contractor's action, notice issuing offi- 21

25 cer shall determine the actual cause and the contractor shall be allowed to rectify the defect immediately without any penalty. 22

26 23. QUALIFICATION CRITERIA The Applicants competence and capability is proposed to be established by the following parameters: (a) Related Experience in the field of Municipal Solid waste management or similar nature (b) Financial capability of the company The Applicant must satisfy all of the following Qualification Criteria for experience. Qualification for Experience in the field of MSW management of bidder shall be considered Qualification Criteria Technical and Experience a. Contractor must have experience of at least one year of successful working in the field of Solid Waste Management for door to door collection or collection & transportation in a city or part of city (minimum cluster of 10 wards) within State of Rajasthan. The work order showing experience shall be supported with certificate from competent authority / Commissioner of the local body confirming 1 year successful operation by the contractor. Unsupported Claims of experience will not be considered for evaluation. And any one of following (i) Experience for Construction of Sanitary Landfill. (ii) Experience of Operating composting Plant up to 10 MT capacity (iii) Running of Transfer stations with pre sorting mechanism. b. Contractor/Bidder Must have proof of at least 25 on roll Staff since last one year Chartered account Certificate and Provident funds records/employee Group Insurance Policy must get Accompanied with Same. c. Bidder Must be a Society/Trust/NGO or a Company /Firm Registered.( Certification of Registration must be Uploaded) d. Bidder Must have proof of Experience under IEC, Communication related Capacities in relation to Govt.( State Govt/Central Govt. Agency) on similar work /assignments, as IEC is a core component of the project. 23

27 23.2 Qualification Criteria Financial Capability a. Average annual Turnover of last 3 years should be minimum Rs Lac b. The Applicants should provide information regarding the above based on audited annual accounts of last three years. The financial year would be the same as the one normally followed by the Applicant for its Annual Report. c. In case the Applicant fails to provide such Audited Financial Statements and the bid will be rejected as non-responsive. d. The Bid document must be accompanied by the audited Balance Sheet, Profit and Loss Account and income tax return of last three financial years of the Applicant. e. In case of Joint Venture, Consortium Total Turnover of All the bidder will be considered under Qualifying criterion. Signature of Contractor 24

28 Validate Print Help Item Rate BoQ Tender Inviting Authority: CMC, Udaipur Name of Work: Door to Door Collection in ward no. 21 to 30 and Operation and Maintanance of Plant (Processing Plant). Contract No: NON SOR Bidder Name : PRICE SCHEDULE (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only ) NUMBE R Sl. # No. TEXT # Item Description NUMBER Quantity # TEXT # Units NUMBER Estimated NUMBER # BASIC RATE In NUMBER # TOTAL AMOUNT Rate Figures To be With all Taxes entered by the and Other Bidder With all expenses Taxes and Other expenses Rs. P A) Deployment of Manpower, Green 1.00 months 0.00 Workers, Drivers in Ward No ( Total 10 WARDS) for Waste Collection, Ensuring Primary Segregation and Transportation under SWM Rules As Specified in Bid Document Complete in All respects as Directed by Engineer incharge/health Officer in Charge for UMC 2 B) Deployment/Supply of Team of 1.00 months 0.00 Manpower/Suprevisor and Green Workers for Processing of Waste collected from 10 Wards( Ward No 21-30) and Operation and Maintenance of Composting PLants and Facilities, Preparing Bales and Packaging of Finished Compost and other Recyclable materials under SWM Guidelines Complete in All respects as per Direction of Engineer in Charge/Health Officer in Charge for UMC. 3 Note :- Rates Quoted must be inclusive of Prevailing GST Rates. If rate changes or deemed inapplicable the payment shall be made accordingly 1.00 months 0.00 Total in Figures 0.00 Quoted Rate in Words INR Zero Only

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR QUOTATION FOR AIR-CONDITIONING WORK FOR BANK OF INDIA AT Sawaimadhopur BRANCH BIDDER/FIRMS NAME & ADDRESS:.... CLIENT ZONAL MANAGER Bank of India Zonal

More information

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK: Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK: SCHEDULE OF ITEMS FOR A.C. WORKS - EXISTING BRANCHES IN THE REGION RO JAIPUR

More information

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. (A Government of India Enterprise) Technical Services Centre, Tigaon Road, Neemka-121004, District Faridabad (Haryana) NOTICE INVITING

More information

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR THE REGISTRAR JIWAJI UNIVERSITY GWALIOR Website : www.jiwaji.edu To, (Technical Form) JIWAJI UNIVERSITY, GWALIOR (M.P.) (Format

More information

BID DOUCMENT FOR ELECTRONIC TENDRING

BID DOUCMENT FOR ELECTRONIC TENDRING 1 Board of School Education Haryana, Bhiwani (ISO Certified Organization 9001:2008) BID DOUCMENT FOR ELECTRONIC TENDRING FOR HIRING THREE JEEPS To The Secretary Board of School Education Haryana, Bhiwani

More information

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida-201301 NOTICE INVITING TENDERS Separate sealed tenders with 120 days validity from the date

More information

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR THE REGISTRAR JIWAJI UNIVERSITY GWALIOR Website : www.jiwaji.edu JIWAJI UNIVERSITY GWALIOR TENDER NOTICE JIWAJI UNIVERSITY,

More information

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai -400033 Tender No. IMU-MPC/Vehicle Hire/2018-2019/07 Dated: 25-05-2018 TENDER NOTIFICATION Sealed

More information

Employees State Insurance Corporation Hospital, Manesar

Employees State Insurance Corporation Hospital, Manesar Employees State Insurance Corporation Hospital, Manesar Ministry of Labour & Employment, Govt. of India Plot No.41, Sector-03, IMT, Manesar, Gurgaon(Haryana)-122050 Phone/Fax No.- 0124-2290189, Email:

More information

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation) ANDREW YULE AND COMPANY LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) ELECTRICAL DIVISION SWITCHGEAR UNIT 14 MAYURBHANJ ROAD KOLKATA 700023 TELEPHONE: 24491601/24491770 FAX: 24491184 Tender No. AYCL/ED/SWG/14-16/Security

More information

IDBI BANK LTD. TENDER

IDBI BANK LTD. TENDER IDBI BANK LTD. TENDER (PART 1 & 2) NAME OF THE WORK Annual Maintenance Contract (AMC) for Electrical Installation at IDBI Tower, Mumbai. NAME OF THE TENDERER ADDRESS..... ISSUE OF TENDER May 22, 2015 LAST

More information

60,000 K.MS. PER YEAR WITH WHITE COLOUR.

60,000 K.MS. PER YEAR WITH WHITE COLOUR. 1 SUB: TENDER FOR HIRING OF 01 NO. DIESEL OPERATED, MAKE MAHENDRA BOLERO JEEP SHOW ROOM DELIVERY FOR BOARD OF SCHOOL EDUCATION HARYANA, BHIWANI. FOR A PERIOD OF THREE YEARS ON MONTHLY BASIS FURTHER EXTENDABLE

More information

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East

More information

NATIONAL TRAINING ACADEMY EMPLOYEES STATE INSURANCE CORPORATION DWARKA SECTOR-23, NEW DELHI Phone: , Fax:

NATIONAL TRAINING ACADEMY EMPLOYEES STATE INSURANCE CORPORATION DWARKA SECTOR-23, NEW DELHI Phone: , Fax: NATIONAL TRAINING ACADEMY EMPLOYEES STATE INSURANCE CORPORATION DWARKA SECTOR-23, NEW DELHI-110077 Phone: 011-28050242, Fax: 28050242 Tender No. 01/NTA/Dwarka/Staff Car Date: 05.04.2013 The Insurance Commissioner,

More information

National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad

National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad National Institute of Pharmaceutical Education & Research, Balanagar, Hyderabad 500 037 Dated: 09 th August, 2018 Notice Inviting Quotation Subject: Hiring of Vehicles/Cars on daily/monthly basis for official

More information

Created with Print2PDF. To remove this line, buy a license at:

Created with Print2PDF. To remove this line, buy a license at: NO: RITES/ROC/O&M/BSP BHILAI/MAN POWER SUPPLY/978 NEW Dated:- 26/06/2012 Dear Sir, SUBJECT: Limited Tender for supply of Skilled Man power (Below 58 years) on contract basis and Retired Railway Staff to

More information

No. RLIC/MP/HOO/ Dated: 13th February, Notice inviting tenders for outsourcing security service

No. RLIC/MP/HOO/ Dated: 13th February, Notice inviting tenders for outsourcing security service No. RLIC/MP/HOO/2018-19 Dated: 13th February, 2018 Notice inviting tenders for outsourcing security service Sealed tenders are invited from empanelled Security Agencies registered with DGR for providing

More information

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA CURCHOREM BRANCH, CURCHOREM, GOA. TECHNICAL BID Part - I NOTICE INVITING TENDER & GENERAL CONDITIONS OF CONTRACT. OWNERS Bank of

More information

Terms & Conditions of e-auction for Sale of Anthracite Breeze

Terms & Conditions of e-auction for Sale of Anthracite Breeze Terms & Conditions of e-auction for Sale of Anthracite Breeze 1. Eligibility: Any citizen of India can participate in e-auction for procurement of coal by-products. 2. Registration: 2.1 Before participation

More information

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company ) E-Procurement NOTICE INVITING TENDERS (e-nit) Sealed E-tenders from reputed and experienced firms are invited in two-bid system for Provision of Printing Facility Inside HSL. 1 Tender Number OS/998/Printing/147/2017

More information

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE OFFICE OF THE COMMISSIONER OF CUSTOMS (GENERAL) JAWAHARLAL NEHRU CUSTOM HOUSE, NHAVA SHEVA TAL-URAN, DISTT. RAIGAD, MAHARASHTRA-400707, TEL: 022-27241816 F. No. S/43-363/2015-16 MTO JNCH Date: 04.07.2017

More information

REGIONAL OFFICER. Page 1 of 11

REGIONAL OFFICER. Page 1 of 11 CENTRAL BOARD OF SECONDARY EDUCATION, REGIONAL OFFICE New No:3, (Old No:1630-A), J Block, 16 th Main Road, Anna Nagar (West), Chennai 600 040 Phone No: 044-26162213/26162214 TENDER NOTICE Date: 06.01.2016

More information

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION 1 P a g e Uttar Pradesh Rajkiya Nirman Nigam Ltd 168 C, Ashok Nagar, Ranchi (Jharkhand) Ref:

More information

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH SRI VASAVI ENGINEERING COLLEGE CAMPUS, TADEPALLIGUDEM 534 102 No. NITAP/CS-01(C)/2018-19 Dated: 30-05-2018 INVITATION FOR TENDERS FOR SUPPLY OF Item No.

More information

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR AN ISO 9001 & ISO 14001 COMPANY TENDER DOCUMENT NIT No.: NRO/CON/738/667 date : 12.10.2018 FOR Supply, Installation, Testing, Commissioning & Handing- over of Medical equipments (Group-7F) for Government

More information

Terms of Reference(ToR) for Outsourcing of Biomedical Waste Management Services, DHH Kendrapara

Terms of Reference(ToR) for Outsourcing of Biomedical Waste Management Services, DHH Kendrapara Terms of Reference(ToR) for Outsourcing of Biomedical Waste Management Services, DHH Kendrapara 1. Along with the Application following Document will submitted as bellow. (a) NGO/ Farm/ Company/ Trust

More information

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor Annexure II 1) Premises: Engineering Projects (India) Ltd. (A Govt. of India Enterprises) Scope Complex, Core 3 7, institutional area, Lodhi Road, New Delhi 110003 2) Area: 61492 square feet (AC & Non-AC)

More information

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company)

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company) SJVN LIMITED (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company) DOIMUKH HEP (80MW) ARUNACHAL PRADESH TENDER DOCUMENT (PCD-14/2015) Page 1

More information

TENDER DOCUMENT SECURITY CONTRACT

TENDER DOCUMENT SECURITY CONTRACT TENDER DOCUMENT FOR SECURITY CONTRACT JIWAJI UNIVERSITY, GWALIOR (M. P.) PRICE Rs.1000/- Only Tel: (0751) 2442801, 2442823 Website:www.jiwaji.edu JIWAJI UNIVERSITY, GWALIOR(M.P.) Tender No.: JU/Sec/2011/

More information

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M. INSTITUTE OF HOTEL MANAGEMENT BADKHAL LAKE CROSSING, FARIDABAD,121001 PH.NO.0129-4052466/77 (i) (ii) Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM

More information

TIDEL PARK COIMBATORE LIMITED (A JV of TIDCO, ELCOT, TIDEL & STPI)

TIDEL PARK COIMBATORE LIMITED (A JV of TIDCO, ELCOT, TIDEL & STPI) TIDEL PARK COIMBATORE LIMITED (A JV of TIDCO, ELCOT, TIDEL & STPI) INFORMATION TECHNOLOGY PARK BUILDING COMPLEX AT ELCOSEZ, COIMBATORE 641 014 VOLUME II Financial Bid SCHEDULE OF RATES Tender for providing

More information

State Bank Of India Administrative Office, Varanasi NOTICE

State Bank Of India Administrative Office, Varanasi NOTICE State Bank Of India Administrative Office, Varanasi NOTICE NAME OF BRANCH HIRING OF GENERATOR SETS Sealed tenders are hereby invited for hiring of...kva Gen Sets with CPCB compliant acoustic canopy to

More information

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad. OFFICE OF THE COMMISSIONER OF CUSTOMS (GENERAL) CHS SECTION, JNCH, NHAVA-SHEVA, TAL URAN, RAIGAD, MAHARASHTRA 400 707 Tel: 022 27244902 Fax: 022 27243303 F.No. S/43-187/2007P JNCH PT1 Date: 15.03.2018

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA (Ministry of Electronics & Information Technology) 2nd FLOOR, WEBEL STP II BUILDING, PLOT NO -53, BLOCK - DN, SECTOR-V, SALTLAKE, KOLKATA 700091. www.kol.stpi.in NOTICE

More information

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE) RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE) NOTICE FOR EMPANELMENT OF SUPPLIERS / STOCKISTS / CHEMISTS FOR SUPPLY OF DRUGS & MEDICINES TO 4 DISPENSARIES

More information

Odisha State AYUSH Society National AYUSH Mission. Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha

Odisha State AYUSH Society National AYUSH Mission. Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha Odisha State AYUSH Society National AYUSH Mission Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha **** [ No.VI-S-GS-17/2015 (Pt.I) -4657 /OSAS, dated 30.5.2017 ] TENDER DOCUMENT

More information

TATA INSTITUTE OF SOCIAL SCIENCES V.N. Purav Marg, Deonar, Mumbai

TATA INSTITUTE OF SOCIAL SCIENCES V.N. Purav Marg, Deonar, Mumbai TATA INSTITUTE OF SOCIAL SCIENCES V.N. Purav Marg, Deonar, Mumbai - 400 088 NOTICE INVITING TENDERS No. ID&S/PB/AMC/6/17 Date:29/05/2017 1. Sealed tenders for Annual Job Contract containing item-wise rates

More information

TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM TO

TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM TO 1 TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM 01.05.2018 TO 04.06.2018 TAMILNADU TOURISM DEVELOPMENT CORPORATION LIMITED, TAMILNADU TOURISM COMPLEX, No.2, WALLAJAH

More information

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS 1) Name and Description of the work STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS NIT NO: 31/2017-18; Dt: 04.01.2018 : AIR CONDITIONING WORKS FOR SBI LADIES CANTEEN, LHO

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat INDIRA GANDHI NATIONAL OPEN UNIVERSITY Regional Centre Jorhat House No. 337, A.T Road, Tarajan, Jorhat-785001 F. No. IG/JHT.RC/ESTT-49/H.VEH/13-14/156 Dated 8 th May 2015 To, M/s Sub: Hiring of Taxi for

More information

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI (A

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI (A INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI (A State University Established by Govt. of NCT of Delhi) Okhla Phase-III, New Delhi-110020 Tel.: 011-2690-7400-04, Fax: 011-2690-7405 Website: iiitd.ac.in

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

GENERAL TERMS & CONDITIONS:-

GENERAL TERMS & CONDITIONS:- GENERAL TERMS & CONDITIONS:- 1 If the Officers of the HSWC responsible for supervision of the performance of the maintenance contract, find at any time that the cleanliness is not upto desired level and

More information

Notice Inviting Tender.

Notice Inviting Tender. ODISHA STATE BEVERAGES CORPORATION LIMITED (A GOVERNMENT OF ODISHA UNDERTAKING) 2 nd FLOOR, FORTUNE TOWER, CHANDRASEKHARPUR, BHUBANESWAR-751023 (ODISHA) CIN: U51228OR2000SGC006372 Notice Inviting Tender.

More information

Tender Notice No 02/12-13

Tender Notice No 02/12-13 - 1 - Tender Notice No 02/12-13 Name of work :- Hiring of Taxi/Maxi passing company made closed body diesel vehicle with A.C Bolero/Tavera/ Qualis/ Xylo or equivalent model on Annual Rate Contract for

More information

COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH

COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH 1 COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH ( HUMAN RESOURCE DEVELOPMENT GROUP ) CSIR Complex, Library Avenue, Opp. Institute of Hotel Management Pusa, Mew Delhi-110012. TENDER DOCUMENTS For hiring of

More information

SYNDICATEBANK: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120)

SYNDICATEBANK: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120) NAME OF THE WORK:BRANCH TRANSFORMATION AS PER ANANYA GUIDLEINES: AMRAVATI MAIN BRANCH (5120): ELECTRICAL WORKS. SYNDICATEBANK: SCHEDULE OF ITEMS: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120) No Specifications

More information

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH No. NITAP/CS-01(C)/2018-19 Date: 30.05.2018 INVITATION FOR TENDERS FOR SUPPLY OF Item No. C: HIRING OF VEHICLES ON RENTAL BASIS C (1). TOYOTO FORTUNER (Diesel) 4 x 2 MT SUPER WHITE/ PEARL WHITE (01 No.)

More information

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES TENDER NO.:NTSC/OKHLA/ADMN/8(203)/2017-18 NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III, Near

More information

NOTICE INVITING TENDER FOR HIRING OF VEHICLES

NOTICE INVITING TENDER FOR HIRING OF VEHICLES OFFICE OF THE CHIEF ELECTORAL OFFICER, DELHI GOVT. OF NATIONAL CAPITAL TERRITORY OF DELHI OLD ST. STEPHEN COLLEGE BUILDING, KASHMERE GATE, DELHI-110006 NOTICE INVITING TENDER FOR HIRING OF VEHICLES Online

More information

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for

TENDER NO: APD/ Customs Car /15-16/02 Date: 07/04/2015 TECHNICAL/COMMERCIAL BID. Tender Document for BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION P-3/1, Transport Depot Road Kolkata 700 088 Phone No. 2450-6810/ 2450-6816 Fax No. 2449-8355 Email No.:mukherjee.soumik@balmerlawrie.com TENDER NO: APD/

More information

GOVERNMENT OF ANDHRA PRADESH OUTSOURCING SERVICES TO THE APMSIDC

GOVERNMENT OF ANDHRA PRADESH OUTSOURCING SERVICES TO THE APMSIDC GOVERNMENT OF ANDHRA PRADESH * * * * * BID DOCUMENT FOR OUTSOURCING SERVICES TO THE APMSIDC Tender Notice No. : T.No: 05/APMSIDC/2013-14, Dt: 18-07-2013. Name of the Agency : and Address -----------------------------------------------------------------------------------------------------------------

More information

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. HOUSE KEEPING in

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. HOUSE KEEPING in NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI- 600006. Tender Document For HOUSE KEEPING in ZONAL,BRANCH OFFICE, AND GOWDOWN PREMISES at 422 ANNA SALAI,Chennai-600006 AND Madhavaram,Chennai-600110

More information

Created with Print2PDF. To remove this line, buy a license at:

Created with Print2PDF. To remove this line, buy a license at: NO: RITES/ROC/O&M/KOPT/Vehicle/1008 Date: 21.01.2013 Dear Sir, SUBJECT: Limited Tender for HIRING OF 01(ONE) NON A/C Ambassador (Diesel)/Maruti Swift (Diesel)/Tata Indigo or similar vehicle for 12 hrs

More information

Created with Print2PDF. To remove this line, buy a license at:

Created with Print2PDF. To remove this line, buy a license at: NSPCL/BHILAI MAN POWER SUPPLY CONTRACT NO: RITES/ROC/O&M/MANPOWER SUPPLY/NSPCL BHILAI/1014 Dated: 16.10.2012 Dear Sir, SUBJECT: Limited Tender for supply of Retired Railway Staff to work on lump sum remuneration

More information

Engineering Projects (India) Limited Contracts Division- CO, New Delhi DLI/CON/686B/

Engineering Projects (India) Limited Contracts Division- CO, New Delhi DLI/CON/686B/ Engineering Projects (India) Limited Contracts Division- CO, New Delhi DLI/CON/686B/618 23.06.2018 Subject: Tender for Construction of G+7 RCC Framed Structure tenements blocks with Bus bar rooms including

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

TELANGANA UNIVERSITY DICHPALLY,NIZAMABAD

TELANGANA UNIVERSITY DICHPALLY,NIZAMABAD TELANGANA UNIVERSITY DICHPALLY,NIZAMABAD-503 322 Lr. No. 20/AAO /REG/TU/NZB/2016, date: 17-02-2016 Tender Notice Sealed Tenders are invited from the reputed agencies/ firms/operators/ companies/ registered

More information

Government of India Department of Space INDIAN INSTITUTE OF SPACE SCIENCE AND TECHNOLOGY Valiamala PO, Thiruvananthapuram

Government of India Department of Space INDIAN INSTITUTE OF SPACE SCIENCE AND TECHNOLOGY Valiamala PO, Thiruvananthapuram Government of India Department of Space INDIAN INSTITUTE OF SPACE SCIENCE AND TECHNOLOGY Valiamala PO, Thiruvananthapuram- 695 547 NOTICE INVITING TENDER Sealed tenders are invited under two Bid system

More information

L&T HOWDEN PVT. LTD. HAZIRA MANUFACTURING COMPLEX, SURAT

L&T HOWDEN PVT. LTD. HAZIRA MANUFACTURING COMPLEX, SURAT L&T HOWDEN PVT. LTD. HAZIRA MANUFACTURING COMPLEX, SURAT E-Business Dot Com Pvt. Ltd. is an authorized e- commerce service provider for L&T HOWDEN PVT. LTD. Hazira Mfg Complex. (Seller) to obtain rates

More information

TENDER FOR ENGAGEMENT OF NON AC BOLERO / SIMILAR TYPE OF VEHICLE FOR BHAWANIPATNA DAIRY

TENDER FOR ENGAGEMENT OF NON AC BOLERO / SIMILAR TYPE OF VEHICLE FOR BHAWANIPATNA DAIRY TENDER FOR ENGAGEMENT OF NON AC BOLERO / SIMILAR TYPE OF VEHICLE FOR BHAWANIPATNA DAIRY Cost of Tender Documents: Rs.560.00 Including GST Submission of fill in Tender Documents from 06.09.2017 to 18.09.2017

More information

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1 Room No. 703, 7 th Floor, BMTC Building, 80 ft Road, Near Pass Port Office, Koramangala, Bangalore 560095. F. No. CIT (TP)/BNG/CSS/MTS/02/2016-17

More information

TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT

TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT Tender No. MPSEDC: 182: P&A: 2012-13:09 DT. 26-04-2012 (All pages of this document except the Financial Bid should be signed and sealed in the Envelope

More information

File No. 27 /Contract Vehicle/AM16/Infra Cell Date: TENDER FOR HIRING OF VEHICLE FOR OFFICE PURPOSE

File No. 27 /Contract Vehicle/AM16/Infra Cell Date: TENDER FOR HIRING OF VEHICLE FOR OFFICE PURPOSE Government of India Ministry of Commerce & Industry Office of the Additional Director General of Foreign Trade Nishtha Bhawan,Sir Vithaldas Thakersey Marg,Churchgate,Mumbai- 400 020 FAX : 022-22063438

More information

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

(F.No. IG/RC-CHN/F&A/Security/1.25/16) INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, KALOOR, KOCHI-682017 Adv Dated 05.09.2016 (F.No. IG/RC-CHN/F&A/Security/1.25/16) NOTICE INVITING TENDER ANNUAL CONTRACT FOR SECURTY SERVICES Sealed

More information

Terms & Conditions for Providing Allied Services (Drivers & Bus Conductors-cum-peons-cum-Peons A. GENERAL COINDITIONS B.

Terms & Conditions for Providing Allied Services (Drivers & Bus Conductors-cum-peons-cum-Peons A. GENERAL COINDITIONS B. Terms & Conditions for Providing Allied Services (Drivers & Bus Conductors-cum-peons-cum-Peons A. GENERAL COINDITIONS 1. The contract will be for a period of one academic session subject to further extension

More information

TENDER DOCUMENT TENDER ID : BAN

TENDER DOCUMENT TENDER ID : BAN TENDER DOCUMENT TENDER ID : BAN201903034 SHORT TENDER NOTICE FOR E-LOBBY INTERIOR WORKS AT SANTHEKATTE BRANCH, MANGALURU SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE BENGALURU on behalf of STATE

More information

GSFC AGROTECH LIMITED [GATL]

GSFC AGROTECH LIMITED [GATL] GSFC AGROTECH LIMITED [GATL] Tender Document Name of Work: Assistance for multitasking in various GSFC Agrotech Limited [GATL] activities. Tender Enquiry No.: GATL/HR/TPC dt 09.06.2017 Due date & Time

More information

BANK OF INDIA, AHMEDABAD ZONE

BANK OF INDIA, AHMEDABAD ZONE BANK OF INDIA, AHMEDABAD ZONE TENDER FOR AIR CONDITIONING WORK FOR BANK OF INDIA AT VADTAL BRANCH, VADTAL. ISSUED TO :................ CLIENT ARCHITECT: CHIEF MANAGER WISTaaR Architects & Int. Designers

More information

Sports Authority of India, Sports Training Centre, Dharamshala.

Sports Authority of India, Sports Training Centre, Dharamshala. COST Rs. 500/- TENDER NO SPORTS TRAINING CENTRE, DHARAMSHALA (HP) Sports Complex, Near Cricket Stadium, Dharamshala, Distt. Kangra (HP) 176215 Email: stcdharamshala@gmail.com Tele Fax: 01892-224807 TENDER

More information

- 1 - WEST BENGAL MINERAL DEVELOPMENT AND TRADING CORPORATION LIMITED (WBMDTCL) (Govt. of West Bengal Undertaking)

- 1 - WEST BENGAL MINERAL DEVELOPMENT AND TRADING CORPORATION LIMITED (WBMDTCL) (Govt. of West Bengal Undertaking) - 1 - WEST BENGAL MINERAL DEVELOPMENT AND TRADING CORPORATION LIMITED (WBMDTCL) (Govt. of West Bengal Undertaking) Revised scheme of Spot e-auction for sale of coal to Micro and Small industrial units

More information

TENDER No.MMTC/DRO/ADMN/DLY/ th May, 2108

TENDER No.MMTC/DRO/ADMN/DLY/ th May, 2108 CIN NO. L51909DL1963GOI004033 DELHI REGIONAL OFFICE F-8-11, Flatted Factories Complex, Rani Jhansi Road, Jhandewalan, New Delhi 110055, Tel: 011-23557462 TENDER No.MMTC/DRO/ADMN/DLY/2018-19 7th May, 2108

More information

Vento cars) and five new SUV (Xylo, Innova, Scorpio, Maruti Ertiga, Duster and

Vento cars) and five new SUV (Xylo, Innova, Scorpio, Maruti Ertiga, Duster and INCOME TAX DEPARMENT AHMEDABAD Date : 05-08-2016 TENDER DOCUMENT Subject: Hiring of vehicles by the Income Tax Department, Ahmedabad - regarding. The Pr. Commissioner of Income Tax, Ahmedabad-5, Ahmedabad

More information

TENDER DOCUMENT FOR OUT SOURCING OF BIO MEDICAL WASTE MANAGEMENT OF THE M.K.C.G MEDICAL COLLEGE & HOSPITAL, BRAHMAPUR

TENDER DOCUMENT FOR OUT SOURCING OF BIO MEDICAL WASTE MANAGEMENT OF THE M.K.C.G MEDICAL COLLEGE & HOSPITAL, BRAHMAPUR OFFICE OF THE DEAN & PRINCIPAL, MKCG MEDICAL COLLEGE, BRAHMAPUR, ODISHA Tel: (0680) 2292746, Fax No.2292809 prin E mail: prin_mkcgmcberhampur@yahoo.com, mkcgmc.bam@gmail.com TENDER DOCUMENT FOR OUT SOURCING

More information

1. Risk of regularizing illegal connections

1. Risk of regularizing illegal connections 1. Risk of regularizing illegal connections Background: This is an example of a contract provision for mitigating the risk of converting illegal connections to legal connections in a 300,000 population

More information

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p. Down load copy ICAR - NATIONAL RICE RESEARCH INSTITUTE CUTTACK 753 006 (ODISHA) Department of Agricultural Research and Education (DARE), Phone(PABX): 0671-2367768-783/FAX: (0671)2367663/2367759 E-mail:

More information

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI COST OF TENDER- RS.200/- ONLY TENDER DOCUMENT of PHOTOCOPYING & STATIONERY SHOP at KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI 110007 Tender no. -1/Admin/Photocopying & Stationery Shop/2016 Tender document

More information

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING)

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING) Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad 500 095 NOTICE INVITING TENDER (E-TENDERING) NIT No: 26/2017-18 Date: 02/01/2018 1 Name of the work and place Supply and Installation

More information

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala)

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala) KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala) KINFRA HOUSE, TC 31/2312, Sasthamangalam, Thiruvananthapuram -695 010 Tel: 0471-2726585 Fax: 0471-2724773

More information

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, 5-4-399/B, Gruhakalpa Complex, Nampally, HYDERABAD 500 001. NOTICE INVITING TENDER TENDER NOTICE NO: CDFD/ENGG/ELECT/TEND/2014-15/01 Date: 22-12-2014..

More information

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE-411 007. ESTATE DEPARTMENT Phone No. (020) 25608229 & 25608408 E-TENDER FOR SUPPLY, INSTALLATION, TESTING AND

More information

KENDRIYA VIHAR APARTMENTS OWNERS ASSOCIATION (KVAOA) BELLARY ROAD, YELAHANKA BANGALORE Phone No.

KENDRIYA VIHAR APARTMENTS OWNERS ASSOCIATION (KVAOA) BELLARY ROAD, YELAHANKA BANGALORE Phone No. KENDRIYA VIHAR APARTMENTS OWNERS ASSOCIATION (KVAOA) BELLARY ROAD, YELAHANKA BANGALORE-560 064 e-mail : kvaoaynk@gmail.com Phone No. 080-22930000 -------------------------------------------------------------------------------------------------------------------------------------------

More information

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH (A Government of India Enterprise) SBU : Logistics Infrastructure, Kolkata-700 001. TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS AT VISAKHAPATNAM, ANDHRA PRADESH TENDER NO: MMLH/CAR/LT/01

More information

RANCHI MUNICIPAL CORPORATION

RANCHI MUNICIPAL CORPORATION RANCHI MUNICIPAL CORPORATION Kutchury, Ranchi-834001 Contact No. :0651-2211215, Fax: 0651-2211777, email: support@ranchimunicipal.com, website: www.ranchimunicipal.com Ref No: Date:.. Notice inviting,

More information

NOTICE FOR HIRING AMBULANCE SERVICES

NOTICE FOR HIRING AMBULANCE SERVICES NOTICE FOR HIRING AMBULANCE SERVICES Tender No: IITPKD/ADMN/013/2018 Date: 18.05.2018 Due Date of the tender: 08.06.2018 at 3.00 PM Indian Institute of Technology Palakkad invites sealed tenders under

More information

TRANSMISSION CORPORATION OF TELANGANA LIMITED

TRANSMISSION CORPORATION OF TELANGANA LIMITED ENERGY SAVED IS ENERGY PRODUCED TRANSMISSION CORPORATION OF TELANGANA LIMITED OFFICE OF THE SUPERINTENDING ENGINEER/OMC CIRCLE SANGAREDDY 500 045. Tender No.SE/OMC/SRD/DE(T)/ADE(T)/AE(T)/D.No. 1361 / 2017-18,

More information

SCOPE AND SPECIAL TERMS & CONDITIONS OF CONTRACT RATE CONTRACT FOR PHOTO COPIER MACHINE AT BHEL BHAVAN.

SCOPE AND SPECIAL TERMS & CONDITIONS OF CONTRACT RATE CONTRACT FOR PHOTO COPIER MACHINE AT BHEL BHAVAN. Tender No. PSER:HRM:XEROX:14 VOLUME-II: SCOPE AND SPECIAL TERMS & CONDITIONS OF CONTRACT 1 of 6 TENDER DOCUMENT NO: PSER:HRM:XEROX:14 VOLUME II SCOPE AND SPECIAL TERMS & CONDITIONS OF CONTRACT RATE CONTRACT

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

More information

CCI/GNT/ ADM / S.G/ / Date: SHORT TENDER NOTICE FOR ENGAGEMENT OF SECURITY GUARDS ON CONTRACT BASIS FOR GODOWN SECURITY.

CCI/GNT/ ADM / S.G/ / Date: SHORT TENDER NOTICE FOR ENGAGEMENT OF SECURITY GUARDS ON CONTRACT BASIS FOR GODOWN SECURITY. THE COTTON CORPORATION OF INDIA LTD (A Govt. of India Undertaking) KAPAS BHAVAN, 4/2ASHOK NAGAR,. P.B NO: 227 GUNTUR-522002 PH.NO:0863-2233472, FAX: 0863-2357472 CCI/GNT/ ADM / S.G/2018-19/ Date: 04.01.2019

More information

MANDATORY INFORMATION

MANDATORY INFORMATION MANDATORY INFORMATION Project Name NCPS-DADRI NIT No. CS/032/2009-2010 Date of NIT issue 06.09.2009 Short description of NIT Deployment of Jeep/Ambassador Car/Maruti Van/Indica(TATA)/Pick up along with

More information

TENDER NOTICE. Sub: Quotation for annual contract for Horticulture work in DGCA.

TENDER NOTICE. Sub: Quotation for annual contract for Horticulture work in DGCA. D.13021/1/2014-General Government of India Office of Directorate General of Civil Aviation ***** Opp. Safdarjung Airport, New Delhi-110003 Dated: 31 st August 2015 TENDER NOTICE Sub: Quotation for annual

More information

NOTICE INVITING QUOTATION (NIQ) FOR

NOTICE INVITING QUOTATION (NIQ) FOR F.NO: DAW/ADMIN GOVERNMENT OF INDIA DEPUTY DIRECTOR GENERAL OF CIVIL AVIATION (SR) OLD INTERNATIONAL TERMINAL BUILDING CHENNAI AIRPORT, CHENNAI 600 027. Dated: 25.8.2010 NOTICE INVITING QUOTATION (NIQ)

More information

TENDER DOCUMENT FOR HIRING OF VEHICLE

TENDER DOCUMENT FOR HIRING OF VEHICLE TENDER DOCUMENT FOR HIRING OF VEHICLE [NOTICE INVITING TENDER NO. : ADM/01/08/A/II] West Bengal Industrial Development Corporation Limited PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700

More information

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017 Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017 Tender Notice for supply of LED light fixtures to State Bank of India-GITC Annexe at Belapur Balaji Bhawan Name of work Estimated cost EMD to be

More information

(A statutory body of Govt of Kerala)

(A statutory body of Govt of Kerala) KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala) KINFRA HOUSE, TC 31/2312, Sasthamangalam, Thiruvananthapuram -695 010 Tel: 0471-2726585 Fax: 0471-2724773

More information

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI 400 005 RE:MUM:HRD:OA:0284 Dt: 12.02.2013 NOTICE INVITING TENDER (NIT) Sub: Tender For Data Entry Services Offers are invited for data

More information

GUNTUR MUNICIPAL CORPORATION QUERRIES FURNISHED BY THE HYDERABAD INTEGRATED MSW LTD., HYDERABAD ON FOR BIO-MINING (RFP)

GUNTUR MUNICIPAL CORPORATION QUERRIES FURNISHED BY THE HYDERABAD INTEGRATED MSW LTD., HYDERABAD ON FOR BIO-MINING (RFP) GUNTUR MUNICIPAL CORPORATION QUERRIES FURNISHED BY THE HYDERABAD INTEGRATED MSW LTD., HYDERABAD ON 04.01.2019 FOR BIO-MINING (RFP) S. 1 2 3 Kindly clarify whether the waste processed at dumping site or

More information

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following: INVITATION TO QUOTE The Regional District of Fraser Fort George invites written quotations for the following: Sanding Services ES-15-12 Closing Date: Tuesday, November 10, 2015 (10:00 a.m.) PART 1: GENERAL

More information

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi -110067 NOTICE With the approval of the competent authority the tender of the Annual Maintenance Contract of Sewage

More information

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA SKPVV Hindu High School 6 2565253, 2565959 Email id: rcvijayawada@ignou.ac.in, Website: http://rcvijayawada.ignou.ac.in/, www.ignou.ac.in INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA

More information