Page 1 of 173. NIT No: APDCL/CGM (RE)/NRE-81/ /07 Date: 30/01/2016

Size: px
Start display at page:

Download "Page 1 of 173. NIT No: APDCL/CGM (RE)/NRE-81/ /07 Date: 30/01/2016"

Transcription

1 Page 1 of 173 NIT No: APDCL/CGM (RE)/NRE-81/ /07 Date: 30/01/2016 ASSAM POWER DISTRIBUTION COMPANY LIMITED (DOSMESTIC COMPETITIVE BIDDING) FOR RURAL ELECTRIFICATION WORKS IN DHUBRI, BONGAIGAON, KOKRAJHAR, BARPETA, GOALPARA, KAMRUP, DARRANG, MORIGAON, SONITPUR, DHEMAJI, LAKHIMPUR, KARBI-ANGLONG, TINSUKIA, DIBRUGARH & JORHAT, DISTRICT OF ASSAM ON Build, Operate, Maintain & Transfer (BOMT) BASIS FOR DDG PROGRAMME UNDER DEENDAYAL UPADHYAY GRAM JYOTI YOJANA (DDUGJY) PACKAGE NO PACKAGE NO I PACKAGE NO II PACKAGE NO III PACKAGE NO IV SPECIFICATION NO APDCL/DDUGJY/DDG/199/DHU-BON-KOK-BAR APDCL/DDUGJY/DDG/199/GOAL-KAM-DAR-MOR APDCL/DDUGJY/DDG/199/SON-DHE-LAK-KARBI APDCL/DDUGJY/DDG/199/TIN-DIB-JOR

2 Page 2 of 173 VOLUME I CONDITIONS OF CONTRACT (Supply Cum Erection) (DOMESTIC)

3 Page 3 of 173 CONTENTS Sl. No Description Section Page No 1 Invitation to Bid INV Instruction to Bidders INB General Terms & Conditions of Contract GCC Erection Conditions of Contract ECC Annexure ANNEX Special Condition of Contract SCC

4 Page 4 of 173 SECTION I (INV) INVITATION TO BID

5 Page 5 of 173 INVITATION TO BIDS (INV) FOR RURAL ELECTRIFICATION WORKS IN 15 (FIFTEEN) DISTRICTS IN ASSAM ON BOMT BASIS FOR DDG PROGRAM UNDER DEENDAYAL UPADHYAY GRAM JYOTI YOJANA (DDUGJY) (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No. APDCL/CGM (RE)/NRE-81/ /07 Dated: 30/01/2016 DATE OF ISSUANCE OF INV: 01/02/ Assam Power Distribution Company Limited (hereinafter referred to as APDCL ) have been entrusted to execute the Project i.e. Electrification works of remote un-electrified (UE) villages/hamlets through DDG programme for 15 (Fifteen) districts in Assam under Deen Dayal Upadhyay Gram Jyoti Yojana (DDUGJY) on behalf of Government of Assam. The execution of the project shall be funded out of the proceeds of financial assistance to be received by Government of Assam/APDCL from Rural Electrification Corporation Limited (REC) and the ownership of the project shall remain vested with Government of Assam. The project shall be executed by APDCL on turnkey basis and all eligible payment under the project shall be made from the proceeds of financial assistance to be received by Government of Assam/APDCL. For the purpose of all procurement activities related to the aforesaid project, APDCL shall be referred to as Employer and Government of Assam the Owner. 1.1 The project shall be executed under following packages for which APDCL invites sealed bids under domestic competitive bidding for Design, Supply and erection of SPV based Decentralized Distributed Generation Systems for Electrification works in remote un-electrified villages in different districts of Assam:- Sl. No Details of Package Package-I [Spec. No. APDCL/DDUGJY/DDG/199/DHU- BON-KOK-BAR] Package-II: [Spec. No. APDCL/DDUGJY/DDG/199/GOAL-KAM-DAR- MOR] Package-III: [Spec. No. APDCL/DDUGJY/DDG/199/SON- DHE-LAK-KARBI] Package-IV: [Spec. No. APDCL/DDUGJY/DDG/199/TIN- DIB-JOR] Name of District Nos. of Villages Solar Plant Capacity _kw Dhubri Bongaigaon 1 38 Kokrajhar 2 82 Barpeta Goalpara Kamrup 4 87 Darrang Morigaon 4 62 Sonitpur 2 55 Dhemaji 1 13 Lakhimpur Karbi-Anglong Tinsukia Dibrugarh 4 71 Jorhat LT Line (ABC)_KM Scope of Work: The project developer will carry out the following activities: The scope of work under the subject package includes site survey, planning, design, engineering, assembly, manufacturing, testing, supply, loading, transportation, unloading, insurance, delivery at site, handling, storage, installation, testing, commissioning and documentation of all items/material required to complete the Electrification works in above mentioned 15 (fifteen) districts which interlia include construction of LT Line, control room, fencing & any other civil works and Operation & Maintenance of Plant for five years after commissioning. Operation & Maintenance of plant for five years after commissioning.

6 Page 6 of The complete Bidding Documents including technical specifications are available at APDCL s website Bid document may also be seen at the APDCL s_ e-tendering portal Interested bidders can download the Bidding Documents and commence preparation of bids to gain time. 4.0 The Bidder will be required to download the Bidding Documents from web portals mentioned in para 3.0 above. However, they will have to pay a non refundable tender fee of INR 12,000/- against each package in the form of demand draft in favour of The Chief General Manager (RE), APDCL, payable at Guwahati along with their bid and provide the DD details in the web documents. The acceptance of the bid shall be subjected to acceptance of the documents fee. The Bidder must note the followings: i) A Bidder must get it registered at the web portal ii) A Bidder must download the Bidding Documents and submit Price Bid electronically by using its own user ID & password on the portal iii) A Bidder will be required to encrypt & sign its online bid using own Digital Signature Certificate (Class II or higher with both Signing and Encryption Certificates). Prospective Bidders must procure DSC before participating in the tenders. iv) A Bidder will be required to pay a Service Fee (Online) in order to participate in the bidding process. However, viewing & downloading of the bid document will be free of cost. This service fee will be in addition to the cost of bidding document to be paid to CGM (RE). In case of any discrepancy between the documents downloaded by a bidder and official Bidding Documents (hard copy) kept at EMPLOYER S office i.e., the office of the Chief General Manager (RE), APDCL, the later shall prevail. The Bidding Documents are meant for the exclusive purpose of bidding against this specification and shall not be transferred to any other party or reproduced or used otherwise for any purpose other than that for which they are specifically issued. 5.1 A prospective bidder may participate in the bidding for any or all packages as per the laid-down norms of APDCL. Any quarry for clarification of the bids shall be entertained only through i.e., gmnre.apdcl@gmail.com during the office hours upto 15/02/2016 and no further communication shall be entertained from this end beyond the specified date from this end. 5.2 A Single Stage Bid Envelope Bidding Procedure followed by e bidding for price bids will be adopted and will proceed as detailed in the Bidding Documents. 5.3 Bids must be delivered in single sealed envelope to the address below on or before 12:00 hours (IST) on 29/02/2016. Price breakup shall be submitted electronically. Late bids will be rejected. Bid envelope i.e., Techno-Commercial Part shall be opened on the same day i.e., 29/02/2016 at 13:00 hrs (IST) in presence of the bidder s representatives who choose to attend in person at the address below. Price Bids shall be opened in the presence of the bidder s representatives who choose to attend at the time and date at the address given in the intimation for opening of Price Bids. 6.0 All the bids must be accompanied by a bid security of the following amount in a separate sealed envelope without which the bid shall be returned to the Bidder unopened: Packages Bid Security Package I [Spec. No. APDCL/DDUGJY/DDG/199/DHU-BON-KOK-BAR] Rs Lakhs Package II [Spec. No APDCL/DDUGJY/DDG/199/GOAL-KAM-DAR-MOR] Rs Lakhs Package III [Spec. No APDCL/DDUGJY/DDG/199/SON-DHE-LAK-KARBI] Rs Lakhs Package IV [Spec. No. APDCL/DDUGJY/DDG/199/TIN-DIB-JOR] Rs Lakhs 7.0 The successful bidder will be required to furnish a Contract Performance Guarantee for ten percent (10 %) of the total contract price on award of the Contract. The successful bidder will also be required to furnish a Project Operation Guarantee as detailed in the bidding document. 8.0 APDCL will not be responsible for misplacement/delay in receipt of either request for issuance of Bidding Documents or Bidding Documents or Bids sent by post. 9.0 All correspondence with regard to the above shall be to the following address. (By Post/In Person/ ) To

7 Page 7 of 173 The Chief General Manager (RE), Assam Power Distribution Company Limited, Bijulee Bhawan (Annex. Building), Paltanbazar, Dist.: Kamrup (Metro), Pin: , Assam, India. Telephone No.:- (0361) Fax No.: (0361) cgmre.aseb@gmail.com & gmnre.apdcl@gmail.com For more information, visit our site at & APDCL reserves the right to cancel / withdraw the bid without assigning any reason for such decision. Such decision will not incur any liability whatsoever on the part of APDCL consequently.... END of INV

8 Page 8 of 173 PACKAGE-WISE LIST OF REMOTE UN-ELECTRIFIED (UE) VILLAGES/HAMLETS THROUGH DDG PROGRAMME Sl. NO Name of District Name of Village Census code (As per 2011) HH _Nos BPL_ HH Solar Plant Capacity _ kw - 1 Phase 2 Wire LT Line with ABC Conductor - 3 Phase 4 Wire LT Line with ABC Conductor LT Line (ABC)_ KM PACKAGE - I [Spec. No. APDCL/DDUGJY/DDG/199/DHU-BON-KOK-BAR] 1 DHUBRI Baro Kalia Surjyamani Phase - III DHUBRI Fulkakata I Phase - III DHUBRI Fulkakata II Phase - III DHUBRI Fulkakata III Phase - III DHUBRI Golaper Alga Phase - III DHUBRI Baizer/ Boyier Alga-I Phase - III DHUBRI Baldiaralga N.C Phase - III DHUBRI Bherakhowa N.C Phase - I DHUBRI Chalakura Pt III Phase - III DHUBRI Choto Kulia Pt-II Phase - III DHUBRI Berabhangarchar Pt-IV Phase - III DHUBRI Berabhangarchar Pt-II Phase - I DHUBRI Bhakua Mari Phase - I DHUBRI Birsing Pt-I Phase - III DHUBRI Birsing Pt-II Phase - III DHUBRI Birsing Pt-III Phase - III DHUBRI Chalakura Payaastichar Phase - III DHUBRI Nilokhiya Pt-IV Phase - I DHUBRI Nilokhiya Pt-V Phase - I DHUBRI Boro Rabhatary Pt-I Phase - III DHUBRI Boro Rabhatary Pt-II Phase - III DHUBRI Chalakura Pt V Phase - III DHUBRI Chalakurachar Phase - III DHUBRI Gadupara-Bhizapara Phase - III DHUBRI Majerchar Chalakuri Phase - III DHUBRI Pahirtari Phase - III DHUBRI Tindubi Phuhirtari (Char) Phase - III DHUBRI Tulsi Para Phase - I DHUBRI Riverblock II N.C Phase - III DHUBRI Shialmari/Saulmari Phase - III DHUBRI Katalamari Pt.IV Phase - III DHUBRI Mantirchar Phase - III DHUBRI Pagla Para Phase - I DHUBRI Payestichalakura Phase - III DHUBRI Riverblock No Phase - III DHUBRI Riverblock No. 10 N.C Phase - III DHUBRI Rasamari Pt-I (Roshomari Pt-I) Phase - III DHUBRI Tangvita Katlamari Phase - III DHUBRI Tangvita Phase - I DHUBRI Tharigrambita Phase - III Dhubri Dhedai Mari Phase - I BONGAIGAON KORICHIMARI NC Phase - III Kokrajhar Mahendrapur F.V Phase - III Kokrajhar Ultapani F.V Phase - III Barpeta Jahanar Ghola Phase - I Barpeta Saora Pathar Phase - III Barpeta Barhowara Phase - III Barpeta Chachapari Phase - III 1.19

9 Page 9 of 173 PACKAGE-WISE LIST OF REMOTE UN-ELECTRIFIED (UE) VILLAGES/HAMLETS THROUGH DDG PROGRAMME Sl. NO Name of District Name of Village Census code (As per 2011) HH _Nos BPL_ HH Solar Plant Capacity _ kw - 1 Phase 2 Wire LT Line with ABC Conductor - 3 Phase 4 Wire LT Line with ABC Conductor LT Line (ABC)_ KM PACKAGE - I [Spec. No. APDCL/DDUGJY/DDG/199/DHU-BON-KOK-BAR] 49 Barpeta Chatala N.C Phase - III Barpeta Deuldi Phase - III Barpeta Pathalia Para Phase - III Barpeta Phulora N.C Phase - III Barpeta Salmara Pathar Phase - III 3.19 Total

10 Page 10 of 173 Sl. NO Name of District Name of Village Census code (As per 2011) HH _Nos BPL_ HH Solar Plant Capacity _ kw - 1 Phase 2 Wire LT Line with ABC Conductor - 3 Phase 4 Wire LT Line with ABC Conductor LT Line (ABC)_ KM PACKAGE II [Spec. No APDCL/DDUGJY/DDG/199/GOAL-KAM-DAR-MOR] 1 Goalpara Basantapur Phase - III Goalpara Baurartal Phase - III Goalpara Birsing Halang Char Pt-I Phase - III Goalpara Birsing Halang Char Pt-III Phase - III Goalpara Chulkani Phase - III Goalpara Dakhin Katlamari Pt-I Phase - III Goalpara Fulkakata Phase - I Goalpara Gerapuri Phase - I Goalpara Halanga Char N.C Phase - I Goalpara Kalo Donga Phase - I Goalpara Khewan Khawa Pt-II Phase - I Goalpara Khewan Khawa Pt-I Phase - I Goalpara Monkala Phase - I Goalpara Nun Khawa Pt-I Phase - I Goalpara Nun Khawa Pt-II Phase - III Goalpara Nun Khawa Pt-III Phase - I Goalpara Pathakata Pt-I Phase - III Goalpara Rowkhowa Pt-III Phase - I Goalpara Sader Alga Phase - I Goalpara Salmara Phase - III Goalpara Satsimla Phase - I Goalpara Tanganmari Phase - I Goalpara Uttarkatlamari Phase - I Goalpara Cholakura Pt Phase - III Goalpara Kodamtola River Block-N.C Phase - III Goalpara Killahara Pt-I Phase - III Goalpara Kistomoni Para Pt-II Phase - I Goalpara Rowkhowa Cholakura Phase - III Goalpara Rowkhowa Pt-I Phase - III Goalpara Singulipara Pt-I Phase - I Goalpara Bamuner Alga Pt-III Phase - III Goalpara Bamuner Alga Pt-IV Phase - III Goalpara Batabari Phase - III Goalpara Cholakura Pt Phase - III Kamrup Batehidia Phase - I Kamrup Bhugedia No Phase - I Kamrup Bhugedia No Phase - I Kamrup Nowapara Phase - III Darrang Baralimari N.C Phase - III Darrang Dhalpur No Phase - III Darrang N.C. Arikati Phase - I Darrang N.C. Chatihara Phase - III Darrang N.C. Gasbari Phase - III Darrang N.C. Kajiachar Phase - I Darrang N.C. Kayamari Phase - III Darrang N.C. No.1 Nanglichar Phase - III Darrang N.C. No.4 Nanglichar Phase - III Darrang N.C. No.3 Nanglichar Phase - III Darrang N.C. No.5 Nanglichar Phase - I Darrang NO 2 Nanglichar N.C Phase - III Darrang Puthimari CHAR Phase - III 8.97

11 Page 11 of 173 Sl. NO Name of District Name of Village Census code (As per 2011) HH _Nos BPL_ HH Solar Plant Capacity _ kw - 1 Phase 2 Wire LT Line with ABC Conductor - 3 Phase 4 Wire LT Line with ABC Conductor LT Line (ABC)_ KM PACKAGE II [Spec. No APDCL/DDUGJY/DDG/199/GOAL-KAM-DAR-MOR] 52 Morigaon Chanaka Phase - I Morigaon Gaonalia Phase - I Morigaon Kumarkushi Phase - I Morigaon Dhakali Phase - I 4.30 Total

12 Page 12 of 173 Sl. NO Name of District Name of Village Census code (As per 2011) HH _Nos BPL_ HH Solar Plant Capacity _ kw - 1 Phase 2 Wire LT Line with ABC Conductor - 3 Phase 4 Wire LT Line with ABC Conductor LT Line (ABC)_ KM PACKAGE III [Spec. No APDCL/DDUGJY/DDG/199/SON-DHE-LAK-KARBI] 1 Sonitpur No-2 Siruani Phase - III Sonitpur Dak Chapori Phase - I Dhemaji Jamuguri Phase - I Lakhimpur Acherakata Phase - III Lakhimpur Ghumasuti Bebejia Phase - III Lakhimpur Gowalbari Phase - III Lakhimpur Major Chapori Phase - III Lakhimpur Bandarkata NC Phase - I Lakhimpur Rajaborah Santipur Phase - I Lakhimpur Raumari NC Phase - I Karbi Anglong Ram Teron Gaon Phase - I Karbi Anglong Bine Hanse Phase - I Karbi Anglong Bagolal Phase - I Karbi Anglong Nagaya Gaon Phase - I Karbi Anglong Mulajan Phase - I Karbi Anglong Ramsa Takbi Phase - I Karbi Anglong Balak Gaon Phase - I Karbi Anglong Narlengati Engti Gaon Phase - I Karbi Anglong Karkok Bilashpuri Phase - I Karbi Anglong Bini Engti Gaon Phase - I Karbi Anglong Palka Moti Phase - I Karbi Anglong Karaijar Gaon Phase - I Karbi Anglong Kartick Kairi Gaon Phase - I Karbi Anglong Bajong Lekthe Phase - I Karbi Anglong Barbari Phase - I Karbi Anglong Samguri Kochari No Phase - I Karbi Anglong Samguri Kochari No Phase - I Karbi Anglong Kabir Dharam Phase - I Karbi Anglong Sardar Kro Phase - I Karbi Anglong Lakhimpuria Phase - I Karbi Anglong Gana Padagour Gaon Phase - I Karbi Anglong Borkhat Terongaon Phase - I Karbi Anglong Basu Beygaon Phase - I Karbi Anglong Longkai Lekhai Phase - I Karbi Anglong Moniram Ronghang Phase - I Karbi Anglong Motiagaon Phase - I Karbi Anglong Dokaibey Phase - I Karbi Anglong Sarthe Timung Phase - I Karbi Anglong Ra-Kro Phase - I Karbi Anglong Bepari Phase - I Karbi Anglong Sarmen Singner Phase - I Karbi Anglong Chinthong Tokbi Phase - I Karbi Anglong Bamun Teron Phase - I Karbi Anglong Diring Lekthe Phase - I Karbi Anglong Sarbura Engti Phase - I Karbi Anglong Mohi Terong Phase - I Karbi Anglong Japijuri Phase - I Karbi Anglong Nonke Gorh Phase - I Karbi Anglong Sarthe Terong Phase - I Karbi Anglong Bapuram Tokbi Phase - I Karbi Anglong Man Hanse Phase - I 2.75

13 Page 13 of 173 Sl. NO Name of District Name of Village Census code (As per 2011) HH _Nos BPL_ HH Solar Plant Capacity _ kw - 1 Phase 2 Wire LT Line with ABC Conductor - 3 Phase 4 Wire LT Line with ABC Conductor LT Line (ABC)_ KM PACKAGE III [Spec. No APDCL/DDUGJY/DDG/199/SON-DHE-LAK-KARBI] 52 Karbi Anglong Sinai Nadi Phase - I Karbi Anglong Khatomari Phase - I Karbi Anglong Hatigarh Phase - I Karbi Anglong Bagisadubi Phase - III Karbi Anglong Lalmati Phase - I Karbi Anglong Madan Mini Phase - I Karbi Anglong Nongrirong Phase - III Karbi Anglong Tasheng Phase - III Karbi Anglong Umjulahar Phase - I Karbi Anglong Baida Phase - I Karbi Anglong Buraso Tokbi/ Langmong Tokbi Phase - I Karbi Anglong Men Kather Phase - I Karbi Anglong Sarthe Rongpi Phase - I 1.19 Total

14 Page 14 of 173 Sl. NO Name of District Name of Village Census code (As per 2011) HH _Nos BPL_ HH Solar Plant Capacity _ kw - 1 Phase 2 Wire LT Line with ABC Conductor - 3 Phase 4 Wire LT Line with ABC Conductor LT Line (ABC)_ KM PACKAGE IV [Spec. No. APDCL/DDUGJY/DDG/199/TIN-DIB-JOR] 1 Tinsukia Purana Report Phase - I Tinsukia Chilling Lachan Phase - I Tinsukia Chilling Madhupur Phase - I Tinsukia Chilling Ming Mang Phase - III Tinsukia Napun Phase - I Tinsukia Teliabari Phase - I Tinsukia Etsum Phase - I Tinsukia Amarpur Phase - I Dibrugarh Laruajan gaon Phase - I Dibrugarh Laimekuri Chapori Phase - I Dibrugarh Charkhalia Chapori Phase - I Dibrugarh Gereki Gaon Phase - I JORHAT Banoria chapori NC Phase - I JORHAT BARPHAKUA Phase - I JORHAT Chayani Phase - I JORHAT DABLI CHAPORI Phase - I JORHAT SARU PHAKUA Phase - III JORHAT TAKARCHUK CHAPORI NC Phase - I JORHAT HUTTER Phase - III Jorhat Burha Chapori N.C Phase - III Jorhat Changmaigarh Gaon Phase - I Jorhat Chayong Chapori N.C Phase - I Jorhat Kartik Chapari Phase - III Jorhat Kashikata Gaon Phase - I Jorhat Kashilata Natun Chapori Phase - I Jorhat Missamora Chapori N.C Phase - III Jorhat Tenga Chapori Phase - III 3.49 Total

15 Page 15 of 173 SECTION II INTRODUCTION TO BIDDERS (INB)

16 Page 16 of 173 SECTION II INSTRUCTION TO BIDDERS CONTENTS Sl. No Description Page No A. Introduction 1.0 General Instructions Qualifying Requirements of Bidders Cost of Bidding 17 B. The Bidding Documents 4.0 Contents of Bidding Documents Understanding of Bid Documents Clarifications on Bid Documents Amendment to Bidding Documents 18 C. Preparation of Bids 8.0 Language of Bid Local Conditions Documents comprising the Bid Scope of the Proposal Bid Price Price Basis and Payments Taxes and Duties Time Schedule Contract Quality Assurance Insurance Maintenance Tools & Tackles Erection Tools & Tackles Brand Names Bid Guarantee Period of Validity of Bids 23 D. Submission of Bids 23.0 Format of Bid Signature of Bids Sealing and Marking of Bids Deadline for Submission of Bids Late Bids Modification and Withdrawal of Bids Information Required with the Proposal 25 E. Bid Opening and Evaluation 30.0 Opening of Bids Clarification of Bids Preliminary Examination Definitions and Meaning Comparison of Bids Contacting the Employer 28 F. Award of Contract 36.0 Award Criteria Right to Accept any Bid and to Reject any or all Bids Notification of Award Signing of Contract Contract Performance Guarantee Project Operation Guarantee 30 ***********************************************

17 Page 17 of 173 SECTION INB INSTRUCTION TO BIDDERS A. INTRODUCTION 1.0 GENERAL INSTRUCTIONS: 1.1 The APDCL, (implementer of the project on behalf of REC) hereinafter called APDCL/ Employer will receive bids in respect of equipment to be furnished and erected as set-forth in the accompanying Specifications. All bids shall be prepared and submitted in accordance with these instructions. 2.0 QUALIFYING REQUIREMENTS OF BIDDERS: 2.1 This bidding is open to any manufacturer or erector who provides satisfactory evidence concerning the following that he: a. is a qualified manufacturer or erector who regularly manufactures or installs the equipment of the type specified and has adequate technical knowledge and practical experience; b. does not anticipate change in the ownership during the proposed period of work (if such a change is anticipated, the scope and effect thereof shall be defined); c. has adequate financial stability and status to meet the financial obligation pursuant to the scope of the works (the Bidders should submit 5 copies of their profit and loss account and balance sheet for the last five years); d. (i) For Manufacturer: has adequate plant and manufacturing capacity available to perform the works properly and expeditiously within the time period specified. The evidence shall consist of written details of the installed manufacturing capacities and present commitments (excluding the work under this Specification) of the Bidder or his principal. If the present commitments are such that the installed capacity results in inadequacy of the manufacturing capacities to meet the requirement of equipment corresponding to this bid, then the details of alternative arrangements to be organized by the Bidder for this purpose and which shall meet the Employer s approval, shall also be furnished; (ii) For Erector: has adequate capacity for erection and installation to perform the works properly and expeditiously within the time period specified. The evidence shall consist of written details of the capacities and present commitments (excluding the work under this specification) of the Bidder or its principal. If the present commitments are such that may result in inadequacy to undertake the works corresponding to this bid (work under this specification), then the details of the alternative arrangements to be organized by the Bidder for this purpose and which shall meet the Employer s approval, shall also be furnished; Majority publicly owned enterprises domiciled in India may be eligible to qualify if, in addition to meeting all the qualifying requirements, they also: (a) are commercially oriented legal entities distinct from APDCL, and are not a government of department; (b) are financially autonomous, as demonstrated by requirements in their constitutions to provide separate audited accounts and return on capital, powers to raise loans and obtain revenues through the sale of goods or services; and (c) are managerially autonomous 2.2 In addition, the qualifying requirement stated in the accompanying Special Conditions of Contract shall also apply. 2.3 The above stated requirements are a minimum and APDCL reserves the right to request for any additional information and also reserves the right to reject the Proposal of any Bidder, if in the opinion of APDCL, the qualification data is incomplete or the Bidder is found not qualified to satisfactorily perform the Contract. 3.0 COST OF BIDDING: 3.1 The Bidder shall bear all costs and expenses associated with preparation and submission of its bid including post-bid discussions, technical and other presentations etc, and APDCL will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

18 Page 18 of CONTENTS OF BIDDING DOCUMENT: B. THE BIDDING DOCUMENTS 4.1 The goods and services required, bidding procedures and Contract terms are prescribed in the Bidding Document. In addition to the Invitation to Bids, the Bidding Document is a compilation of the following Sections: a. Instructions to Bidders Section INB (Vol. I). b. General Conditions of Contract Section GCC (Vol. I). c. Erection Conditions of Contract-Section ECC (Vol. I). d. Special Conditions of Contract (Vol. IA). e. Bid Form and Price Schedules (Vol. IB). f. Technical Specifications (Vol. II). g. Technical Data Sheets (Vol.III). 5.0 UNDERSTANDING OF BID DOCUMENTS: 5.1 A prospective Bidder is expected to examine all instructions, forms, terms and specifications in the Bid documents and fully inform himself as to all the conditions and matters which may in any way affect the scope of work or the cost thereof. Failure to furnish all information required by the Bid document or submission of a Bid not substantially responsive to the Bid document in every respect will be at the Bidder s risk and may result in the rejection of its bid. 6.0 CLARIFICATIONS ON BID DOCUMENTS: 6.1 If the prospective Bidder finds discrepancies or omissions, in specifications and document or is in doubt as to the true meaning of any part, he shall at once make a request, in writing, for an interpretation/clarification, to APDCL in triplicate. The APDCL, then, will issue interpretation(s) and clarification(s) as he may think fit in writing. After receipt of such interpretation(s) and clarification(s), the Bidder may submit his bid but within the time and date as specified in the Invitation to Bid. All such interpretations and clarifications shall form a part of the Bidding Document and shall accompany the Bidder s Proposal. A prospective Bidder requiring any clarification on Bidding Document may notify APDCL in writing. APDCL will respond in writing to any request for such clarification of the Bidding Document which it receives not later than fifteen (15) days prior to the deadline for submission of bids prescribed by APDCL. Written copies of APDCL s response (including an explanation of the query but without identifying its source) will be sent to all prospective Bidders who have received the Bidding Document. 6.2 Verbal clarification and information given by APDCL or his employee(s) or his representative(s) shall not in any way be binding on APDCL. 7.0 AMENDMENT TO BIDDING DOCUMENT: 7.1 At any time prior to the deadline for submission of bids, APDCL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Document by amendment (s). 7.2 The amendment will be notified in writing or by telex or cable to all prospective Bidders, which have received the Bidding Document at the address contained in the letter of request for issue of Bidding Document from the Bidders. APDCL will bear no responsibility or liability arising out of non-receipt of the same in time or otherwise. 7.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, APDCL may, at its discretion, extend the deadline for the submission of bids by a maximum period of 15 days. 7.4 Such amendments, clarifications, etc, shall be binding on the Bidders and will be given due consideration by the Bidders while they submit their bids and invariably enclose such documents as a part of the bid.

19 Page 19 of LANGUAGE OF BID C. PREPARATION OF BIDS 8.1 The bid prepared by the Bidder and all correspondences and documents relating to the bid, exchanged by the Bidder and APDCL 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 accompanied by an English translation of its pertinent passages. Failure to comply with this may disqualify a bid. For purposes of interpretation of the bid, the English translation shall govern. 9.0 LOCAL CONDITIONS 9.1 It will be imperative on each Bidder to fully inform himself of all local conditions and factors, which may have any effect on the execution of the Contract covered under these documents and specifications. APDCL shall not entertain any request for clarifications from the Bidders, regarding such local conditions. 9.2 It must be understood and agreed that such factors have properly been investigated and considered while submitting the Proposals. No claim for financial adjustment to the Contract, awarded under these specifications and documents, will be entertained by APDCL. Neither any change in the time schedule of the Contract nor any financial adjustments arising thereof shall be permitted by the Employer, which are based on the lack of such clear information or its effect on the cost of the Works to the Bidder DOCUMENTS COMPRISING THE BID 10.1 The Bidder shall complete the Bid Form, Technical Data Requirements etc. furnished in the Bidding Documents as detailed in clause 4.0 above, indicating for the goods to be supplied and services to be rendered, a brief description of goods and services, quantity and prices. Price Schedule shall be submitted electronically by using its own user ID and password on the portal as mentioned in the Invitation to Bids (INV). The appropriate Price Schedules furnished in the Bidding Documents as indicated therein, shall be uploaded on the web portal on due date and time of submission of bids The Bidder shall also submit documentary evidence to establish that the Bidder meets the Qualification Requirements as detailed in Clause 2.0 above and accompanying Special Conditions of Contract The Bid Guarantee shall be furnished in a separate cover in accordance with clause 22.0 of Section INB SCOPE OF THE PROPOSAL 11.1 The scope of the Proposal shall be on the basis of a single Bidder s responsibility, completely covering all the equipment and their erection specified under the accompanying Technical Specifications. It will include the following: a. detailed design of the equipment; b. complete manufacture including shop testing; c. providing Engineering drawing, data, operational manual, etc for the APDCL s approval; d. packing and transportation from the manufacturer s works to the site; e. receipt, storage, preservation and conservation of equipment at the site; f. pre-assembly, if any, erection, testing and commissioning of all the equipment; and g. reliability tests and performance and guarantee tests on completion of commissioning. h. quality assurance certificate of the equipment 11.2 Bids containing deviations from provisions relating to the following clauses will be considered as nonresponsive: a) Bid Guarantee: Clause 22.0, Section INB, Volume-I, Conditions of Contract. b) Price Basis and Payments: Clause 13, Section INB, Volume-I, Conditions of Contract. c) Contract Performance Guarantee: Clause 41.0, Section INB, Volume-I, Conditions of Contract. d) Liquidated damages: Clause 14.0, Section GCC, Volume-I, Conditions of Contract. e) Guarantee: Clause 15.0, Section GCC, Volume-I, Conditions of Contract. f) Payment: Clause 34.0, Section GCC, Volume-I, Conditions of Contract. APDCL s determination of a bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

20 Page 20 of Bids not covering the above entire scope of Works shall be treated as incomplete and hence rejected BID PRICE 12.1 The appropriate Price Schedules furnished in the Bidding Documents as indicated therein, shall be uploaded on the web portal Separate numbers of Schedules shall be up-loaded for each of the following elements. The total amount for each Schedule 1 to 3 shall be summarized in a grand summary of Price Proposal (Schedule -5) giving the total bid price(s) to be entered in the Bid Form. Schedule -1: A. Plant and Equipment to be supplied shall include A.1 Cost of Solar Power Plant including module, battery, PCU etc. (All plant equipment and auxiliary systems and accessories required for power plant operation) A.2 Cost of Power Distribution Network (PDN) with necessary control equipment including data logging facility between panel and batteries. A.3 Cost of providing connection and fitting to Households & Street Lights A.4 Cost of Civil Work Schedule -2: B. Installation & Erection, Testing and Commission shall include B.1 Cost of Installation & Commissioning of Solar Power Plant including module, battery, PCU etc. (All plant equipment and auxiliary systems and accessories required for power plant operation) B.2 Cost of erection of PDN with necessary control equipment including data logging facility between panel and batteries. B.3 Cost of providing connection and fitting to Households & Street Lights B.4 Cost of Civil Work Schedule-3: C. Cost of spare parts for 5 years after commissioning of the systems Schedule -4: D. Cost of providing power in village for 5 years including operation & maintenance of DDG power plant, power distribution network & providing power for 6-8 hrs. per day after taking into account the recovery from end users as per tariff. Schedule-5: E. Grand Summaries (Schedule Nos. 1 to 4) 13.0 PRICE BASIS AND PAYMENTS 13.1 The Bidders shall quote in their Proposals for the entire scope of works covered under the Technical Specifications as required in the Bid Proposal Sheets on a base price unless otherwise specified in the Special Conditions of Contract. Bidders quoting a system of pricing other than that specified shall be rejected Bidder shall indicate bid prices in Indian Rupees only TAXES AND DUTIES 14.1 All customs duties, excise duties, sales taxes and other statutory levies payable by the Bidders in respect of the transaction between the Bidders and their vendors/sub-suppliers while procuring any components, subassemblies, raw materials and equipment shall be included in the bid price and no claim on this behalf will be entertained by APDCL. In respect of brought out finished items, which shall be dispatched directly from the sub-vendor s works to the project site, the Ex-work price is inclusive of all costs as well as duties and taxes (the custom duty & levies, duties on taxes /VAT etc.) paid or payable and such taxes, duties, levies, additionally payable will be

21 Page 21 of 173 to the contractor s account and no claim on this behalf will be entertained by APDCL. No concessional C form will be issued by the Department. The contractor has to arrange accordingly Further, service tax as applicable on services that are not provided directly by the Contractor to APDCL viz. transportation & insurance shall be included in the bid price and any such taxes additionally payable will be to the Contractor s account and no separate claim on this behalf will be entertained by APDCL Sales tax, excise duties, local taxes and other levies in respect of the transactions between APDCL and the Contractor under the Contract, if any, shall not be included in the bid price but they should be indicated separately wherever applicable in the Bid Proposal Sheets. Whenever ex-works price is quoted exclusive of Excise duty applicable on the transaction between APDCL and the Contractor, then the due credit under the MODVAT (Modified Value Added Tax) scheme, as per the relevant Government policies wherever applicable, shall be taken into account by the Bidder while quoting bid price In respect of transactions solely between APDCL and the Contractor (for dispatches made from the Contractor s works under the Supply Part), Sales Tax, Excise Duties, local taxes and other levies shall be paid/reimbursed by APDCL at the applicable rate at the time of dispatch, scheduled or actual, whichever is lower. However, in case of advancement of supplies solely at the request of APDCL, taxes and duties prevailing at the time of dispatch, shall be payable by APDCL Concessional Sales Tax declaration forms, as admissible, would be issued to the Contractor, on request, for all items (as identified in the price schedule of the bid) to be supplied directly by the Contractor as well as for the items to be supplied by the sub- suppliers as sale in transit Sales Tax on goods incorporated in the Works: The Bidder shall include the Sales Tax on Works Contract, Turnover Tax or any other similar taxes under the Sales Tax Act, as applicable in their quoted bid price and APDCL would not bear any liability on this account. APDCL shall, however, deduct such taxes at source as per the rules and issue TDS Certificate to the Contractor For payment/reimbursement of Sales Tax, in respect of dispatches made directly from Contractor s works, invoices raised by the Contractor shall be accepted as documentary evidence. Similarly, pre-numbered invoices duly signed by authorized signatory will be considered as evidence for payment of Excise Duty As regards the Income Tax, surcharge on Income Tax and other corporate taxes the Bidder shall be responsible for such payment to the concerned authorities TIME SCHEDULE 15.1 The basic consideration and the essence of the Contract shall be strict adherence to the time schedule for performing the specified Works APDCL s requirement of completion schedule for the Works is mentioned in the accompanying Special Conditions of Contract The completion schedule as stated in the Special Conditions of Contract shall be one of the major factors in consideration of the bids APDCL reserves the right to request for a change in the work schedule during pre-award discussions with successful Bidder The successful Bidder will be required to prepare detailed PERT network and finalize the same with APDCL as per the requirement of Clause 12.0, Section GCC CONTRACT QUALITY ASSURANCE 16.1 The Bidder shall include in his Proposal the Quality Assurance Programme containing the overall quality management and procedures, which he proposes to follow in the performance of the Works during various phases as detailed in relevant clause of the General Technical Conditions.

22 Page 22 of At the time of Award of Contract, the detailed Quality Assurance Programme to be followed for the execution of the Contract will be mutually discussed and agreed to and such agreed Programme shall form a part of the Contract INSURANCE The Bidder s insurance liabilities pertaining to the scope of Works are detailed out in Clauses titled Insurance in General Terms and Conditions of Contract and in Erection Conditions of this Volume I. Bidder s attention is specifically invited to these clauses. Bid price shall include all the cost in pursuance of fulfilling all the insurance liabilities under the Contract MAINTENANCE TOOLS AND TACKLES The Proposal shall include all special tools and tackles required for the operation and maintenance of the equipment in each equipment package. The Bidder shall indicate all the above items in the Proposal sheets in the form of a schedule given therein and the description and the quantity of each item. The lump sum price to be quoted by the Bidder shall include prices of these tools and tackles. These tools and tackles shall be delivered at site along with the last consignment of equipment and in no case earlier than this, unless otherwise specified in the Special Conditions of Contract and/or Technical Specifications, Volume-II ERECTION TOOLS & TACKLES The Bidder, under a separate schedule, in his Proposal shall include a list of all special equipment, tools & tackles etc. which he proposes to bring to site for the purpose of erection, handling, testing and commissioning including performance & guarantee tests of the equipment. If any such equipment is listed anywhere else in the Proposal and not specially mentioned in the above schedule, it shall be deemed to have been included in the Bidder s proposed scope of supply BRAND NAMES 20.1 The specific reference in these specifications and documents to any material/ equipment by brand name, make or catalogue number shall be construed as establishing standards of quality and performance and not as limiting competition. However, Bidders may offer other similar material/equipment provided they meet the specified standard, design and performance requirements. The Bidder shall furnish adequate technical information about such alternative material/equipment to enable APDCL to determine its acceptability. APDCL shall be the sole judge on the acceptability or otherwise of such alternative material /equipment The Bidder shall note that standards for workmanship, material and equipment and reference to brand names or catalogue numbers designated by APDCL in its Technical Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand name and/or catalogue numbers in its bid, provided that it demonstrates to APDCL s satisfaction that the substitutions are substantially equivalent or superior to those designed in the Technical Specifications BID GUARANTEE 21.1 The Bidder shall furnish, as part of its bid, bid guarantee for an amount as specified in the accompanying Special Conditions of Contract. The bid guarantee shall be valid for a period of six (6) calendar months from the date of opening of bids The bid security is required to protect APDCL against the risk of Bidder s conduct, which would warrant the guarantee forfeiture, pursuant to Clause 21.3 The bid guarantee shall be made payable to APDCL without any condition whatsoever The bid guarantee shall be denominated in Indian Rupees only and shall be in one of the following forms: a. Crossed Bank draft in favour of Chief General Manager ( RE), APDCL, payable at Guwahati, from a reputed commercial Bank/Financial Institution i.e IFCI, ICICI, IDBI. b. A cheque certified by the Banker as good for payment drawn in favour of Chief General Manager (RE), APDCL payable at Guwahati on a reputed commercial Bank/Financial Institution i.e. IFCI, ICICI, IDBI.

23 Page 23 of 173 c. An irrevocable Bank Guarantee issued by a reputed commercial Bank/ Financial Institution i.e. IFCI, ICICI, IDBI in favour of Chief General Manager ( RE), APDCL, payable at Guwahati Performa for the Bank Guarantee is enclosed as Annexure-I to this Volume-I Any bid not secured in accordance with paras 21.1 and 21.3 above will be rejected by APDCL as nonresponsive Unsuccessful Bidder s bid guarantee will be discharged/returned as promptly as possible but not later than 60 days after the expiration of the period of bid validity prescribed by APDCL The successful Bidder s bid guarantee will be discharged upon the Bidder s executing the Contract and furnishing the Performance Guarantee pursuant to Clause The bid guarantee may be forfeited: a. If a Bidder withdraws / modifies its bid during the period of bid validity specified by the Bidder on the Bid Form; or b. In case the Bidder does not withdraw the deviations proposed by him, if any, at the cost of withdrawal stated by him in the bid; or c. If a Bidder does not accept the corrections to arithmetical errors identified during preliminary evaluation of his bid pursuant to Clause 32.2, Section-INB; or d. If, as per the Qualifying Requirements the Bidder has to submit a Deed of Joint Undertaking and he fails to submit the same, duly attested by Notary Public of the place(s) of the respective executants (s) or registered with the Indian Embassy/High Commission in that country, within ten days from the date of intimation of post-bid discussion; or e. In case of a successful Bidder, if the Bidder fails to sign the Contract; or f. In case of a successful Bidder, if the Bidder fails to furnish the Performance Guarantee The bid guarantee shall be submitted along with the bid in separate sealed envelope in one original and two copies. Any bid not accompanied by the required bid security in accordance with provisions of this clause will be rejected and shall not be opened No interest shall be payable by APDCL on the above bid security PERIOD OF VALIDITY OF BIDS 22.1 Bids shall remain valid for 6 (six) calendar months after the date of bid opening prescribed by APDCL unless otherwise specified in the accompanying Special Conditions of Contract. A bid valid for a shorter period will be rejected as non-responsive In exceptional circumstances, APDCL may solicit the Bidder s consent to an extension of the period of validity. The request and the response thereto shall be made in writing (including cable or telex). The bid security provided under Clause 21.0 shall also be extended by the same period as the extension in the validity of the Bid. A Bidder may refuse the request without forfeiting his bid security. A Bidder granting the request will not be required or permitted to modify its bid.

24 Page 24 of 173 D. SUBMISSION OF BIDS 23.0 FORMAT OF BID 23.1 The Bidder shall prepare five copies of the bid, clearly marking each Original Bid and Copy of bid, as appropriate. 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. The letter of authorization shall be indicated by written Power-of-Attorney accompanying the bid. All pages of the bid, except for unamended printed literature, shall be initialed by the person or persons signing the bid The Bidders must submit the qualifying data in five copies, as required in this Instruction to Bidders in a separate envelope sealed and enclosed in the envelope submitting Proposals, super scribed as under: QUALIFYING DATA FOR THE SUPPLY AND ERECTION OF (Name of the Package) (Specification Number) 23.4 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 SIGNATURE OF BIDS 24.1 The bid must contain the name, residence and place of business of the person or persons making the bid and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing should also be typed or printed below the signature Bid by a partnership must be furnished with full names of all partners and be signed with the partnership name, followed by the signature(s) and designation(s) of the authorized partner(s) or other authorized representative(s) Bids by Corporation/Company must be signed with the legal name of the Corporation/Company by the President, Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation/Company in the matter A bid by a person who affixes to his signature the word President, Managing Director, Secretary, Agent or other designation without disclosing his principal will be rejected Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the bid The Bidder s name stated on the Proposal shall be the exact legal name of the firm Bids not conforming to the above requirements of signing shall be disqualified SEALING AND MARKING OF BIDS 25.1 The Bidders shall seal the original and each copy of the bid in an inner and an outer envelope, duly marking the envelopes as Original and Copy The inner and outer envelopes shall be: a. addressed to APDCL at the following address: General Manager, NRE, O/o the Chief General Manager (RE), Assam Power Distribution Company Limited, Annex Building, Bijulee Bhawan, Paltanbazar, Guwahati -1 b. bear the name of package, the specification number, and the words DO NOT OPEN BEFORE (Date & Time of opening)

SECTION INB INSTRUCTION TO BIDDERS A. INTRODUCTION

SECTION INB INSTRUCTION TO BIDDERS A. INTRODUCTION SECTION INB INSTRUCTION TO BIDDERS A. INTRODUCTION 1.0 GENERAL INSTRUCTIONS 1.1 The Power Grid Corporation of India Ltd, New Delhi, hereinafter called POWERGRID / OWNER will receive bids in respect of

More information

SECTION-INB INSTRUCTIONS TO BIDDERS A. INTRODUCTION

SECTION-INB INSTRUCTIONS TO BIDDERS A. INTRODUCTION SECTION-INB INSTRUCTIONS TO BIDDERS A. INTRODUCTION 1.0 GENERAL INSTRUCTIONS 1.1 The Power Grid Corporation of India Ltd., New Delhi, hereinafter called POWERGRID / OWNER will receive bids for the supply

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

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

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

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

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

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

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

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

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

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 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

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

Directorate of Information and Publications of Agriculture Indian Council of Agricultural Research

Directorate of Information and Publications of Agriculture Indian Council of Agricultural Research Directorate of Information and Publications of Agriculture Indian Council of Agricultural Research NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF COMPUTER SERVERS AND IT EQUIPMENTS BID REFERENCE: 2-1/2008-ARIS-DIPA

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

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

: TENDER SPECIFICATION NO:

: TENDER SPECIFICATION NO: GUJARAT ENERGY TRANSMISSION CORPORATION Vidyut Bhavan, Race Course, VADODARA 390 007 TENDER SPECIFICATION FOR SURVEY,PLANNING,DESIGN/ENGINEERING,SUPPLY, ERECTION(LAYING), TESTING & COMMISSIONING OF OPGW

More information

BID DOCUMENT. NIT No. DGM / ED / KCP / / 02 dated

BID DOCUMENT. NIT No. DGM / ED / KCP / / 02 dated TRIPURA STATE ELECTRICITY CORPORATION LIMITED (TSECL) BID DOCUMENT NIT No. DGM / ED / KCP / 2018-19 / 02 dated 29.12.2018. Name of work: - Providing internal Electrification of newly constructed 2 nos

More information

ASSAM ELECTRICITY GRID CORPORATION LIMITED

ASSAM ELECTRICITY GRID CORPORATION LIMITED BIDDING DOCUMENT FOR Supply of POWER LINE CARRIER COMMUNICATION Equipment & Related Services for Various Substations of AEGCL in Assam under PSDF (PACKAGE-A) ASSAM ELECTRICITY GRID CORPORATION LIMITED

More information

TENDER NO.CDJ-07/13-14

TENDER NO.CDJ-07/13-14 GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED CONSTRUCTION DIVISION JUNAGADH TENDER SPECIFICATION FOR Erection of 66 KV S/C Sardargadh-vadala Line on D/C Tower & H-Frame by ACSR Dog Conductor. TECHNICAL

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

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

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

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

NATIONAL COMPETITIVE BIDDING

NATIONAL COMPETITIVE BIDDING E-1 January 2001 INDIAN VETERINARY RESEARCH INSTITUTE IZATNAGAR-243 122, U.P. (INDIA) Phone No.0581-2310392, Tel Fax No. : 0581 2310392; 05812301462/05812304538 NATIONAL COMPETITIVE BIDDING Sl No. 1. a)

More information

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of Cable Network Tools and Accessories July 2014 ===========================================================================================================

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

PART - I GENERAL TERMS & CONDITIONS WITH COMMERCIAL BID

PART - I GENERAL TERMS & CONDITIONS WITH COMMERCIAL BID GUJARAT ENERGY TRANSMISSION CORPORATION LTD. CIRCLE OFFICE, MEHSANA TENDER SPECIFICATION FOR Work of 1. Shifting / Raising of 220KV Chhatral - Gandhinagar S/C line-1 on S/C tower with ACSR Zeebra conductor.

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

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

Procurement of Goods

Procurement of Goods Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Goods The World Bank March

More information

GOVT OF ASSAM DIRECTORATE OF AGRICULTURE, ASSAM KHANAPARA :: GUWAHATI-22

GOVT OF ASSAM DIRECTORATE OF AGRICULTURE, ASSAM KHANAPARA :: GUWAHATI-22 GOVT OF ASSAM DIRECTORATE OF AGRICULTURE, ASSAM KHANAPARA :: GUWAHATI-22 DETAILED FLOATING OF ENQUIRY (FOE) SUPPLYING, INSTALLATION AND COMMISSIONING OF MODERN MINI RICE MILL OF CAPACITY 0.5 MT/Hr. Signature

More information

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED CONSTRUCTION DIVISION NAVSARI TENDER TECHNICAL BID

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED CONSTRUCTION DIVISION NAVSARI TENDER TECHNICAL BID GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED CONSTRUCTION DIVISION NAVSARI TENDER TECHNICAL BID Tender No. Name of work Tender Fee (Non Refundable) Tender Notice No-CDNS/T/12 Estimated Cost. Tender

More information

Master Bidding Documents Procurement of Goods and User s Guide

Master Bidding Documents Procurement of Goods and User s Guide Master Bidding Documents Procurement of Goods and User s Guide This Master Bidding Document for Procurement of Goods and User s Guide have been prepared through the joint efforts of the Multilateral Development

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

SECTION II (Volume I) INSTRUCTIONS TO BIDDERS (ITB) ITB percentage tender Section-II-ITB

SECTION II (Volume I) INSTRUCTIONS TO BIDDERS (ITB) ITB percentage tender Section-II-ITB SECTION II (Volume I) INSTRUCTIONS TO BIDDERS (ITB) ITB percentage tender - 1 - Section-II-ITB CL. NO. Description INSTRUCTIONS TO BIDDER CONTENTS A. INTRODUCTION 1.0 General Instructions 2.0 Qualifying

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS GOODS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF GOODS Japan International Cooperation Agency (JICA) May 2013 Version 1.1 i Preface These Standard Bidding Documents for Procurement

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

: TENDER SPECIFICATION NO: GETCO/TR-II/TL/220kV/S&E/2137

: TENDER SPECIFICATION NO: GETCO/TR-II/TL/220kV/S&E/2137 GUJARAT ENERGY TRANSMISSION CORPORATION Vidyut Bhavan, Race Course, VADODARA 390 007 TENDER SPECIFICATION FOR SUPPLY & ERECTION WORK OF 220kV D/C BECL - BOTAD 94.26 KM TRANSMISSION LINE ON TURNKEY BASIS

More information

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine NOTICE INVITING TENDER ( N.I.T) TENDER NOTICE NO:- SCIENTIFIC EQPT/2012-13/30 Dt 28.02.2013 TENDER FOR Ice Flaking Machine I Last Date for Receipt of Tender 19-03-2013, up to 10.00 am II Opening of Techno

More information

Request for Proposal (RFP) for empanelment of Vendors for rendering pest control treatment as per the Bank s specification

Request for Proposal (RFP) for empanelment of Vendors for rendering pest control treatment as per the Bank s specification Request for Proposal (RFP) for empanelment of Vendors for rendering pest control treatment as per the Bank s specification RFP REFERENCE NO: AGVB/P&D-CS/142/RFP-06/PT/2015-16 Dated: 15/09/2015 RFP 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

B i d d i n g D o c u m e n t. f or

B i d d i n g D o c u m e n t. f or NEPAD PLANNING AND COORDINATING AGENCY B i d d i n g D o c u m e n t f or T e n d e r F o r t h e P r o v i s i o n O f V i r t u a l D a t a C e n t r e S e r v i c e s F o r N E P A D P l a n n i n g

More information

TENDER (RATE CONTRACT) FOR AUTOMATIC CONE WINDING MACHINES

TENDER (RATE CONTRACT) FOR AUTOMATIC CONE WINDING MACHINES NATIONAL TEXTILE CORPORATION LIMITED (A Government of India Undertaking) Core IV, SCOPE Complex, 7, Lodi Road, NEW DELHI-110003 ( CIN U74899DL1968GOI004866) TENDER (RATE CONTRACT) FOR AUTOMATIC CONE WINDING

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

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

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

BIDDING DOCUMENT. For

BIDDING DOCUMENT. For i BIDDING DOCUMENT For Revamping of Old Campus Network: replacement of Core Switches Cisco 4500-X and 6500-X Procurement Number: AUC/AHRM/MIS/G/74/2018 Date: June, 2018 ii Table of Contents PART 1 Bidding

More information

Procurement of Goods by Open Tender

Procurement of Goods by Open Tender A F R I C A N U N I O N S t a n d a r d B i d d i n g D o c u m e n t Procurement of Goods by Open Tender AFRICAN COURT ON HUMAN AND PEOPLES RIGHTS PROVISION AND INSTALLATION OF INTERPRETATION EQUIPMENT

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

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate MARSYANGDI CORRIDOR 220 KV TRANSMISSION LINE PROJECT BIDDING DOCUMENT FOR Procurement of Plant Design,

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF

More information

TENDER SPECIFICATION FOR

TENDER SPECIFICATION FOR GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED Construction Division, 220 KV S/S Compound, N. H. No. 8A, Limbdi 362421 Dist: S nagar T & Fax (02753) 260038 e-mail: eeconstlimbdi.getco@gebmail.com Web:

More information

Bid Document Procurement of Track Machines

Bid Document Procurement of Track Machines Bid Document Procurement of Track Machines SUPPLY, DELIVERY, TESTING & COMMISSIONING OF DUAL GAUGE (STANDARD GAUGE AND BROAD GAUGE) ON TRACK TIE TAMPING MACHINE CAPABLE OF TAMPING PLAIN TRACK AS WELL AS

More information

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4 Special repair Works in Line-3 and Line-4 CONTRACT NO: CCW-231/2014 Special repair Works in Line-3 and Line-4 Notice Inviting Tender (NIT) Instructions to Tenderer (ITT) General Conditions of Contract

More information

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan Bid Ref: JUBA/PP-SDOC/ITB-2010/057 (Re-Bid) 17th September 2010 Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

More information

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE (Autonomous Institution of DSIR, Ministry of Science & Technology) 2 nd Floor, Core IV-B,

More information

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi -682302 Ref No. P&CS/J14/12055 dated 25.05.2012 TENDER NOTICE Sealed Tenders are invited in two part system (Part

More information

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex. INDIAN INSTITUTE OF TECHNOLOGY GUWAHATI भ रत य गक स थ न ग व ह ट Guwahati 781 039, Assam Phone: (0361) 2582067, 2582074: : Fax : (0361) 2692771 TENDER DOCUMENT NIT NO: IITG/MAIN/NIT/FY18-19/04 Dated 06.06.2018

More information

Vocational Training Improvement Project (Credit No: 4319 IN and Project ID: P099047)

Vocational Training Improvement Project (Credit No: 4319 IN and Project ID: P099047) DIRECTORATE OF EMPLOYMENT AND TRAINING KAUSHALYA BHAVANA, BANNERGHATTA ROAD, BANGALORE- 560029. Tel. No. 080-25189103/25189100/25189105 Fax No 080-25189102 BIDDING DOCUMENT FOR PROCUREMENT OF AUTOMOBILE

More information

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer) SECTION - II SPECIAL TERMS AND CONDITIONS (Transformer) 1. INTRODUCTION 1.1. The terms and conditions mentioned in this section are in addition to what are stated in Section I (General Conditions of Contract)

More information

South Bengal State Transport Corporation (A Government of West Bengal Undertaking ) Dr.B.C.Roy Avenue, Durgapur , Dist.:-Burdwan.

South Bengal State Transport Corporation (A Government of West Bengal Undertaking ) Dr.B.C.Roy Avenue, Durgapur , Dist.:-Burdwan. TENDER DOCUMENTS OF NEW SILENT DIESEL GENERATOR SET Tender no & Date SBSTC/E-TND/e-NIT-04/Generator/15-16 Dt. 02.06.2015 Name of the work Specification Date of Publishing Online Bid Submission and Document

More information

Issued in 28 th March, 2018

Issued in 28 th March, 2018 i REPUBLIC OF KENYA THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS (DASAR) KENYA DEVELOPMENT RESPONSE TO DISPLACEMENT IMPACTS PROJECT (KDRDIP)

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

A F R I C A N U N I O N. S t a n d a r d Biddinging D o c u m e n t

A F R I C A N U N I O N. S t a n d a r d Biddinging D o c u m e n t A F R I C A N U N I O N S t a n d a r d Biddinging D o c u m e n t Procurement of Goods by Open Tender African Union Mission in Somalia The Supply and Delivery of: Procurement Number: Lot 1: 01f/AMISOM/Admin/milit./Gd/13

More information

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION i REPUBLIC OF LIBERIA NATIONAL ELECTIONS COMMISSION International Competitive Bidding BID DOCUMENT For the Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION IFBNo.NEC/SSE/ICB/001/2013/2014

More information

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment

STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS. Supply and Installation of Plant and Equipment STD: Supply and Installation (05/07) STANDARD TENDER DOCUMENTS Supply and Installation of Plant and Equipment May 2007 This edition includes a number of amendments as summarised in the following table.

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

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA GOVERNMENT OF KARNATAKA TUMAKURU SMART CITY LIMITED MAHALAKSHMI ARCADE, S.S. PURAM MAIN ROAD, COFFEE BOARD COLONY, TUMAKUR 572102; TELEPHONE: 0816-2278190 TENDERS FOR THE WORK OF CONSTRUCTION OF ADDITIONAL

More information

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161 AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION OPEN COMPETITION

More information

ICB No: PCB/POPs

ICB No: PCB/POPs THE PEOPLE S REPUBLIC OF CHINA PCB MANAGEMENT AND DISPOSAL DEMONSTRATION PROJECT TF No. 056008 International Competitive Bidding (ICB) BIDDING DOCUMENTS for Procurement of PCB Thermal Desorption Treatment

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +251 (0)11-551 7700 Fax: +251 (0)11-551 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF

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

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014 No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014 Subject: Request for quotation for 21 nos. of Apple ipad mini (Wi-Fi + Cellular) model of 16 GB capacity Rural Electrification Corporation Ltd (A Govt.

More information

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials STANDARD BIDDING DOCUMENTS Procurement of Textbooks and Reading Materials The World Bank May 2004 This Bidding Document and its companion Technical Note are to assist borrowers and Bank staff working on

More information

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019 TENDER NOTIFICATION NO. SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 12 NOS. OF X-RAY BAGGAGE MACHINE WITH COMPREHENSIVE ANNUAL MAINTAINANCE CONTRAT (CAMC) OF 10 YEARS INCLUDING 2 YEARS OF DEFECT

More information

BIDDING DOCUMENTS UNDER NATIONAL COMPETITIVE BIDDING

BIDDING DOCUMENTS UNDER NATIONAL COMPETITIVE BIDDING अ भय त रक अ भक प वभ ग, भ रत य प र घ गक स थ न मद र स, च न DEPARTMENT OF ENGINEERING DESIGN INDIAN INSTITUTE OF TECHNOLOGY MADRAS CHENNAI 600036 INDIA BIDDING DOCUMENTS UNDER NATIONAL COMPETITIVE BIDDING

More information

Procurement of Health Sector Goods

Procurement of Health Sector Goods STANDARD TENDER DOCUMENTS Procurement of Health Sector Goods (Pharmaceuticals, Vaccines, and Condoms) Public Procurement Board Accra, Ghana March 2004 INTRODUCTION AND INSTRUCTIONS These Standard Tender

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

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE TRANSMISSION CORPORATION OF TELANGANA LIMITED Corporate Training Institute :: GTS Colony :: Hyderabad-45 Website: www.transco.telangana.gov.in CIN No.U40102TG2014SGC94248 Office Of: The Superintending

More information

THOOTHUKUDI CITY MUNICIPAL CORPORATION

THOOTHUKUDI CITY MUNICIPAL CORPORATION THOOTHUKUDI CITY MUNICIPAL CORPORATION NOTICE INVITING AUCTION FOR SALE OF SCRAP ONLY ONLINE Roc.No : H1 / 4406 / 17 Date: 08.03.18 Name of Work: - Disposal of Scraps materials of Corporation stores in

More information

Standard Bidding Documents. Procurement of Goods. The World Bank

Standard Bidding Documents. Procurement of Goods. The World Bank Standard Bidding Documents Procurement of Goods The World Bank January 1995 Revised March 2000, January 2001, March 2002, and March 2003 This revised March 2000 edition of the SBD accounts for editorial

More information

RFB NO.: KE-DASAR GO-RFQ

RFB NO.: KE-DASAR GO-RFQ REPUBLIC OF KENYA THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS (DASAR) KENYA DEVELOPMENT RESPONSE TO DISPLACEMENT IMPACTS PROJECT (KDRDIP) BID

More information

NOTICE INVITING e-tender (NIT)

NOTICE INVITING e-tender (NIT) NOTICE INVITING e-tender (NIT) 1.1 GENERAL 1.1.1 Name of Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites open tenders from eligible applicants, who fulfill qualification criteria as stipulated in

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

INDRAPRASTHA GAS LIMITED (IGL) TENDER DOCUMENT FOR RATE CONTRACT OF MAINTENANCE OF COMPRESSOR PACKAGES FOR A PERIOD OF 2 YEARS

INDRAPRASTHA GAS LIMITED (IGL) TENDER DOCUMENT FOR RATE CONTRACT OF MAINTENANCE OF COMPRESSOR PACKAGES FOR A PERIOD OF 2 YEARS INDRAPRASTHA GAS LIMITED (IGL) TENDER DOCUMENT FOR RATE CONTRACT OF MAINTENANCE OF COMPRESSOR PACKAGES FOR A PERIOD OF 2 YEARS TENDER DOCUMENT NO. IGL/ND/C&P/C12732 INDRAPRASTHA GAS LTD. INDEX IGL/ND/C&P/C12732

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

Ref. No. P&S/F.2/OR/198/ Date:

Ref. No. P&S/F.2/OR/198/ Date: Corporation Bank (A Premier Public Sector Bank) Printing & Stationery Division 8th Cross, Gandhi Nagar, Near Lady Hill Circle Mangaluru 575 003 (Karnataka) Phone: 0824-2453015/ 2454007; FAX: 0824-2456298

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

Specification No.: JPL/KWTL/A3 PROPOSAL

Specification No.: JPL/KWTL/A3 PROPOSAL Bidder's Name and Address: Bid Proposal Reference: Person to be contacted: Designation: PROPOSAL Page 1 of 6 Telephone No.: Fax: To JAYPEE POWERGRID LIMITED Regd Office- JA House, 63 Basant Lok, Vasant

More information

POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI Website :

POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI Website : POLLUTION CONTROL BOARD : ASSAM BAMUNIMAIDAM, GUWAHATI-781 021 Website : www.pcbassam.org No. WB/LB-16/Pt-I/97-98/223 Dated Guwahati, the 5 th Sept, 2008 SHORT QUOTATION NOTICE Sealed quotations are invited

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

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015 Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ-02/072-73 For Supply and Delivery Of Optical MODEM November, 2015 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,

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

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B NOTICE INVITING TENDER No. NIT/02/2015-16/DMRC/CPM-2/PM2B 1.1 GENERAL 1.1.1 Name of Work : Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e -tenders from eligible applicants, who fulfill qualification

More information

TENDER DOCUMENT FOR THE PURCHASE OF FIELD EMISSION SCANNING ELECTRON MICROSCOPE CSIR- INDIAN INSTITUTE OF CHEMICAL TECHNOLOGY UPPAL ROAD, TARNAKA

TENDER DOCUMENT FOR THE PURCHASE OF FIELD EMISSION SCANNING ELECTRON MICROSCOPE CSIR- INDIAN INSTITUTE OF CHEMICAL TECHNOLOGY UPPAL ROAD, TARNAKA TENDER DOCUMENT FOR THE PURCHASE OF FIELD EMISSION SCANNING ELECTRON MICROSCOPE CSIR- INDIAN INSTITUTE OF CHEMICAL TECHNOLOGY UPPAL ROAD, TARNAKA HYDERABAD- 500 007(TELANGANA STATE) INDIA Tel: +91-40-

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

More information

Tender No. AAI/CC/205/88/ / Date:

Tender No. AAI/CC/205/88/ / Date: Airports Authority of India General Manager (Corporate Communications) Room No.251, 2 nd Floor, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi-110003. Tender No. AAI/CC/205/88/2017-18/ Date: 13.07.2018

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